Loading...
HomeMy WebLinkAboutResolution - 2001-R0101 - Contract For Construction Of Fuel Station Canopy And Animal Shelter Canopy - 03/22/2001Resolution No. 2001-RO101 March 22, 2001 Item No. 35 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 ITB #036- 01/RS for construction of fuel station canopy and animal control canopy, by and between the City of Lubbock and Brown -McKee, Inc. 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 22nd ATTEST: Q4S_�� Rebecca Garza, City Secretary APPROVED AS TO CONTENT: _'dZ Victor Kilman, Purchasing anager APPROVED AS TO FORM: William de Haas Contract Manager/Attorney gs/ccdocs/Brown-McKee ITB#036-01/RS..res March 9, 2001 day of March , 2001. 4SI MAYOR CITY OF LUBBOCK SPECIFICATIONS FOR CONSTRUCTION OF FUEL STATION CANOPY & ANIMAL CONTROL CANOPY BID #036-01JRS " A City Of Planned Progress-'*' CITY OF LUBBOCK Lubbock, Texas BOND CHECK BEST RATING_r______ i.ICENSzED/�N,,T�(AS DATE BY 1 i C City of Lubbock PURCHASING DEPARTMENT ROOM L04, MUNICIPAL BUILDING ""}' 1625 13TH STREET LUBBOCK, TEXAS 79401 PH: (806)775-2167 FAX:(806)775-2164 �.* http://purchasing.ci.lubbock.tx.us ADDENDUM #1 ITB #036-01/RS Construction of Fuel Station Canopy and Animal Control Canopy MAILED TO VENDOR: February 27, 2001 CLOSE DATE: March 6, 2001 @ 3:00 P. M. The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. Please find attached Addendum #1 from ADC Inc 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 FLUB OCK c Ron Shuffield Senior Buyer PLEASE RETURN ONE COPY OF THIS ADDENDUM WITH YOUR BID. r 1 E C T S 01 V I 10 P I R I I i Nlaalt;G.`Aadarsoa g41Z7L$t raeSai,TY54.ubhoek;fezas,T94Z4 pd:(806�1933337 Fax:193�357Z E•ma1L•mark@ado-group.coml CANNOPIES FOR ANIMAL CONTROL AND NORTH FUEL STATION CITY OF LUBBOCK LUBBOCK. TEXAS 79423 FEBRUARY 23, 2001 ADDENDUM N0. 1 This Addendum is issued to modify, interpret or supplement the Bidding Documents and is hereby made a part of the Bidding Documents. Please attach this Addendum to the Construction Documents in your possession and insert the number of this Addendum in the Blank space provided in the Bid Form. ITEM NO. 1 - In the drawings, sheet A 1 dated 01/24/01, Wall -Pak units are installed on each column. Additional Wall -Pak units shall be installed per page four of this addendum. ITEM NO. 2 - In the drawings, sheet A 1 dated 01/24/01, In ground vent lines must be rerouted -with angles equal to or less than 45 degrees per page two of this addendum. ITEM NO. 3 - In the drawings, sheet A 2 dated 01/24/01. The door schedule has been revised per page three of this addendum. ITEM NO. 4 - In the drawings. sheet A 1 dated 01/2.1/01, A gutter and downspout are to be installed on the south end of the canopy per page five of this addendum. Prate trtid paint to- atelreave trim pRE 7=1 r-41 S 49.D A' ANpF 9� 7480,E ADC INC. OF ::c Page 1 •z:b lrlp/p( NOTE TO GENERAL CONTRACTOR PLEASE LOCATE UNE ADJJSTWENTS ... ..... ... ... ON PLAN AND PRO1411E COPY TO ARCHITECT 0 T -V!N REROUTING LAYOUT SCALE: a/9'- 1._0 4. AEdW*= 4MY TIN'NO. I DATE DESCRIPTION solt.4I CANOPIES FOR PROJECT NUMBER: 20-130 CITYLUBOCK p ". Lalbdd6 Tom.., 794M LUBBOCK,COB TX 79424 1 12/23/011 ADDENDUM #1 ANIMAL CONTROL AND CHITECTS EVELOPERS NTRACMRS, INC. NORTH FUEL STATION PAGE: 2 OF 5 'oe �o —Z --------------- - Z' r�' 'n N ------------ -- ........ ......................... ---------------- 0 T -V!N REROUTING LAYOUT SCALE: a/9'- 1._0 4. AEdW*= 4MY TIN'NO. I DATE DESCRIPTION solt.4I CANOPIES FOR PROJECT NUMBER: 20-130 CITYLUBOCK p ". Lalbdd6 Tom.., 794M LUBBOCK,COB TX 79424 1 12/23/011 ADDENDUM #1 ANIMAL CONTROL AND CHITECTS EVELOPERS NTRACMRS, INC. NORTH FUEL STATION PAGE: 2 OF 5 FAKI 7 112 " HM FR. rOl-L'OW METAL DOOR AND FRAME PRIME AND PAINT ALL SURFACES -THRESHOLD EMRO WT ­HRS 03-A -V- P -EMKO RAIN :D -R -IF-- 374�6-�EE­M--KD�� DOORUP TOM - -6-7A-V--- K -L5 NOTE:- METAL BUILDING CONSTRUCTION WITH FRP INTERIOR WALL SYSTEM DOOR SCHEDULE \,' scar: Nn Amiilff.� 407 riot stm. NO. I DATE I DESCRIPTION LOW.*. Tom". YMN CANOPIES FOR 414 ADDENDUM #1 ANIMAL CONTROL AND pmrmm EVELOPERS NTRACMRS. N., NORTH FUEL STATION iWi VV PROJECT NUMBER: 20-130 CITY OF LUBBOCK I am PAGE: 3 OF 5 LUBBOCK. TX 79424 r- ------ ------ - - --------------- -------------- - - - - - - - r""1•- FLUS O N UNi �- ..-.-....... - - - - - - - - -I A e n rB-:: 1 ����rtw�►1� �■ PLAN NORTH 1 OVERHEAD LIJHT PLACEMENT 1j WALE Wm stma, N0. I DATE I DESCRIPTION •% L aCANOPIES FORsoftrY+. Town. 70"4 1 2/23/01 ADDENDUM #1 ANIMAL CONTROL AND f ti CIRCHITECTS �EVELOPERS VDNTRACTDRS, Nc. PROJECT NUMBER: 20-130 NORTH FUEL STATION ll CITY OF LUBBOCK "-am 7676 7664"" LUBBOCK. TX 79424 • "'"""'6��"' PAGE: 4 OF 5 NEW 6" GUTTER AND 4" DOWNSPOUT (11:51P r- - Fl Nf5HEt=% j I oil L. GUTTER AND DOWNSPOUT LOCATION 0s NTs N0. DATE DESCRIPTION .,.. CANOPIES FOR [�1 2/23/01 ADDENDUM #1 ANIMAL CONTROL AND [1RCHITECTS�EVELOPERS CONTRACTORS,NC. PROJECT NUMBER: 20-130 NORTH FUEL STATION 4 CITY OF LUBBOCK ..�. �...�r...�.....,... LUBBOCK, TX 79424 ■ ""•"'�" R'+'� PAGE: 5 OF 5 ... ._._._._. �. ._.--.-.-.--- - -r - - - - - -I II T II �.�..L.L._._._._._ _ _. ------------- _._ _._._..__.__._._._._. ----------------- I� F �I GUTTER AND DOWNSPOUT LOCATION 0s NTs N0. DATE DESCRIPTION .,.. CANOPIES FOR [�1 2/23/01 ADDENDUM #1 ANIMAL CONTROL AND [1RCHITECTS�EVELOPERS CONTRACTORS,NC. PROJECT NUMBER: 20-130 NORTH FUEL STATION 4 CITY OF LUBBOCK ..�. �...�r...�.....,... LUBBOCK, TX 79424 ■ ""•"'�" R'+'� PAGE: 5 OF 5 CITY OF LUBBOCK INVITATION TO BID FOR TITLE: CONSTRUCTION OF FUEL STATION CANOPY & ANIMAL CONTROL CANOPY ADDRESS: LUBBOCK, TEXAS BID NUMBER: 036-01/RS PROJECT NUMBER: 90103.9211.20000 CONTRACT PREPARED BY: PURCHASING DEPARTMENT INDEX NOTICE TO BIDDERS GENERAL INSTRUCTIONS TO BIDDERS BID SUBMITTAL - BID FOR LUMP SUM CONTRACTS PAYMENT BOND PERFORMANCE BOND CERTIFICATE OF INSURANCE CONTRACT GENERAL CONDITIONS OF THE AGREEMENT CURRENT WAGE DETERMINATIONS SPECIFICATIONS No Text NOTICE TO BIDDERS BID #036-01/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 3:00 o'clock p.m. on the 6th day of March 2001, 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 $65,000.00: "CONSTRUCTION OF FUEL STATION CANOPY & ANIMAL CONTROL CANOPY" 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 3:00 o'clock p.m. on the 6th day of March 2001, and the City of Lubbock City Council will consider the bids on the 22nd day of March. 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 fifteen (15) days after notice of award of the contract to him. It shall be each bidders sole responsibility to inspect the site of the work and to inform himself regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the bid submitted. There will be a non -mandatory pre-bid conference on 22nd day of February, 2001 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 5159a, Vernon's Ann. Civil St., and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this 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) 775-21671Fax (806) 775-2164. GENERAL INSTRUCTIONS TO BIDDERS rol GENERAL INSTRUCTIONS TO BIDDERS 1 BID DELIVERY, TIME & DATE 1.1 The City of Lubbock is seeking written and sealed competitive bids to furnish CONSTRUCTION OF FUEL STATION CANOPY & ANIMAL CONTROL CANOPY per the attached specifications and contract �-- documents. Sealed bids will be received no later than 3:00 p.m. CST, the 6th day of March, 2001 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 #036-01/RS, CONSTRUCTION OF FUEL STATION CANOPY & ANIMAL CONTROL CANOPY" and the bid opening date and time. Bidders must also include their company name and address on the outside of the envelope or container. Bids must be addressed to: Victor Kilman, Purchasing Manager City of Lubbock 1625 13th Street, Room L-04 Lubbock, Texas 79401 1.2 Bidders are responsible for making certain bids are delivered to the Purchasing Department. Mailing of a bid does not ensure that the bid will be delivered on time or delivered at all. If bidder does not hand deliver bid, we suggest that he/she use some sort of delivery service that provides a receipt. 1.3 Bids will be accepted in person, by United States Mail, by United Parcel Service, or by private courier service. No bids will be accepted by oral communication, telephone, electronic mail, telegraphic transmission, or telefacsimile transmission. THE CITY WILL NOT ACCEPT FAX BIDS. 1.4 The City of Lubbock reserves the right to postpone the date and time for opening bids through an addendum. 2 PRE-BID MEETING 2.1 For the purpose of familiarizing bidders with the requirements, answering questions, and issuing addenda as needed for the clarification of the Invitation to Bid (ITB) documents, a non -mandatory pre-bid meeting will be held at 1000 a.m., February 22nd 2001 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 t become part of the bid package having the same binding effect as provisions of the original bid. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by the City of Lubbock Purchasing Department no later than five (5) days before the bid closing date. 3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock shall not be legally bound by any amendment or interpretation that is not in writing. Only information supplied by the City of Lubbock Purchasing Department in writing or in this ITB should be used in preparing bid responses. All contacts that a bidder may have had before or after receipt of this ITB with any individuals, employees, or representatives of the City and any information that may have been read in any news media or seen or heard in any communication facility regarding this bid should be disregarded in preparing responses. 1 3.4 The City does not assume responsibility for the receipt of any addendum sent to bidders. 4 EXAMINATION OF DOCUMENTS AND REQUIREMENTS 4.1 Each bidder shall carefully examine all ITB documents and thoroughly familiarize itself with all requirements before submitting a bid to ensure that their bid meets the intent of these specifications. 4.2 Before submitting a bid, each bidder shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Invitation to Bid. Failure to make such investigations and examinations shall not relieve the bidder from obligation to comply, in every detail, with all provisions and requirements of the Invitation to Bid. 4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Purchasing Manager and a clarification obtained before the bids are received, and if no such notice is received by the Purchasing Manager prior to the opening of bids, then it shall be deemed that the bidder fully understands the work to be included and has provided sufficient sums in its bid to complete the work in accordance with these plans and specifications. If bidder does not notify Purchasing Manager before bidding of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of bids. 5 BID PREPARATION COSTS 5.1 Issuance of this ITB does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a bid. 5.2 The issuance of this ITB does not obligate the City of Lubbock to enter into contract for any services or equipment. 5.3 All costs related to the preparation and submission of a bid shall be paid by the bidder. 6 TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 6.1 If you consider any portion of your bid to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. 6.2 The City of Lubbock will honor your notations of trade secrets and confidential information and decline to release such information initially, but please note that the final determination of whether a particular portion of your bid is in fact a trade secret or commercial or financial information that may be withheld from public inspection will be made by the Texas Attorney General or a court of competent jurisdiction. In the event a public information request is received for a portion of your bid that you have marked as being confidential information, you will be notified of such request and you will be required to justify your legal position in writing to the Texas Attorney General pursuant to Section 552.305 of the Government Code. In the event that it is determined by opinion or order of the Texas Attorney General or a court of competent jurisdiction that such information is in fact not privileged and confidential under Section 552.110 of the Government Code and Section 252.049 of the Local Government Code, then such information will be made available to the requester. 6.3 Marking your entire bid CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open Records Act. 7 LICENSES, PERMITS, TAXES The price or prices for the work shall include full compensation for all taxes, permits, etc. that the bidder is or may be required to pay. 8 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. 2 W 9 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. 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 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 bidder's responsibility to advise the Purchasing Manager if any language requirements etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the City of Lubbock Purchasing Office no later than five (5) calendar days before the bid closing date. A review of such notifications will be made. 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) CALENDAR DAYS PRIOR TO THE BID CLOSING DATE AND ADDRESSED TO: RON SHUFFIELD, SENIOR BUYER City of Lubbock 1625 13th 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 SIXTY (60) 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. 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 3 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. 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 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. T 20 PROTECTION OF SUBSURFACE LINES AND STRUCTURES 4 R 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 if has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense. 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 coverall operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted before contract execution. 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 contractor's 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 is submitted by a company or corporation, the company or corporate name and business address must be given, and the bid signed by an official or duly authorized agent. Powers of attorney authorizing «., agents or others to sign bids must be properly certified and must be in writing and submitted with the bid. The bid shall be executed in ink. 28.3 Each bid shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and ,.., endorsed on the outside of the envelope in the following manner: 28.3.1 Bidder's name 28.3.2 Bid for (description of the project). 28.4 Bid submittals may be withdrawn and resubmitted at any time before the time set for opening of the bids, but no bid may be withdrawri or altered thereafter .., 28.5 Pursuant to Texas Local Government Code 252.043(a), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. 29 BOUND COPY OF CONTRACT DOCUMENTS Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the following: (a) Notice to Bidders. (b) General Instructions to Bidders. (c) Bidder's Submittal. (d) Statutory Bond (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates. (j) All other documents made available to bidder for his inspection in accordance with the Notice to Bidders. If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by reference into the aforementioned contract documents. 30 QUALIFICATIONS OF BIDDERS The bidder may be required before the award of any contract to show to the complete satisfaction of the City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein in a satisfactory manner. The bidder may also be required to give a past history and references in order to satisfy the City of Lubbock about the bidder's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the bidder to perform the work, and the bidder shall furnish to the City of Lubbock all information for this purpose that may be requested. The City of Lubbock reserves the right to reject any bid if the evidence submitted by, or investigation of, the bidder fails to satisfy the City of Lubbock that the bidder is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the bidder's qualifications shall include: (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the bidder to perform the work or provide the service promptly or within the time specified, without delay or interference. (c) The character, integrity, reputation, judgment, experience, and efficiency of the bidder. (d) The quality of performance of previous contracts or services. 31 BID AWARD 31.1 The City of Lubbock reserves the right to reject any or all bids, reject any particular item on a bid, and to waive immaterial formalities and to accept the offer most advantageous to the City of Lubbock in its sole discretion. Unless otherwise specified herein, the City shall award the bid based on the total bid for Bid Items 1 and 2. Or, 31.2 All bids are evaluated for compliance with specifications before the bid price is considered. Response to specifications is primary in determining the best low bid. Failure to comply with the specifications may result in disqualification of the bid. 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 nonresident bidder, the nonresident bidder's bid must be lower than lowest bid submitted by a responsible Texas bidder by the same margin or amount that a Texas bidder would be required to underbid the nonresident bidder in the nonresident bidders' home state. 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. P" BID SUBMITTAL LUMP SUM BID CONTRACT DATE:- 3/6/01 PROJECT NUMBER: #036-01/RS - CONSTRUCTION OF FUEL STATION CANOPY & ANIMAL CONTROL CANOPY Bid of R r n w n- M r K P P, Tor (hereinafter called Bidder) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Gentlemen: The Bidder, in compliance with your Invitation to Bid for the construction of a CONSTRUCTION OF FUEL STATION CANOPY & ANIMAL CONTROL CANOPY having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required under the contract documents. BID ITEM #1 - ANIMAL SHELTER CANOPY MATERIALS: Eleven Thousand, Nine Hundred, Fifty Dollars ($ 11,950.00 ) SERVICES: Thirteen Thousand, Six Hundred, Six Dollars ($ 13,606.00 ) TOTALBIDITEM#1: Twenty -Five Thousand, Five Hundred, Fifty -Six ($ "25,556.00 ) Uollars BID ITEM #2 - NORTH FUEL SITE CANOPY MATERIALS: Sixteen Thousand, Six Hundred, Twenty -One Dollars ($ 16,621.00 ) SERVICES: Fourteen Thousand, Four Hundred, Sixty -Seven Dollars ($ 14,467.00 TOTALBIDITEM#2: Thirty -One Thousand, Eighty -Eight Dollars ($ 31,088.00 BID ITEMS #1 & #2 - ANIMAL SHELTER CANOPY & NORTH FUEL SITE CANOPY MATERIALS: Twenty -Eight Thousand Five Hundred, Seventy -One Dolla( 28,571.00 ) SERVICES: Twenty -Fight Thousand, Seventy -Three Dollars ($ 28,073.00 ) TOTAL BID (ITEMS#1 &#2): Fivty-Six Thousand, Six Hundred, Forty -Four ($ 56,644.00 ) (Amount shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written "Notice to Proceed" of the Owner and to fully complete the project within 60 (SIXTY) 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 $100.00 (ONE HUNDRED DOLLARS) for each consecutive calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Bidders. 1 bidding. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within fifteen (15) days after notice of award of the contract to him. Enclosed with this bid is a Cashier's Check or Certified Check for Dollars ($ ) or a Bid Bond in the sum of o n f t h g r e a t e s t a m o u n Dollars ($ ), which it agreed shall be collected and retained by the Owner as liquidated damages in the event the bid is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within fifteen (15) days after the date of receipt of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned upon demand. 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.— 7D_-7�_ , (Seai if Bidder is a Corporation) -ATTEST; ...,a...... Secretary Bidder acknowledges receipt of the following addenda: Addenda No. _ 1 Date_ 2 / 2 8 Lo 1 Addenda No. Date Addenda No. Date Addenda No. Date MNVBE Firm: Date: n i n a /n., . Authorized Signature Mike Oles' (Printed or Typed Name) Brown -McKee, Inc. Company 9013 131atcin Rd Address Lubbock ,Lubbock City, County Texas 179452 State Zip Code Telephone: _806 - 745-45:11 Fax: 8 0 6 - 7 - LIST OF SUBCONTRACTORS Minority Owned Yes No 2.PRO ❑ ❑ 3 _ ❑ ❑ 4. ❑ ❑ 5. ❑ ❑ rot 6. ❑ ❑ 7. ❑ ❑ 8. ❑ ❑ r. 10. ❑ ❑ 3 CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT 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 I am awarded this contract by the City of Lubbock, I will be able to, within fifteen (15) days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to the City meeting all of the requirements defined in this bid/proposal. .» ; (oma I Mike Oles Contractor (Signature) Contractor (Print) CONTRACTOR'S FIRM NAME: Brown -McKee, Inc. (Print or Type ) CONTRACTOR'S FIRM ADDRESS: 906 Slaton Rd. Lubbock, Texas 79452 Name of Agent/Broker: Fmnl nyers General Insurance Groups, Inc. Address of Agent/Broker: 4010 - 82nd Street City/State/Zip: Lubbock, Texas 79423 Agent/Broker Telephone Number: (8 0 6 ) 784-0181 Date: NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this bid/proposal and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Purchasing Manager for the City of Lubbock at (806) 775-2165. BID #036-011RS - CONSTRUCTION OF FUEL STATION CANOPY & ANIMAL CONTROL CANOPY 4 '" iii 0 Un UNITED FIRE & CASUALTY COMPANY 118 Second Avenue SE PO Box 73909 Cedar Rapids, Iowa 52407-3909 319-399-5700 (A Stock Company) BID BOND Know Ari. BY THESE PRESENTS, that BROWN—MCKEE , INC 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 as Obligee, hereinafter called the Obligee, inthesumof FIVE PERCENT OF THE GREATEST AMOUNT BID--------------------- Dollars ($---------5 %--------), for the payment of which sum well and truly to be made, the said principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for BID NO. 036-01/RS CONSTRUCTION OF FUEL STATION CANOPY & ANIMAL CONTROL CANOPY Now, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between. the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect/ y Signed and sealed this 6TH day of MARCH A.D. 2001. BROWN—MCKEE, INC. (Seal) �.. (witn MIKE OLES (Title) PRESIDENT UN=D FIRE & CASUALTY COMPANY (seal) By (witness) DEEDEE BRINKER (Attorney-in-fact) M, CONT 00010798 ,...:' of 8802' URBANA LUE$OCK T 75424 �� rts true arid' lawful; 1�ttorneY(s)iR-Fact vwth pgvuer and authority hereby conferred: to sign seal and executein its behalf all lawful bonds, ur,dertakEngs:;and other obt,gatory Ing rurnents of similar .trature as .0. ows ANY AND ALL BONDS Povtre� ofAttorney with the transcripts tliereoard e !^, s o h6k in full #orde Bnd effect atirn� RR b In . •�. that I' have compared." the forego?n9 f "said Company asset "forth in sari NY, and that the same are correct` zm or has not beersrevoked and ts' fixed a orporate seal of the said BOND CHECK BEST RATING LICENSED IN TEXAS DAi 6Y PAYMENT BOND 0 STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $25,000) BOND NO. 54-118210 7' KNOW ALL MEN BY THESE PRESENTS, thatBROWN—MCKEE, INC. (hereinafter called the Principal(s), as Principal(s), and UNITED FIRE & CASUALTY COMPANY (hereinafter called the Sure�#yI(f,)Iis WklyyH6 S�'�1 'n ' "I� i Rto the City of Lubbock (hereinafterailed the Obligee), in the amount of FORTY FOrTR Adf NO 7 Ilars $5 6, 6 4 4.0 0) lawful moneyof 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 22ND day of MARCH , 20 01 , to BID #036-01/RS — CONSTRUCTION OF FUEL STATION CANOPY & ANIMAL CONTROL CANOPY and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the """ Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 28TH day of MARCH 20 01. UNITED FIRE & CASUALTY COMPANY BROWN-MCKEE, INC. Surety (Company Name) .. *By: By: DEEDEE BRINKER (Title) ATTORNEY—IN—FACT CQ Printed Name) MIKE LES (Signature) PRESIDENT (Title) i 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 and on whom service of process may be had in matters arising out of such suretyship. UNITED FIRE & CASUALTY COMPANY Surety * By: Lu (Title)DEEDEE BRINKER ATTORNEY—IN—FACT Approved as to form: City of Lubbock By: By: Ci y 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. r 2 erebygranted shall expireMSR CH 2 n tl 2 untess sooner revoked AttorrYey is made and executed pursuant to and, fsy authgnty of'the ,following By Law duly adopted Fay �f the: Cornparsy on kpril 3>8. X973. IN �E�Aol �-' CERTIFICATE OF INSURANCE CERTIFICATE OF INSURANCE I'TO: CITY OF LUBBOCK DATE: 03-29-2001 P.O. BOX 2000 LUBBOCK, TX 79457 TYPE OF PROJECT: 036-01 /RS THIS IS TO CERTIFY THAT BROWN MCKEE, INC. ; BOX 3279• LUBBOCK, TX(Name and Address of Insured) is, at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for the ,typed of insurance and in accordance with the provisions of the standard policies used by this company, the further iereinafter described. Exceptions to standard policy noted hereon. TYPE OF INSURANCE POLICY NUMBER EFFECTIVE EFFECTIVE LIMITS DATE DATE 3ENERAL LIABILITY 9 Commercial General Liability 4462600* 4-10-2000 4-10-2001 General Aggregate $ 200000 0�,0�0_,,_ ❑ Claims Made Products-Comp/Op AGG 4c��uu�000 W1 Occurrence Personal & Adv. Injury $ 1 , U�u, UUU— Owner's & Contractors Protectiv, Each Occurrence $_1.000, 000 Fire Dama a (Any one Fire) 0 Med Exp (Any one Person) $ 5,000 AUTOMOTIVE LIABILITY Any Auto I All Owned Autos 1462750* 4-10-2000 4-10-2001 Combined Single Limit $ 110 0 0 , 000 Bodily Injury (Per Person) $ 1 Scheduled Autos Bodily Injury (Per Accident) 5 Hired Autos Non -Owned Autos I Property Damage $ GARAGE LIABILITY Any Auto Auto Only - Each Accident $ Other than Auto Only: Each Accident $ Aggregate $ I BUILDER'S RISK I 100% of the Total Contract Price $ ❑ INSTALLATION FLOATER $ iXCESS LIABILITY Umbrella Form R463098* 4-10-2000 4-10-2001 Each Occurrence $ 5.000.000 ❑ Other Than Umbrella Form Aggregate $ 5.000.000 YORKERS COMPENSATION AND , MPLOYERS' LIABILITY The Proprietor/ ❑ Included Statutory Limits P-0artners/Executive ❑ Excluded Each Accident $ officers are: Disease Policy Limit $ Disease -Each Employee $ ,QTHER AGGREGATE LIMIT $22000,000 dNER'S CONTRACTORS PROT 1467325 12-06-2000 12—n6-9nn1 Faro nr'rTTRRVVrV to nnn nnn -.1 vvv, vvv 'he above policies either in the body thereof or by appropriate endorsement provide that the may not be changed or canceled by the.insurer in less than the legal time required after the insured has received written notice of such change or cancellation, or In case there is no legal requirement, in less than five days in advance of cancellation. OLD REPUBLIC INSURANCE COMPANY IVE COPIES OF THE CERTIFICATE OF INSURANCE OLD ILEPUBLIC LLOYDS TEXAS_ "MUST BE SENT TO THE CITY OF LUBBOCK o ns rer .• „,*,POLICIES ARE ENDORSED TO PROVIDE WAIVER OF SUBROGATION B W ,ND ADDITIONAL INSURED IN FAVOR OF THE CERTIFICATE HOLDER Title:REGIONAL MANAGER F THERE IS A WRITTEN CONTRACT BETWEEN THE ABOVE INSURED AND THE CERTIFICATE HOLDER REQUIRING THE ABODE. M" O-R�TM CERTIFICATE OF LIABILITY INSURANCE 03 29 2°031 PRODUCER Serial # THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION "NATIONAL GENERAL AGENCY ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE P. O. BOX 219010 ALLTER THE COVERAGE AFFORDED BYER. THIS CERTIFICATE DOES THE POUC S BEDLORR OW. DALLAS, TEXAS 75221 INSURERS AFFORDING COVERAGE )URED INSURER A. TEXAS WORKERS' CMP INS. FUND BROWN MCKEE, INC. INSURER 8: P. 0. BOX 3279 INSURER C: LUBBOCK, TEXAS 79452 INSURER D: THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING 4NY 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. GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY I I CLAIMS MADE 7 OCCUR i GEN'L AGGREGATE LIMIT APPLIES PER: POLICY , ' PE O- — 1 LOC AUTOMOBILE LIABILITY ANY AUTO ALL OWN ED AUTOS I SCHEDULED AUTOS _ HIRED AUTOS NON -OWNED AUTOS GARAGE LIABILITY J ANY AUTO EXCESS LIABILITY_ OCCUR _ CLAIMS MADE DEDUCTIBLE RETENTION S L WORKERS COMPENSATION AND EMPLOYERS' LIABILITY A r U I MtZK - - — - udnuonrm DATE (M WDD/YY1 ; LIMITS .EACH OCCURRENCE iS FIRE DAMAGE (Any one fire) I $ MED EXP (Any one person): _ ! PERSONAL d ADV INJURY S f GENERAL AGGREGATE ( $ `: PRODUCTS - COMPIOP AGG I S I COMBINED SINGLE LIMIT S (Ea accident) BODILY INJURY (Per person) i S t I BODILY INJURY — , , (Per accident) I S j ' PROPERTY DAMAGE (Per accident) $ I AUTO ONLY - EA ACCIDENT S ' OTHER THAN EAACC 1$ I i AUTO ONLY: AGG S EACH OCCURRENCE S AGGREGATE IS , I IS ! is X TORY L MITS ( ER E. L. EACH ACCIDENT I s TSF -0001075056 11-1-2000 1-1-2001 1 500 000 I E.L.DISEASE-EAEMPLOYE • s 500,000 f I E L DISEASE POLICY LIMIT S 1 I 500,000 (DESCRIPTION OF OPERATIONSILOCATIONSIVEHCLESIEXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS POLICY IS ENDORSED TO PROVIDE WAIVER OF SUBROGATION IN FAVOR OF THE CERTIFICATE HOLDER IF ,.-THERE IS A WRITTEN CONTRACT BETWEEN THE ABOVE INSURED AND THE CERTIFICATE HOLDER REQUIRING 'HE ABOVE. L CITY OF LUBBOCK P. 0. BOX 2000 LUBBOCK, TEXAS 79457 ACORD 25-S (7197) CIFMPROXCERTPROS. W EB en* SHOULD ANY OF THEABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WALL ENDEAVOR TO MAUL 10 •• ee'• Iy,yl�"���S'�p?rtt__�•.yr�-��y.'��µ(', LEFt' t }i•` `� "�u�, �'71a Sib NOTICE TO THE CERTIFICATE FIbLDE LEFT,'Bd�FAIk IMPOSE NO OBLIGATION OR LIA TYFOF.641%j 9ND 'UPQN TI NSURER, ITS AGENTS OR AUTHORIZED REPRESENTATIVE 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. j j ACORD 25-S (7197) 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 No Text r 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 No Text ki e�* CONTRACT STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 22nd day of March, 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 Brown -McKee. Inc. of the City of Lubbock, County of Lubbock and the State of Texas hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: BID #036-01/RS - CONSTRUCTION OF FUEL STATION CANOPY & ANIMAL CONTROL CANOPY - $56,644.00 and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General Condition of Agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the bid submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the year and day first above written. ATTEST:: CY B TE NER) S rce etary— MAYOR .•a APP VED AS TO CONTENT: ��I�gpf6s'enffit_ive APPROVED AS TO FORM: City Attorney CONTRACTOR: By: ( . PRINTED NAME: TITLE:J2PSfG/ COMPLETE ADDRESS: Brown -McKee, Inc. 906 Slaton Road Lubbock, Texas 79452 GENERAL CONDITIONS OF THE AGREEMENT 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) r calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall �.. furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and- specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any «, and all objection or objections shall be deemed waived. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions ., given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. 18. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or men shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 0 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 material and rebuild or otherwise remedy such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial — action contemplated as hereinabove set forth shall be at Contractor's expense. 4 W 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred in preparation for the work as originally planned. 24. EXTRA WORK - The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's 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°/x, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." P" 5 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, w are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. 28. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self-insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver.. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. The insurance certificates furnished shall name the City of Lubbock 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 Liability Insurance The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000.00 Combined Single Limit in the aggregate and per occurrence to include: Premises and Operations Explosion & Collapse Hazard Underground Damage Hazard Products & Completed Operations Hazard Contractual Liability Independent Contractors Coverage Personal Injury Advertising Injury B. Owner's and Contractor's Protective Liability Insurance. 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; Bodily Injury/Property Damage, $500.000.00 Combined Single Limit, to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. The City is to be named as an additional insured on this policy for this specific job e -r, 7 and copy of the endorsement doing so is to be attached to the Certificate of Insurance. D. Builder's Risk Insurance/Installation Floater Insurance. The Contractor shall obtain a Builder's Risk policy in the amount of 0% of the total contract price (100% of potential loss) naming the City of Lubbock as insured. E. Umbrella Liability Insurance The Contractor shall have Umbrella Liability Insurance in the amount of $0on 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. 6 The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. 8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 9. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (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 A, (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by r „ paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contractor 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 r�r 9 Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. G. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the bid specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. (7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. (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; 10 (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 5121440-3789 to receive information of the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage;" and (h) contractually require each person with whom it contracts to provide services on a project, to: (i) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; ... (iii) include in all contracts to provide services on the project the following language: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reprinting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the ,,. Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions."; (iv) provide the Contractor, prior to the end of the coverage period, a new certificate ,►. of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and ,�+ 11 (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (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. 12 r 32. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner, and all of its officers, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to bidding and any necessary changes shall be adjusted as provided in the contract for changes in the work. In the absence of timely written notification to Owner's Representative of such variance or variances within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising therefrom. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar •�• as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required F in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as provided by the contract documents. 34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the'Contractor and the Owner, that the date of beginning and time for completion as specified in the contract documents, of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced as provided in the contract documents. If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $100.00 (ONE HUNDRED DOLLARS) PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall be in default after the time stipulated for substantially completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecastof 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 A- 13 contract, the plans and specifications, and within the time of completion designated in the bid; provided, also, that when the Owner is having other work done, either by contract or by its own force, the Owner's Representative may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the several parts. 36. TIME OF PERFORMANCE The Contractor agrees that it has submitted its bid in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the extension no later than twenty (20) calendar days of written submission by Contractor shall be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for extension, as provided herein, any request for extension by Contractor shall be deemed waived. 37. HINDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 38. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their bids offered for the work. In the event the amount of work to be done and materials to be furnished are expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project. 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 14 employees, against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising from or growing out of the performance of this contract. 40. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the bid proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 41. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's agents and employees, which have not theretofore been timely filed as provided in this contract. 42. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment or, if the Contractor does not submit such application, the Owner's Representative shall determine the amount to be partially paid. Owner's Representative shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month. The determination of the partial payment by the Owner's Representative shall be in accordance with Paragraph 14 hereof. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be ... retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of the contract documents. Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said partial payment is attributable. 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 *+ 15 The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of final completion, the Owner's Representative shall proceed to make final measurement to determine whether final completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion, Owner shall pay to the Contractor on or before the 31st working day after the date of certification of final completion, the balance due Contractor under the terms of this agreement. Neither the certification of final completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or warranties implied by law or otherwise. 45. CORRECTION OF WORK Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and Contractor shall at its own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the date of certification of final completion by Owner's Representative. 46. PAYMENT WITHHELD The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of: (a) Defective work not remedied and/or work not performed. (b) Claims filed or reasonable evidence indicating possible filing of claims. (c) 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 J 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 16 rw+ written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-compliance to Contractor shall be required. After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. ^" In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: (a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain `bound therefore. Should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. 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 P" 17 the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. 49. LIMITATION ON CONTRACTOR'S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually p performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of this contract. 50. BONDS The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. All bonds shall be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to do business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. 51. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall — control. 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 18 , - '. �- ^~ .� ^" `~ ' � materials and shall leave the work room or its equivalent. ' work shall beleft ingood order and condition. |ncase ofdispute Owner may remove the debris and charge the cost tuthe Contractor. 55. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive EnvironmentalResponse, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to tirne, hydrocarbons orother 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 ofthe Owner's Representative. |fContractor believes that the utilization ofa Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction ofthe Project, orthatitionuce000rytop|oceand/orothenwioe|ocotoupontheaiteofUlaProject 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, etleast twenty (2O\doyaphortusuch action. {}vvna�nRepresentative nnaygrant ordeny the request of(�ontnaotorand provide whatever requirements such consent, ifgranted, ioconditioned upon, |nits 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 Gubabannns, hydrocarbons orother petroleum products orbyproducts and/or asbestos. 19 CURRENT WAGE DETERMINATIONS 7 RE: RESOLUTION NO. 6262, ITEM NO. 39, APRIL 8, 1999 EXHIBIT A City of Lubbock Building Construction Trades Prevailing Rates Craft Hourly Rate 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 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 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 ^^€ EXHIBIT B Paving and Highway Construction Prevailing Wage Rates Hourly Rate 9.00 6.00 8.00 7.00 12.00 6.00 7.00 6.25 6.00 6.75 8.00 7.00 7.75 8.00 7.75 7.25 8.00 7.25 9.50 6.75 7.25 7.25 6.50 7.00 Craft Asphalt Heaterman Asphalt Shoveler Concrete Finisher Concrete Finisher -Helper Electrician Flagger .» Form Setter Form Setter -Helper Laborer -General Laborer -Utility .� Mechanic Mechanic -Helper Power Equipment Operators Asphalt Paving Machine Bulldozer Concrete Paving Machine Front End Loader Heavy Equipment Operator Light Equipment Operator Motor Grader Operator Roller Scraper Tractor ^' Truck Driver -Light Truck Driver -Heavy a 2 Hourly Rate 9.00 6.00 8.00 7.00 12.00 6.00 7.00 6.25 6.00 6.75 8.00 7.00 7.75 8.00 7.75 7.25 8.00 7.25 9.50 6.75 7.25 7.25 6.50 7.00 EXHIBIT C Prevailing Wage Rates Overtime Rate The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. EXHIBIT D Prevailing Wage Rates Legal Holiday Rate The rate for legal holidays shall be as required by the fair Labor Standards Act. 3 SPECIFICATIONS rT mmw'� SPECIFICATIONS FOR FUEL STATION CANOPY CITY OF LUBBOCK 302 MUNICIPAL HILL DR. AND ANIMAL CONTROL CANOPY CITY OF LUBBOCK 401 N. ASH JANUARY 24, 2001 7480 + . J° ARCHITECTS DEVELOPDKS CONTRACTORS, INC. dba ADC, INC. ENGINEERING, INC. CHARLES A. LUSHER 3806 62' DRIVE LUBBOCK, TX 79413 CITY OF LUBBOCK CANOPY INSTALLATION NORTH FUEL STATION AND ANIMAL SHELTER TABLE OF CONTENTS Animal Shelter SECTION DESCRIPTION PAGES 02466 Drilled Piers 5 05120 Structural Steel 4 05310 Roof Deck and Trim 2 09900 Painting 11 Fuel Station SECTION DESCRIPTION PAGES 02466 Drilled Piers 5 05120 Structural Steel 6 05310 Roof Deck and Trim 2 09900 Painting 11 k ANIMAL SHELTER CANOPY r SECTION 02466 - DRILLED PIERS PART 1 - GENERAL 1.1 RELATED DOCUMENTS Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY This Section includes cast -in-place concrete drilled piers. Related Sections include the following: 1. Division 1 Section "Construction Facilities and Temporary Controls." 1.3 SUBMITTALS A. Product Data: For each type of product specified. Include reinforcement and admixtures. B. Shop Drawings: For concrete reinforcement detailing fabricating, bending, and placing. C. Design Mixes: For each class of concrete. Include revised mix proportions when characteristics of materials, project conditions, weather, test results, or other circumstances warrant adjustments. 1. Laboratory Test Reports: For evaluation of concrete materials and mix design test. 1.4 QUALITY ASSURANCE A. Installer Qualifications: Engage an experienced installer who has specialized in installing drilled piers similar to those required for this Project. B. Drilled -Pier Standard: Comply with provisions of AGI 336.1, "Specification for the Construction of Drilled Piers," unless modified in this Section. I . Record and maintain information pertinent to each drilled pier and cooperate with Owner's testing and inspecting agency to provide data for required reports. C. Testing Agency Qualifications: Qualify and engage an independent testing agency with the experience and capability to conduct the following testing without delaying the Work: 1. Qualify testing agency, according to ASTM E 329 and ASTM C 1077, to perform materials evaluation tests and to design concrete mixes. 1.5 PROJECT CONDITIONS A. Existing Utilities: Locate existing underground utilities before excavating drilled piers. If utilities are to remain in place, provide protection from damage during drilled -pier operations. 1. Should uncharted or incorrectly charted piping or other utilities be encountered during excavation, consult Architect immediately for directions as to procedure. Cooperate with Owner and utility companies in keeping services and facilities in operation. Repair damaged utilities to satisfaction of utility owner. PART2-PRODUCTS 2.1 REINFORCING MATERIALS A. Reinforcing Bars: ASTM A615, Grade 60, deformed. 2.2 CONCRETE MATERIALS A. Portland Cement: ASTM C 150, Type I or II. B. Fly Ash: ASTM C 618, Type C or F. C. Silica Fume: ASTM C 1240, amorphous silica. D. Aggregates: ASTM C 33, 3/4 -inch maximum aggregate size. E. Water: Potable, complying with ASTM C 94 requirements. 2.3 CONCRETE MIX A. Prepare design mixes, according to ACI 301, for concrete by either laboratory trial batch or field experience method. For trial batch method, use a qualified independent testing and inspecting agency for preparing and reporting proposed mix designs. I . Contractor to engage independent testing and inspecting agency. 2. Limit use of fly ash and silica fume to not exceed 25 percent of weight of portland cement. B. Proportion mixes according to ACI 211.1 and ACI 301 to provide normal -weight concrete with the following properties: 1. Compressive Strength (28 Day): 3000 psi 2. Maximum Water -Cement Ratio at Point of Placement: 0.45. C. Add air -entraining admixture at manufacturer's prescribed rate to result in concrete at point of placement having an air content as follows with a tolerance of plus or minus 1 percent: 1. Air Content: 6.0 percent. D. Concrete -mix design adjustments may be proposed when characteristics of materials, project conditions, weather, test results, or other circumstances warrant. 2.4 CONCRETE MIXING A. Ready -Mixed Concrete: Comply with requirements and with ASTM C 94. Do not add water after mixing. 1. When air temperature is between 85 and 90 deg F reduce mixing and delivery time from 1-1/2 hours to 75 minutes; when air temperature is above 90 deg F (32 deg C), reduce mixing and delivery time to 60 minutes. PART 3 - EXECUTION 3.1 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, vibration, and other hazards created by drilled pier operations. 3.2 EXCAVATION A. Unclassified Excavation: Excavation is unclassified and includes excavation to bearing elevations regardless of character of materials or obstructions encountered. 1. Obstructions: Removal of unanticipated boulders, concrete, masonry, or other unforeseen obstructions that cannot be removed by conventional augers fitted with soil or rock teeth, drilling buckets, or under -reaming tools attached to drilling 3.3 REINFORCEMENT A. Comply with recommendations of CRSI's "Manual of Standard Practice" for fabricating, placing, and supporting reinforcement. B. Clean reinforcement of loose rust and mill scale, earth, and other materials that reduce or destroy bond with concrete. C. Fabricate and install reinforcing cages symmetrically about axis of shafts in a single unit. D. Accurately position, support, and secure reinforcement against displacement during concreting. Maintain minimum cover to reinforcement. E. Use templates to set anchor bolts, leveling plates, and other accessories furnished in work of other Sections. Provide blocking and holding devices to maintain required position during final concrete placement. F. Protect exposed ends of extended reinforcement, dowels, or anchor bolts from mechanical damage and exposure to weather. 3.4 CONCRETE PLACEMENT A. Place concrete in a continuous operation and without segregation immediately after inspection and approval of the shaft by an independent testing and inspecting agency. ii" equipment of size, power, torque, and down thrust necessary for the work, will be paid according to Contract provisions for changes in the Work. .,. B. Dewatering: Prevent surface and ground water from entering excavated shafts. Dewater excavated shafts before concreting. Conduct water to site drainage facilities. C. Excavate shafts for drilled piers to indicated elevations. PDX 1. Excavate bottom of drilled piers to level plane. 2. Remove loose material and water from bottom of excavation. D. Notify and allow testing and inspecting agency to test and inspect bottom of excavation. If unsuitable bearing stratum is encountered, make adjustments to drilled piers as determined by Architect. 1. Do not excavate shafts deeper than elevations indicated, unless approved by r" Engineer. 2. Additional excavation will be paid according to Contract provisions for changes in the Work. 3. Maximum Variation from Location: Plus or minus 2 inches from centerlines shown. 4. Out -of -Plumb: Not more than 2 percent of pier length. 5. Concrete Cutoff Elevation: 100'-0" elevation, plus or minus 1/8 inch 6. Bottom Area of Pier: Not less than 96 percent of pier area required. 7. Shaft Diameter: Not less than 98 percent or more than 110 percent of shaft diameter indicated. E. If location or out -of -plumb tolerances are exceeded, provide corrective construction. Submit design and construction proposals to Engineer for review before proceeding. F. Inspection: Each drilled pier must be inspected and tested before placing concrete. 1. Provide and maintain facilities with equipment required for testing and inspecting excavations. Cooperate with testing and inspecting personnel to expedite the Work. 2. Notify testing agency at least 6 hours before excavations are ready for tests and inspection. 3.3 REINFORCEMENT A. Comply with recommendations of CRSI's "Manual of Standard Practice" for fabricating, placing, and supporting reinforcement. B. Clean reinforcement of loose rust and mill scale, earth, and other materials that reduce or destroy bond with concrete. C. Fabricate and install reinforcing cages symmetrically about axis of shafts in a single unit. D. Accurately position, support, and secure reinforcement against displacement during concreting. Maintain minimum cover to reinforcement. E. Use templates to set anchor bolts, leveling plates, and other accessories furnished in work of other Sections. Provide blocking and holding devices to maintain required position during final concrete placement. F. Protect exposed ends of extended reinforcement, dowels, or anchor bolts from mechanical damage and exposure to weather. 3.4 CONCRETE PLACEMENT A. Place concrete in a continuous operation and without segregation immediately after inspection and approval of the shaft by an independent testing and inspecting agency. ii" B. Place concrete by means of bottom discharge bucket, flexible drop chute, elephant -trunk hopper, or tremie. Use chutes or tremies for placing concrete where a drop of more than 25 feet (7.6 rn) is required, or pump concrete into place. C. Place concrete in a dry shaft, unless placement underwater or by slurry displacement is approved by Architect. D. Screed concrete at cutoff elevation level and apply a scoured, rough finish. Where cutoff elevation is above the ground elevation, form top section above grade and extend shaft to required elevation. E. Protect concrete work, according to ACI 301, from physical damage or reduced strength that could be caused by frost, freezing, or low temperatures. I. Do not use frozen materials or materials containing ice or snow. Do not place concrete on frozen subgrade or on subgrade containing frozen materials. 2. Do not use calcium chloride, salt, or other mineral -containing antifreeze agents or chemical accelerators. F. When hot weather conditions exist that would seriously impair quality and strength of concrete, place concrete according to ACI 301 to maintain delivered temperature of concrete without exceeding 90 deg F (32 deg C). 1. Place concrete immediately on delivery. Keep exposed concrete surfaces and formed shaft extensions moist by fog sprays, wet burlap, or other effective means for a minimum of 7 days. 3.5 FIELD QUALITY CONTROL A. Testing Agency: Contractor will engage a qualified independent testing and inspecting agency to sample materials, perform tests, and submit test reports during excavation and concrete placement for drilled piers. B. A drilled pier report will be prepared for each drilled pier as follows: 1. Actual top and bottom elevations. 2. Description of soil materials. 3. Description, location, and dimensions of obstructions. 4. Final top centerline location. 5. Variation of shaft from plumb. b. Shaft excavating method. 7. Levelness of bottom and adequacy of cleanout. 8. Ground -water conditions and water -infiltration rate, depth, and pumping. 9. Position of reinforcing steel. 10. Concrete placing method, including elevation of consolidation and delays. 11. Remarks, unusual conditions encountered, and deviations from requirements. 12. Concrete testing results. C. Concrete: Sampling and testing of concrete for quality control will include the following: 1. Sampling Fresh Concrete: ASTM C 172, except modified for slump to comply with ASTM C 94. a. Slump: ASTM C 143; 1 test at point of placement for each compressive -strength test, but no less than 1 test for each concrete load. b. Air Content: ASTM C 231, pressure method; 1 test for each compressive -strength test. C. Concrete Temperature: ASTM C 1064; 1 test hourly when air temperature is 40 deg F (4.4 deg C) and below and when 80 deg F (27 deg C) and above, and I test for each set of compressive -strength specimens. d. Compression Test Specimens: ASTM C 31; 1 set of 4 standard cylinders for each compressive -strength test, unless otherwise directed. Mold and r PPR store cylinders for laboratory -cured test specimens, unless field -cured test specimens are required. e. Compressive -Strength Tests: ASTM C 39; 1 set for each drilled pier, but not more than 1 set for each truck load. One specimen will be tested at 7 days, 2 specimens will be tested at 28 days, and 1 specimen will be retained own in reserve for later testing if required. 2. When frequency of testing will provide fewer than 5 strength tests for a given class of concrete, testing will be conducted from at least 5 randomly selected batches or from each batch if fewer than 5 are used. 3. When strength of field -cured cylinders is less than 85 percent of companion laboratory -cured cylinders, evaluate current operations and provide corrective procedures for protecting and curing the in-place concrete. 4. Strength level of concrete will be considered satisfactory if averages of sets of 3 consecutive strength test results equal or exceed specified compressive strength and no individual strength test result falls below specified compressive strength by more than 500 psi (3.45 MPa). 5. Test results will be reported in writing to Architect, Engineer, concrete manufacturer, and Contractor within 24 hours of testing. Reports of compressive -strength tests will contain Project identification name and number, date of concrete placement, name of concrete testing and inspecting agency, concrete type and class, location of concrete batch in drilled pier, design compressive strength at 28 days, concrete mix proportions and materials, compressive breaking strength, and type of break for both 7- and 28 -day tests. 6. Nondestructive Testing: Impact hammer, sonoscope, or other nondestructive device may be permitted but shall not be used as the sole basis for acceptance or rejection. 7. Additional Tests: Testing and inspecting agency will make additional tests of concrete when test results indicate concrete strengths or other requirements have not been met. 3.7 DISPOSAL OF MATERIALS A. Remove surplus excavated material and slurry and legally dispose of it off Owner's property- END ropertyEND OF SECTION 02466 «;' . « xCHARL.ES A. LUSHER ;:......30569 0: i��°U�LL-- `T P" SECTION 05120 - STRUCTURAL STEEL PARTI- 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 structural steel and architecturally exposed structural steel. B. Related Sections: The following Sections contain requirements that relate to this Section: I. Division 5 Section "Steel Deck" _ 1.3 PERFORMANCE REQUIREMENTS A. Engineering Responsibility: Engage a fabricator who utilizes a qualified professional engineer to prepare calculations, Shop Drawings, and other structural data for structural — steel connections. 1.4 SUBMITTALS A. General: Submit each item in this Article according to the Conditions of the Contract and Division 1 Specification Sections. B. Product Data for each type of product specified. C. Shop Drawings detailing fabrication of structural steel components. I. Include details of cuts, connections, splices, camber, holes, and other pertinent data. 2. Indicate welds by standard AWS symbols, distinguishing between shop and field _ welds, and show size, length, and type of each weld. 3. Indicate type, size, and length of bolts, distinguishing between shop and field bolts. Identify high-strength bolted slip -critical, direct tension, or tensioned shear/bearing connections. 1.5 QUALITY ASSURANCE A. Installer Qualifications: Engage an experienced Installer who has completed structural steel work similar in material, design, and extent to that indicated for this Project and with a record of successful in-service performance. B. Fabricator Qualifications: Engage a firm experienced in fabricating structural steel similar to that indicated for this Project and with a record of successful in-service performance, as well as sufficient production capacity to fabricate structural steel without delaying the Work. C. Fabricator shall be registered with and approved by authorities having — jurisdiction. C. Comply with applicable provisions of the following specifications and documents: 1. AISC's "Specification for Structural Steel Buildings --Allowable Stress Design and — Plastic Design." 2. ASTM A 6 (ASTM A 6M) "Specification for General Requirements for Rolled Steel Plates, Shapes, Sheet Piling, and Bars for Structural Use." D. Welding Standards: Comply with applicable provisions of AWS D1.1 "Structural Welding Code --Steel." 1.6 DELIVERY, STORAGE, AND HANDLING A. Deliver structural steel to Project site in such quantities and at such times to ensure continuity of installation. B. Store materials to permit easy access for inspection and identification. Keep steel members off ground by using pallets, platforms, or other supports. Protect steel members and packaged materials from erosion and deterioration. 1. Store fasteners in a protected place. Clean and relubricate bolts and nuts that become dry or rusty before use. 2. Do not store materials on structure in a manner that might cause distortion or damage to members or supporting structures. Repair or replace damaged materials or structures as directed. 1.7 SEQUENCING A. Supply anchorage items to be embedded in or attached to other construction without delaying the Work. Provide setting diagrams, templates, instructions, and directions, as required, for installation. PART2-PRODUCTS 2.1 MATERIALS A. Structural Steel Shapes, Plates, and Bars: As follows: 1. Carbon Steel: ASTM A 36 (Baseplates, cap plates, anchor bolts, clips) 2. High -Strength, Low -Alloy Steel, 55 ksi yield strength (Purlins) B. Cold -Formed Structural Steel Tubing: ASTM A 500, Grade B. (One location shown) C. Bolts, Nuts, and Washers: As follows: 1. Headed and Hooked Bolts: ASTM A 307, Grade A (ASTM F 568, Property m.. Class 4.6); carbon -steel, hex -head bolts; and carbon -steel nuts. (A-325 where shown) 2. Finish: Plain, uncoated. (Anchor bolts) 3. Finish: Mechanically deposited zinc -coating, ASTM B 695, Class 50 2.2 PRIMER A. Primer: Fabricator's standard lead- and chromate -free, nonasphaltic, rust -inhibiting primer. 2.3 FABRICATION A. Fabricate and assemble structural steel in shop to greatest extent possible. Fabricate structural steel according to AISC specifications referenced in this Section and in Shop Drawings. 1. Mark and match -mark materials for field assembly. 2. Fabricate for delivery a sequence that will expedite erection and minimize field handling of structural steel. B. Fabricate architecturally exposed structural steel with exposed surfaces smooth, square, and free of surface blemishes, including pitting, rust and scale seam marks, roller marks, rolled trade names, and roughness. I. Remove blemishes by filling, grinding, or by welding and grinding, prior to cleaning, treating, and shop priming. 0 2. Comply with fabrication requirements, including tolerance limits, of AISC's "Code of Standard Practice for Steel Buildings and Bridges" for architecturally exposed structural steel. C. Thermal Cutting: Perform thermal cutting by machine to greatest extent possible. I . Plane thermally cut edges to be welded. D. Finishing: Accurately mill ends of columns and other members transmitting loads in bearing. 2.4 SHOP CONNECTIONS A. Weld Connections: Comply with AWS D1.1 for procedures, appearance and quality of welds, and methods used in correcting welding work. I. Verify that weld sizes, fabrication sequence, and equipment used for architecturally exposed structural steel will limit distortions to allowable tolerances. Prevent surface bleeding of back-side welding on exposed steel surfaces. Grind smooth exposed fillet welds 1/2 inch (13 mm) and larger. Grind flush butt welds. Dress exposed welds. 2.5 SHOP PRIMING A. Shop prime steel surfaces, except the following: i. Surfaces embedded in concrete or mortar. Extend priming of partially embedded members to a depth of 2 inches (50 mm). 2. Surfaces to be field welded. 3. Surfaces to be high-strength bolted with slip-critical connections. 4. Surfaces to receive sprayed-on fireproofing. 5. Galvanized surfaces. B. Painting: Apply a 1-coat, nonasphaltic primer complying with SSPC's "Painting System Guide No. 7.00" to provide a dry film thickness of not less than 1.5 mils (0.038 nun). PART 3 - EXECUTION 3.1 EXAMINATION A. Before erection proceeds, and with the steel erector present, verify elevations of concrete and masonry bearing surfaces and locations of anchorages for compliance with requirements. B. Do not proceed with erection until unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Provide temporary shores, guys, braces, and other supports during erection to keep structural steel secure, plumb, and in alignment against temporary construction loads and loads equal in intensity to design loads. Remove temporary supports when permanent structural steel, connections, and bracing are in place, unless otherwise indicated. 3.3 ERECTION A. Set structural steel accurately in locations and to elevations indicated and according to AISC specifications referenced in this Section. B. Base and Bearing Plates: Clean concrete and masonry bearing surfaces of bond-reducing materials and roughen surfaces prior to setting base and bearing plates. Clean bottom surface of base and bearing plates. 1. Set base and bearing plates for structural members on wedges, shims, or setting nuts as required. 2. Tighten anchor bolts after supported members have been positioned and plumbed. Do not remove wedges or shims but, if protruding, cut off flush with edge of base or bearing plate prior to packing with grout. C. Maintain erection tolerances of structural steel within AISC's "Code of Standard Practice for Steel Buildings and Bridges." D. Align and adjust various members forming part of complete frame or structure before permanently fastening. Before assembly, clean bearing surfaces and other surfaces that will be in permanent contact. Perform necessary adjustments to compensate for discrepancies in elevations and alignment. 1. Level and plumb individual members of structure. E. Splice members only where indicated. F. Remove erection bolts on welded, architecturally exposed structural steel; fill holes with plug welds; and grind smooth at exposed surfaces. G. Do not use thermal cutting during erection. H. Do not enlarge unfair holes in members by burning or by using drift pins. Ream holes that must be enlarged to admit bolts. 3.4 FIELD CONNECTIONS A. Install and tighten nonhigh-strength bolts, except where high-strength bolts are indicated. B. Weld Connections: Comply with AWS D1.1 for procedures, appearance and quality of welds, and methods used in correcting welding work. I. Comply with AISC specifications referenced in this Section for bearing, adequacy of temporary connections, alignment, and removal of paint on surfaces adjacent to field welds. 2. Verify that weld sizes, fabrication sequence, and equipment used for architecturally exposed structural steel will limit distortions to allowable tolerances. Prevent surface bleeding of back -side welding on exposed steel surfaces. Grind smooth exposed fillet welds 1/2 inch (13 mm) and larger. Grind flush butt welds. Dress exposed welds. 3.6 FIELD QUALITY CONTROL 3.7 CLEANING A. Touchup Painting: Immediately after erection, clean field welds, bolted connections, and abraded areas of shop paint. Apply paint to exposed areas using_ same material as used for shop painting. 1. Apply by brush or spray to provide a minimum dry film thickness of 1.5 mils (0.038 nun). END OF SECTION 05120 OF . ,► r CHARLES A. LUSHER ................................ 3056 i koW___ ar �s� Sjsol SECTION 05310 - ROOF DECK AND TRIM 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 the following: 1. Roof deck. 2. Trim 1.3 SUBMITTALS A. Product Data: For each type of deck, accessory, and. product indicated. B. Shop Drawings: Show layout and types of deck panels, anchorage details, reinforcing channels, pans, deck openings, special jointing, accessories, and attachments to other construction. 1.4 QUALITY ASSURANCE A. Installer Qualifications: An experienced installer who has completed roof deck similar in material, design, and extent to that indicated for this Project and whose work has resulted in construction with a record of successful in-service performance. 1.5 DELIVERY, STORAGE, AND HANDLING A. Protect steel deck from corrosion, deformation, and other damage during delivery, storage, and handling. B. Stack steel deck on platforms or pallets and slope to provide drainage. Protect with a waterproof covering and ventilate to avoid condensation. PART2-PRODUCTS 2.1 MANUFACTURERS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: l .Roof Deck: Metal Building Components, Inc. (or equal) 26 gauge "PBR' panel, white Trim: 24 gauge, white 2. Wind uplift: Comply with UL Class 90 requirements 2.2 ACCESSORIES A. General: Provide manufacturer's standard accessory materials for deck that comply with requirements indicated. B. Fasteners: As required for UL Class 90 compliance eRn+, PART 3 - EXECUTION 3.1 EXAMINATION A. Examine supporting frame and field conditions for compliance with requirements for installation tolerances and other conditions affecting performance. 3.2 INSTALLATION, GENERAL A. Install panels and accessories according to applicable specifications, manufacturer's written instructions, and requirements in this Section. B. Install temporary shoring before placing deck panels, if required to meet deflection limitations. C. Locate decking bundles to prevent overloading of supporting members. D. Place deck panels on supporting frame and adjust to final position with ends accurately aligned and bearing on supporting frame before being permanently fastened. Do not stretch or contract side -lap interlocks. END OF SECTION 05310 E OF.TF�,1��► .................................... CHEAUSHE.. ���'•.� 30& F , r' Otis' _i Jan. 1N. 2000 02'x: 12,71M P2 f�2InAfl7 5d;LfE(LLl 4 I - PAW N. 0 iNTFR/C3R K E.y7"jFRIOR FEFJAC?LIS METALS_' Fiat Coat Kem Kro ik UrIlYersal t OMI Pruner -850 Socond Coat : lndustriai Enam.-1 - 854 lritd Coat : Industrial Enamel - 854 1j117-rR1OR ,5 Fx r--RiOR GrAL VA%v'!?W Ad rTAL S: First G'04t : Galvite /fS Primer - 850PIZ3 3 Scoond Coat Indusklal Enamel - 354 Mod taa,2t In4ustrda/ Enamel - 854 l..N?FRia t ExTirp/ p FT- BROUS METALS.' FrsrOoat : 0T1L1 Prix aelFinish -• l366WI Second L:nat : D 1V Ae ry,1a CO3Tfing; Gloss - B66 Thi: r1 Coat DTMAcrylic G0atiri-4, GIME - B66 11V j-FR,'+OB & EX :!'1.'F IOR 43A VANOED META S_' Fiat Goat 0 T Pri'mertFin O? - 866W I Second Coat : Lr TV AcrW c Coating 010000 - 966 Third Coat DTMAeryac Coaffng Gloss - 666 E,7d of 6?Ctlon FR.011 : i... PH HE HO. 2.11 CEM KROMI ° Industnal andAltit UNIVERSAL METAL PRIMER IMER C:vafin s Mons 860WZ1 OFF-WHITE 850HZ1 BUFF PRODUCT INFORMATION Revised 1197 Ji- PRDti1�T L}ESCRII"TXa�% i KBM KROMiK UNIVERSAL METAL PRIMER is a low VOC. For use aver prepared steel_ modified alkyd resin primer designed for.use over iron and steel substrates. Can be used as a "ur►versal" primer under "Universal" primer • Shoocoat primer high performanoe topcoats and is also suitable as a 'barrier' . • "Barrier" coating • Maintenance primer coat over conventional coatings which would normally be at- interior f exterior metal primer isaked by strong solvents in high performance coatings. Structural steel Equipment / machinery • Nigh film build Marine Vessels • Corrosion resistant • Suitable for use in USDA inspected facilities. t . QRt]t3UCT�►L7l=RiCS, Ia>:Ri=dRR#AHCE CHlFOACTRiSi ti Finish: Fiat SystLm Tested: (unless otherwise indicated) Substrate: Steel Color: brawn, Of White, Buff Surfau a Preparation: SSPC-ape Finish: 1 ct- Kem Krornik Universal FL% 3.0 mils dit Volume Solids: Si% ;t 2% Abrasion Resistance; Weight solids: 72% * 2% 'Method: ASTM D4060, CS17 wheel, IDW cyC10s, i kg load Result: 250 mg loss VOC (calciitated): 415 gA_ 3.45 Ib/gal Adhesion: Method: ASTM D4541 Recommended Sproading Rate per coat: Result: 260 psi l Viet rrmils: 6.0-8.0 Direct impact Resistance: Dry mills: 3-0-4.0 Method: ASTM G14 Coverage: 204 - 273 sq fugal approximate Result: 70 in. lbs. — Dry Heat Resistance: NOTE Brush or roil application may require multiple coats to ar:hieve, Method: ASTM D2485 � maximum frim thickness 2nd uniformity of appearance, Result; 200°F Flexibility: prying Schedule Q 6.0 mils wet az 50% RH: Method: ASTM! D522, 180" bend, 1!4` mandrel a 40°F @ 77°F 110-F Result: Passes To :ouch: 2 hours 30 minutes Is rrinutes Moisture Condensation Reaistapoe• Tack tree: 2% hours 1 hour 24 minutes Method: ASTM 134585, 100°r', 500 hours To recoat with itself and alkyds: Result: Good 21A hours 1 hour 45 minutes pencil Hardness: To recoat wiit: high performanoelhot solvent topcoats: Method, ASTM D33W :36 hours 16 hours 16 hours Result: H Solt Fag Resistance: Nate. ror maximum adhesion, acrylic topcoats nequirs 46 .- Method: ASTM B117. ..00 hours i i 2 hours drying of primer. Result: Good Drying time is terrperawre, humidity, and film thickness dependont, Thermal Shock: Method: ASTM D2246, 5 cycles Shelf Life: 36 months, unopened, at 77°F Result: Passes Plash Point 801F, PMCC Provides performance comparable to products formulated to federal specifrcations:'iT--P-86H, Type Ill and iV, TT-P-fifAD. PeducerfClean Up_ Xylene, R2K4, clean up only AtkYd c.", 1 Zt}(3i8i6 rnntint ri nn hnrSr rom FNQ t iJ,'1 Pl-!CNZ� R=i. la!-;, 1G 2000 02:1;=,0P1 rr'4 2.11 KOM ACRO I �� UNIVERSAL METAL PRIMERS50NZ6 BROWN. BG0WZ1 OFF-WHrrlr IBSONZ1 mite. PRODUCT INFORMATION '" .... ... r'iG4L19Wr/1CrgLtJaT:.ACA75 ... $tool,A.1kydTopaoat9 Surface must be clean, dry, and in wund aorrditiar, Remove i. 1 e1, Kerr± Krornik Univeraoi MSI Primer all oil, Aso, grease, dirt, loose rust, and other fwaign material 8.0 - 4.0 mils dit to ensure adequate adhesion. 1-2 c , Industrial En arnel HS 2.0 - 4.0 mils dittct Refer to product Application Bulletin fo; detailed surface prepay- Strwll, A urninum FlMish, ration Information. 3 ct, Kara Kromk Unlvesal Metal. Primer C 8.0.4.0 miler dit Minimum nx*mmandr surfooe prepatation; 1-2 rA. 5iivetr Brita Aiurnlrlum @ 1.0 = 1.5 roils dit/c t Iron Stool, SSPG-SP.' Steel, Acrylic Topcoat: ' 1 1 ct. ' gem Krainik Universal Metal Primer @ 3,0 - 4,0 rrril8 dtt 1-? cts. MM Acrylic Coating {� 2,5 - 4.0 mils dit/ct Steer, E5>oxy t+.lpCrOelt: 4ir rw w„-, M .iap1 Yl i g ct. Kem Kromik Universal Metal Primer Q 3.0 - 4.0 milts Lift Da not Ent 1-2 +its. Shur -Tie HS Epoxy @ 4.0 - 8.0 mils 9Wct Color: Brown, Off -White, Buff Steel, Polyuratltgm Topcoat: i cL Kom Kromik Universal Metal Primer 3.0.4.0 ITsiis dit 1-2 ft, Y€-SoNds Polyurethane y 3.0 - 4:0 mats dPlfci $fuaet. siilcc,tlt3 �lley� TGpCOAt. rye a �s+r • �I�'��-{ ` rE�9R y J�sII J! 1 Ct. Kem. Kromik Universal Metal Primer g 3.0 - 4,0 mils dit Temperature: 40'F .minimum. 120°F maximum 1-2 cts. Silicone Alkyd Low VOC Q 2.5 - 4.0 mils ditfct (air, surface, anid rnmerital) At least 5'F above dew point Steel, Water 134eed Epoxy Topcoat, Relative humidity: 85% maxim m 1 ct. Kern Krorn'k Univer l MtAkal P& ter +� 3.0 - 4.0 mits dR Refer to product Application Bulletin for "tallee app:ication 1-2 Ott. Water Based Catalyzed Epoxy as1f0€lnatirin Q 2.5 - 4.0 mHa dW Packaging: 1 and 5 gallon containers Weight per gallon: 12.5 t 0.35 lb,'may vary wit;i col Refer to they MSDS sheet before Lisa. Publ€shed technical data and instructions +are aubject to range The systems lirtna At)nva ara rspraaiMtative of the product's w$hotd notice, Contact your Sherwin-W;fliums reprj8"ritative use. Other systems may be appropriate, for additional technical data .and instructions. a FPW0 ,� PH fti NO Jin. _F 2000 02" 14Pl-1 PS 1.30 DOE GALVITETM HS C..aings BSOWZ30 PRODUCT INFORMATION . F�9vised 'Il97 . Mwt ,'``e,(�� i4 },F- '" y iYl'V. ,. v . �. ..rt: i;Y•rs.,' A`l ,;r f r ar^n e t:i; .Af:rt+I <>.,t..m ;.. to ..; 0 .?Y!*4'i45.�. �,;•.. ��',�'"b �'.S, r._="�wr� r.r..m .a ''....'* .� � b ""...�� "iR '" �.7' � $:;>�i.A,"' �1'�'�,.:,a9:�. °,4:: r..,,,,- �_,,�:ur•#'st �:it?;��eo-�'rr`,v�k"+A�a'k���� GALVITE HS is a solve6t• based acrylic coating with iovr VOC. For use over prepared: it :s Intended. for uw in mild .industrial ;and commercial envi- Gahranized steel - GalvalurM ronments. it may be used untogwated or •topcoated with se Primed ferrous rnettat Zinc rich pvirnws Jett wote&ortie. or solvent. based coatings. l £xampies: • Excellent adhesion to gaivapized and aluminum surfaces - .Joists - Ducts • High light reflectance - Metal deck ceiling • Conduits • Early moisture roalstanca • Railings • 600d add and alkali resistance • Suitable for use In USDA inspected facilities .e fN'll 1'y wli 5i c,y h ti�'i�II aa9444FM • Y w �' �` �ff. V � �r4 ♦h Y .4�1'L k � �,: 49fYJn e 1 '"V C + Y _ w .,: t t^j4:.an , s.,, V v pp • 4 M �RRdJ d , _ { Y �'f]j(M �h Z��j f H �1�SD..'Y� �x�8fi'. � ��Yj.�M9 T ppL- h5 . 4nh .. K •+�iV •ifiu . �e11 n.1 ,, ,.. b.'.i.„ ,�. x, .,. �:,.: :i N J :,±''v ..J /v:9.nY.�n:} n.� d"�' .1 .,., .,. 1 f1"' a. Finish: Flat System Tested: (uniesa otherwine:indicated) Sobstrate: Galvaisized Steel Color: Off G"lttite Outface Preparation: SSFc-SP1 Finish: 1 ct. Galvite HS 0 3.0 mils dit Volume Solids: 133% t 2% Abrasion Resistance: Weight Solids- 81% t 2% Method, ASTM D4060, CS17 wtied,10GD cyc;a,,,1 kg brad Result: 265 mg loss VOC (EPA Method 24): Unreduced: 312 g1L: 2.070lb/gal Acth tion: Reduced 3%, 335 91L, 2.79lb/gal Method:. ASTM D4641 Result: 225 psi Recommenden Spreading Rage per coat: Direct Impact Resistance: wet mug, 5,0-7.0 Method: ASTM G14 Dry rniis:. 3.0-4.5 Result: 80 in. ib. Coverage: 225 - 336 eq it/got approximate Dry beat Reelstance: Method' ASTM D2485 NOTE' Rmu t ar roil apps croon may require mu*,Ie coats to achieve Result: 275°F mvcirnurn film thickness and uniformity of app-_arance. Exterior Durability: i Drying Schedule ig 5.0 wits wet @,50% RH: Method: 1 year, 450 South Result: Excellent @ 40-F (g "OF 4006E Flexibility; To touch: 8-10 hours 1 hour 15 minutas Method: ASTM D522,180' bend, 118" rrandrel Tackfree: 16 hours 3 hours 30 minutes Result: Passee T4 rezoat: 24 hours 434 hours 1 Four Moisture Condensation Resistance: To cure: 21 days 14 days 7 days Method: ASTM 04585, iooll:, FSM hours Drying time is tstnper^ature, hurnidity, and film thicknessdeperafent. Result: Good-Eucellent pencil Hardness: Shelf Litre: 36 months, Unopened, at 77•F �` Method: ASTM D3363 Result: SS Flash Point: 100-r. PMCC Salt Fog Resistance: Method: ASTM B117, 500 how -s Reducer/Clean Up: Result: Fair Below 800F: Xylene, R20 Thermal $hogk: ASTIA D2248, 15 cycles Above so' F: Aromatic Fal -Flash Naphtha; R?!i5 Method: Passe Acrylic 1.,37 2004003 Fffntirti few• nn earl FROM : PHO!, -IE NO. : Jan. 15 2000 02: 14PH PG ra 1 PRODUCT R * ' "' Galvanisrrd Metal or Aluminum, irrteriar. 1-2.cta. Galvito riS Q 3,4 - 4.5 mils diticst Galvanized Metal or Aluminum, oxtarior. 2 cta Galviti HS 3.0 - 4.5 mils �Wot Galvanhwd'AAgtal or Aluminum: 1 ct: djlvq a HS Q 3.0.4.'5 mils dit 2 cts, indu$t SJ Enamel HS Q 2.0 - 4.0 miiS„dttfC4 or Prffall Paints GaFvavibad Molal ri+r Aluminum: I Ct Gativite HS a 3,0 - 4.5 mils dit 2 ds. G^,"M AcrAic. ^oating * 2.5.4.O mics dfVct or Metaletex Serpi-Gioia Enambl 0 1.5 - 4.0 mils dfdct i3af�aanixad, F$usta�d: 1 at. idem Bond HS a 3.0 - 5.0 mils dft (spot prime rusted areas only) 1-2 rte. Galvite NS 0 3.0 - 4.S mils dWct Swial must be clean, dry, and in wound condition. Romove all oil, dust, grease, dirt, bode rust. and other foreign material to ensure -adequate adhesion. Refer to product Application Elulletin for detailed surface prepa- ration information. Minimum recommended surface preparation: G'aivanding: SSPC-SP t ” Rusted GalvanWng: S6N-SP2 Alurrdnum SS'PG-SPI The systems listed above, sre representative of the products use, other systems. may be appropriate. " Primer required Do not tint when used as a topomt. For tinting as a guide coat prior to topcoatng, do not exCaed % oz. Nvodex $4•i Colorant per gallon. Calor: Off w hits lippil ` Temperature: 40'1 minimum, 1WF maxirnuM (air. surface, and mkesiai) At least S -F above drew point ReiaWe humidity: 85% maximum Rotor to product AFrplic:atiOn SU406rt for detailed application information. E Packaging, 1 and 5 gallon contalners Mbloht per. gallon, 13.41 * 0.2 Ib Rotor to lha3 MSDS RhW before use. pubtished techrjcmf data and instructions are subject to orange i ~ without notice. Contact your Shw-Ain-VAlliame reoresenta#ive for additional technical data and instructions. Jan. 1r� 2000 72:15Pht F7 2.'15 INDUSTRIAL ENAMEL B64 Smw_s PRODUCT INFORMATION Revised 1197 MDUSTRIAL ENAMEL is a rnediurn oil/alkyd all-purpose For use ovF+r prepared substrates ;n inaustrial environments: enjimei with a durable color pigment system. designed for interior and exterior uSe_ ExtericrAnterior ali-purpose rnaintenari. enamel • Sofetp and pipe: marking enamel •Dries fast and allows equipment to be placed back in Eranomical machinery and equipment finish service quickly interior wall and Ceiling enarneE • Chip and flake resistant A utility enamel for multiple uses. • Nigh plot_£ mates It resistant to dirt equipment, fixtures, conveyors, fire escapes, window frames, • Suitable for use in USDA inspected 1,66ifies pumps, safety markincas, wood anti concrete floor's, railings, � Mad support strugtures, blowier£, pipe rac4, pipe iidentfr- catior,, channels & bracing RC9t7130i�:i!>'tRJe+;Ei41,STiCS'icRFCfR11RANC� i�.FlAiFfAG3'tfSnC,�r,; Hnish: Gloss, 747+ units at 00" system Tested: (unless otherwise indicated) i Substrate: Steel COW: Wide rat.ge of colors available &J6800 Preparation: StSPC-SPP l incluchvig safety colors Primer: 1 a. Kern Krom'ik Qrskvarsal E<A tal Primer 3.0 - 4.0 mils dif ,Volume Solids: 4404 * 2%, may vary by color Finish: 1 e:. lndustrial Enamel rM 3.0 mils d1t . Weight Solids: 61'«• t 2%, mgy vary by color Abrasion Resistance: Method: ASTM D4060 C617wheal, 1000 cycles, 1 kg load � 'doC (calculated).- 440 g&3.87 ltdgai Result: 1$d rr?g loss I Pure WNW Alkyd 2.115 2400Q7 ; ear Continued fm back Adhesion: Recommendsa Spreading !tats per stoat: Method: ASTM 04641 K .Net. mils: 4.5-9.0 Result: 290 Psi Dry' mils: 2.0-4,0 Coverage: 175 - 350 sq it/gai approximate Dry heat Resistance: i Method: ASTM D24135 jt{ NOTE, 8rurh or rat; application may roquiro multiple coats to Achieve: Result: 200'F maximum fum thickness and uniformity of Appearance. Flexibility: Drying Schedule Q 4..6 mils *at Q 60% RH: Method: ASTP/t D522. 180' bend, 31165" mandrel @ 77-F Result: Passes � iotouch: 1-2. hours Tank free. 4-5 hours pencil Hardness: To recoat: 8 hours Method: ASTM D3363 Result: 3$ Drying time is ternoeraivre, humidity and film: thickness dependent Shelf Life: 36 months, unopened, at 77'F Provides performance Gornparable to products formulated to { federal specifications: Flash Point: 105•F, PMCC DOD -F-6580 DOD,E-700A 0( -j0 -F-", 13C ; MEL -E-15090 Tr -E -487E TT -E-489! Reducer/C!&an Up: iii7ir:eral Spirits. R1K4, clean up only TT•E-491C TT -F -37D TT -P -81 1E 1-t.P•102F Alkyd 2.115 2400Q7 ; ear Continued fm back F.7�OM ; PHONE NO. 2ar. 1G 201210 K�16PM P8 PRODUCT INFORMATION Surface most be clean, dry. and in sound c4ndition. Remove _ _ Stool. I Ke I m Krornik Universal Mew Primer all oll,idust, grgase, ditt, loose rust, and other foreign material at. . . a 3.0 .4.0 mls df( to ensure adequate adhesion, 2 rpts. Industrial Enamel a 2.0 - 4.0 mils dfVct Referto product Application Bill Win fo,, detalled surface prepa- _ ration information, 2 eta, IndListrilai Enamel Q 2.0 - 4.0 Mils dWCt �ron & Steel: SSPC-SP2 _ Aluminum; Ssprl-spl to. Block: Galvanizing: I ct. 'Epoxy Es . ter Marsonry Filleriseater Concrete Block Masonry� Cu'red, clean, dry, sound @ %0 - 15.0 rTft dft Woo�, interior- Clean, amooth, dust free *Pdmr required I ct. Concrete and Terrazzo Seater (reduced as needed) Tint with Blend -A -Color Toner at 7511/o slrerigthFive minutes _ 2 cis. Industrial Enamel 2.0 - 4.0 mils dfVLi Color. Wide range of colors poutible including safety _ _ Temperature- 407 MInifflum, 120'F rnaximurn (air, surface, and material) At least 57 above dew point _ Relative hurnidity: 65% Maximum Refer to product Application Bulletin for deWiled application _ _ Packaging'. i and 5 gallon containers Weight per gallon: 9,A * 0.2 lb, may vary witl� cajor -- ' Refer to the MSDS sheet before use, _ 0 Published technical data and instructicns; gre svblW. to change ~~ th u6c. CZr systems may be -appropriate. for additional technical data and inetructions. __ ,.R RRu1'-1 PHO[ -,E NO, i a ImhablalandMaine c0aings Jan. IS 2000 02: 17PM P9 1.21 OTIM ACRYLIC PRIER/FINISH B66WI PRODUCT INFORMATION Revised 1197 yY. ', V �! t ) li �4/': f� jjJ��J::M, Y:t, Y �M71 ;�i➢A"aY'JV d'/fi.'N 1 11 15 U Nd i d1Y 4 1 d� 1+L L '., f - Y". 1 i ��t a'itw ACKYUC PRIMER/FiNISH is a 100% acrylic emulsion, For use over prepared: i waterborna, corrasion resistant coating for both new construc- * Steel • Aluminum - Concrete i t'sun and industrial maintenance applicabohs. It can be'used • Galvanizing • Masonry -Zinc rich primers as a primer under most water based topcoats or alone as a . primer/topowt system. It develops excellent early moisture re- Examples, ristance and has excellent exterior durability, it can W used • Par Joists - Steel Reck Coiling r direetty over numerous substrate types. • Now Construction • Piping - Chemical Resistant • Structural Steel • Tanks • Fast city • Sash/F_asriy Rust Resistant • Suitable for use.in. USDA inspected facilities } jj 1 Yt p f r aQ r n x} .YAT 7'V bp{ 0410 1 Y' k !i. JV 'Y�T yr� +y� ■ lyr J !V dFJ Idr 1x Y _f, K }k f !' � �i A: 1'. f t !. tl �qe�� .;,,/ V7, '� ':f 5 ?� 4', S,,h Y.A:�1,r±.;!•4:Rv! ��d AG 411..,.1 (.dW`iv�rQ!„ CC• M1 .. M k,J. M1. P d...h,•./. Finish: Flat, 5 - 10 units at 609 System Tested: (unless otherwise indicated) Substrate: steel Cot or. white Surface Preparation:-swc-Sl'10 Finish: 1 at, DTV Acrylic. Primer/Finish a 3.0 mils dtt Volume; Solids: 46% .* 2% Abrasion Resistance - Weight $* ids: 610/0 * 20� Method: ASTM 134060, C517 wheel, 100 odes: 1 kgioad Result: 225 m0 loss VOC (EPA Method 24): 138 9IL: 1.151Wgal Adhesion: Method: ASTM D454i Recommended Spreading Rate per coat: Result. >500 psi Wet mils. 6,0-10.0 Direct Impact Resistance: Ory mils: 2.5 - 5.0 Method: ASTM G14 Coverage: 150 - 290 sq it/gal approximate Result: >140 In. lbs. Dry !feat. Resistance: N=: Brush orroil application may require mutbp!e cork to saltie,, Method: ASTM D2485 maximum film thici:rtess and uniforn* of appearence. Result: 250*F Exterior Durability: Drying Schedule (a 6.0 mils wet a@ 50% RH: Method: 1 year, 45` South 55-F 77°F , 120°l' Result: Excellent 1-0 touch: 1 hour 40 rrminutes 26 mindtes Flexibility: Tack (ree. 6 !'tours 4 hours 2 hours Method: ASTM D522: 180' Mend, IX' mandrel To recoat: a hours 4 hours 2 hours Result Passes To cure: 45 days 30 days 14 days Moisture Condensation Resistance: ;2 ets) Menthol': ASTM D4585, .1oo'r, 500 hours I)ryi!tg time is terrrperstum, humidity, and fim thickness dependent. Result: " 1=xCellent PsnCil,Hardnass: Shelf Lite. 35 months, unopened, at 77'F Method: ASTM 03363 Result: H Flash Point: >2oo°F, Pmcc Salt Fog Resistance: (2 cts.) Method: ASTM. 6117, 500 hours Reducedclean Up: Waxer Result: l=:ccegent Provides performance comparabte to products formulaiec to federal specification: Mil -P-285778, TC -P-1075, and Paint j Specification: SSPC-Paint 24. Acrylic ',.21 2002948 oartinuedonbark F-�Olvl PHOHE H0. Jar,. IG 2000 02: 171PH P10 r1.21 � r w �-PRIMERIFINISHSGGWI PRODUCT INFORMATION M' `-r..:, °.„�. '::• u9� 1 f ,. P i $., 77 RF PARA CION V �46 f iF Steel; 2 cts, Dist Acrylic Primer/Finish 2.5 - 5.0 mils dttict Surface muss be clean, dry, aamd in, sound condition,. Remove all oil, dust, grease, dirt, loose rust, and other foreign material to ensure adequate adhasiora, . stat•. 1 'd. STM Acrylic Frimer/Firiish 24 - 5.0 mils dit” ' f Do not use faydr*c bon solvents for ctsaning. I 2 ds: ATM Acrylic Coo*g Q 2.5 - 4.0 mins dtVct. or or Metalatex S'omt-Gloss, @ 1.5 - 4.0 mils cift/ol, or or Water Based Catalyzed Epoxy Q 2.5 - 3,0 mils d&ct Refer to product Application Bulletin for detailed surface prepa- � ration information. E Altminmm, Galvanixe�a# and Masonry, Minix urh 're cornmt nded surface "paration: 2 cts., . Mbi Acr& Primer/Finish Q 2.5 - 5.0 miis dfVzt iron & steel: 5SPC-SR2 Aluminum: SSPC-si'1 Alu1vrif ww, Galvanized, atrld Masonry; Galvanizing: SSPC-MPI f cL DTM Actyiic PrimerlFinish tai 2.5 - &0 mils dfVcA Concrete & Masot'mry: Cured, clean, dry, sound 2 its. OTM Acrylic Coating 0 2.5 - 4.0 mils ditfct or Metaalatex Gomi-GWs, C 1.5 _. 4.0 miis 011d, or or Water Based Catalyzed Epoxy 2.5. 3.0 mils ditict rr G � , ,re F3� "I 1 �i iFlil gYl �ir1 0; Tint with Stand -A Calor inner at 7511/6 that strength. 2 .02/gal Concr,ete. t ct, i•'iowy Duty Bio -A t=iller a 10.0 - 16.0 mils eft 2 cttt. iai'tJl Acrylic PrirnedFinish tM 2.5 - 5.0 mils dtVet maximum. Product is not i*nlrolle-d far tint strength. Fiore min- sates minimum mixilg on a mechanical shaker is re gLiirsd for complete mixing of color, pnMottaly Painted Surfaces:' 'iinttng can afderA the flash/early rust resistance of tie coating, 1-2 ds. DT.MM Acrylic PrirnertFlnksh ! 2.5 - 5.0 mils dfLIct Color -PureWhEte Texnmpetrature.: .65'F minimum, 120T, maximum (air, .surface, and material), At least 5'l° above clew point Relative humidity, $16% maximum Refer to product Application Wlet`sn for detailed application infortzmaUon. • � '��, g,, F�,Ft�,fA;'a'agH t Paclmglna: ' 1 and 5 oJon contasiner'3 Wpight.per Sasliori! 11.48 t.0.2 lb 777777Ftafer to the PAWS sheer before use. (>ublished technical data and instructions $re subject to change j without notice. Contaact your Sherwin-Wal9laarns rapresertative j fpr eiiC�tiona, technical data and instruc tions. The systerns listed abo'vo are reprm+sert uvea of the products um. othw. systems may iso appropriate: i FROM PH3NE Na Tar,. 1G 2-?17jo 0-1: 1SPM Pim 1.25 III Ls w In us-I ial and �Vllcxine PTM ACR YLl+� f� �'t'YZ B66-1 OO .SERIES GLOss t++��6666 �7 B66-200 SERIES SEI�I-GLasS 4u - r ROVi„i'C ! !NFVRIY A I ION Revised 4197 ptcpuc Ds�t�fnol ;;rs m iiGC?1AM�O�R SES f UTM ACRYLIC COATING Is a 100% acrylic, water reducible, For use over prepared:' corrosion resistani coating.for light to moderate industrial use, - SW - Galvanizing • Woad Designed for new construction or maintenance use and can Aluminum - Concrete • Masonry be used directly sever prepared substrates. Zinc rich.primers - Drywall • Chemical resistant - Corrosion resistant Examples: • Fast dry - Low odor • Buildings Storage Tat *s - Water treatment plants • Outstanding early moisture resistance • Machinery • Equipment • New G`onst—u&jon, • Flash rustlaariy rust resistant - 'ower plants Piping • Gmicural Stc*l • Suitable for use in USDA inspected facilities - Select Marine Stuctures p oDtlC;7 f HAi#;�C1ERlSTiCS+ +'ot EtiFC]itI1N11NC .`��pg CT itt Sr. x,* Finish: Gloss: 70* 5 units 60° System Tested: (uniess otherwise)ndicated) Semi -Gloss: 35 +.5 units 601 Substrate: Steel Surface Preparation: SSPC-Selo Color: Ultra White and a wide range of Finish: 2 cts, DTM Acrylic Coating Q 3 mils dittct colors includir+g safety calors Abrasion Resistance: Volume Solide: 38%;L 2%, may vary by color Method: ASTM D4060. C517 wheel, 1000 cycles, I kg load Result: 107 mg loss Weight Solids: 50°K t 2%, -nay vary by color Adhesion: Method: ASTM D4541 VOC (EPA. Mettrod 24); 208 gA, 1.73 lbs;qal Result: >500 psi Pure VAlte direct impact Resistance: Method: ASTM G14 Recommended Spreading state per coat. Result: . }150. in. lbs Wet mils: 6.5-10.0 dry Heat Resistance: Dry mitt: 2.5 - 4.0 Method: ASTM D2485 Coverage 155 - 250 sq fugal .approximate result: '300°F Exterior Durability: NOTE: Brush or res! appiioation may require multiple watt to nohleve Method' 1 year, 45' South maximum film thi,:kness and oniformity of appearance. Result: Excellent Flexibility: Drying Schedule (M 8.0 mlic wet 50`34 RH: Method .ASTM D522, l$G" bend, 1t8" rnandrei arv"7°F @ 77-F @ 11.0°F Result: Passes Totouch: 1112.. hours 1 hour 30 minutes Moisture Condensation Resistance: T3ckfree: B hours 4 hours 2 hours Method: 'ASTM D4565, 100"F, 3QO hours To recoat: 6 hours 4 hour$ 2 horns ResuN.: Passes Tocure; 30 days 30 days 30 days Pencil Hardness: Method: ASTM DS$$3 Drying time i:, ternraereture, humidity, and film thickness depsndEnt. result: ' 28 Salt Fog Resistance: Shelf Life: 313 months, unopened, at 77'P Method: ASTM B117, 500 hours. Result: Excellent Flash Point: !-2004F. PMCC Flame Spread Rating: Method: ASTM E$4 -91a Reducer/Clean Up: Water Result: Flame Spread index - 5 $woke Density Index -- 0 Provides performance comparable to products formulated to federal specification: Mil -P-285786, TT -17-15116, and Paint Specification,'SSFC-Paint 24, Acrylic 1.25 2001708 continued ora back. FROM : PH0l,iE NO. : Sari. lt; 2000 32,: ig-1 Pyo 1.25 DTM ACRYLIC COATING 866-1 00 SEPics GLOSS 866-200 So= Swt.GLOSS PRODUCT IN FORMATION I ct. DTM Acrylic, Primer/ziP,43 h 2,5 - 5,0, mils dft or Kam good HS Q 2.0 - 5.0 milt dfl: or. Znq Clod Primer Q 3 - 5.0 r46 df, 2 cis. DTM Acwyllc Coating 0 2,5 - 4.0, mils dfVct 2 cts. DTU Acrylic Coating a 2.5 - 4.0 mils dft/c4 (Application: of ccatina on unpriwaC bare steel may cauao pinpoint rusting.) 2 cts. OM AwAlc OcaUng a 2.5-.4.0 mils ciftict i ds: OTM. Acryiic Cmtng. 2,5 - 4.Q mils dWct Conoi*W 6;*ok*. 1 ct. Heavy Duty Block Filler C 10.0 - 18.0 mils, dft 2 cts. DTM Acrylic Coating C 2.6 - 4.0 milt, dftJct 2 ct&,.. DTM "llo Coating 2.6 - 4.0 qnisdftict ProMar 200 Latex Wet; Priomr 1.0 - 1.6 mile dft cW. DTM Acrylic Coating @ 2.6 - 4.0 milt dfVct SurfaI4 must be clean, dry, and in sound vondftn. Pemawe all oil, dust, grease, dirt, loose rust, and other foreign material to ensure adequate adhesion. Do not'us# hydrocarbon solvents for cleaning. Refer to prodQol, Appli"tion 80000 forldetalled surfam- prepa- ration on Information. Knimum recommended surfoc' Prepaittion: lron'ls $tool" . 'SVC W2 Aluminum* Connate & Masonry. CkJf8d. Clean, dry, SOUn4d wood, Dry and swirled smooth Primer required, When using Pure VWAe or Ultra White on metal,. no primer is req%.ire.d.. Tint with Blend -A -Color Toner at 1i00% tint strength. Fifa min - vies minimum um mixd� mincing on a rneanical shaker is required for complete mixing of color, 'Tinting can affesAthe flashloarly rust reslwmoe of the coafinq, Color: Ultra Mte and a wide range of colors in.,luVG safety . 001ors PrOnished Siring: (Baked -on finlehes) i ct- 0 -TM Bonding Primer C 2,0 - 510 Mii$ d Tempersture-, 50T minimum, 1.1f) -F maximum 2 cts- 0TM AcrAlc Coating Q 2,5 - 4.0 mils dfVct (air, suifaca, and material) At least WF above dew paint Reiative humidity: 86% ma ximurn I ct. A.100 Exterior Oil Wood Primer Q 1.5 MI's dft' 2 cts. OTM Acrylic; Coating',g' 2.5 - 4.0 mils dfVat Refer to product Applicz6on Duiletin for tictailed appvcwor Information. WOW, llrudor. I ct. ProMs. - 200 Snernel Underwater @, 1.5 mils di, 2 cis, DTM Acrylic Coating Q 2,5 - 4,0 mils d Packaging: 1 and 5 gallon cardaint.m. Weight l5er g4lion. 10.2 + 0.2 1b, may vary by cojor Refer tQ"the MSDS sh"t beiora use. without notice. Contact your SherWn-winjarns The systems listed abmre are representative of the prodUCt'S for additional technical data and inttructions. use, other sysicrns may he appropriate. FUEL STATION CANOPY r SECTION 02466 - DRILLED PIERS PART 1 - GENERAL 1.1 RELATED DOCUMENTS Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY This Section includes cast -in-place concrete drilled piers. Related Sections include the following: 1. Division 1 Section "Construction Facilities and Temporary Controls." 1.3 SUBMITTALS A. Product Data: For each type of product specified. Include reinforcement and admixtures. B. Shop Drawings: For concrete reinforcement detailing fabricating, bending, and placing. C. Design Mixes: For each class of concrete. Include revised mix proportions when characteristics of materials, project conditions, weather, test results, or other circumstances warrant adjustments. 1. Laboratory Test Reports: For evaluation of concrete materials and mix design test. 1.4 QUALITY ASSURANCE A. Installer Qualifications: Engage an experienced installer who has specialized in installing drilled piers similar to those required for this Project. B. Drilled -Pier Standard: Comply with provisions of ACI 336.1, "Specification for the Construction of Drilled Piers," unless modified in this Section. 1. Record and maintain information pertinent to each drilled pier and cooperate with Owner's testing and inspecting agency to provide data for required reports. C. Testing Agency Qualifications: Qualify and engage an independent testing agency with the experience and capability to conduct the following testing without delaying the Work: 1. Qualify testing agency, according to ASTM E 329 and ASTM C 1077, to perform materials evaluation tests and to design concrete mixes. 1.5 PROJECT CONDITIONS A. Existing Utilities: Locate existing underground utilities before excavating drilled piers. If utilities are to remain in place, provide protection from damage during drilled pier operations. 1. Should uncharted or incorrectly charted piping or other utilities be encountered during excavation, consult Architect immediately for directions as to procedure. Cooperate with Owner and utility companies in keeping services and facilities in operation. Repair damaged utilities to satisfaction of utility owner. PART2-PRODUCTS 2.1 REINFORCING MATERIALS A. Reinforcing Bars: ASTM A615, Grade 60, deformed. 2.2 CONCRETE MATERIALS A. Portland Cement: ASTM C 150, Type I or H. B. Fly Ash: ASTM C 618, Type C or F. C. Silica Fume: ASTM C 1240, amorphous silica. D. Aggregates: ASTM C 33, 3/4 -inch maximum aggregate size. E. Water: Potable, complying with ASTM C 94 requirements. 2.3 CONCRETE MIX A. Prepare design mixes, according to ACI 301, for concrete by either laboratory trial batch or field experience method. For trial batch method, use a qualified independent testing and inspecting agency for preparing and reporting proposed mix designs. 1. Contractor to engage independent testing and inspecting agency. 2. Limit use of fly ash and silica fiune to not exceed 25 percent of weight of portland cement. B. Proportion mixes according to ACI 211.1 and ACI 301 to provide normal -weight concrete with the following properties: 1. Compressive Strength (28 Day): 3000 psi 2. Maximum Water -Cement Ratio at Point of Placement: 0.45. C. Add air -entraining admixture at manufacturer's prescribed rate to result in concrete at point of placement having an air content as follows with a tolerance of plus or minus 1 percent: 1. Air Content: 6.0 percent. D. Concrete -mix design adjustments may be proposed when characteristics of materials, project conditions, weather, test results, or other circumstances warrant. 2.4 CONCRETE MIXING A. Ready -Mixed Concrete: Comply with requirements and with ASTM C 94. Do not add -' water after mixing. 1. When air temperature is between 85 and 90 deg F reduce mixing and delivery time from 1-1/2 hours to 75 minutes; when air temperature is above 90 deg F (32 deg -- C), reduce mixing and delivery time to 60 minutes. PART 3 - EXECUTION 3.1 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, vibration, and other hazards created by drilled pier operations. 3.2 EXCAVATION A. Unclassified Excavation: Excavation is unclassified and includes excavation to bearing elevations regardless of character of materials or obstructions encountered. 1. Obstructions: Removal of unanticipated boulders, concrete, masonry, or other unforeseen obstructions that cannot be removed by conventional augers fitted with soil or rock teeth, drilling buckets, or under -reaming tools attached to drilling 9 equipment of size, power, torque, and down thrust necessary for the work, will be paid according to Contract provisions for changes in the Work. B. Dewatering: Prevent surface and ground water from entering excavated shafts. Dewater excavated shafts before concreting. Conduct water to site drainage facilities. C. Excavate shafts for drilled piers to indicated elevations. 1. Excavate bottom of drilled piers to level plane. 2. Remove loose material and water from bottom of excavation. D. Notify and allow testing and inspecting agency to test and inspect bottom of excavation. If unsuitable bearing stratum is encountered, make adjustments to drilled piers as determined by Architect. 1. Do not excavate shafts deeper than elevations indicated, unless approved by Engineer. 2. Additional excavation will be paid according to Contract provisions for changes in the Work. 3. Maximum Variation from Location: Plus or minus 2 inches from centerlines shown. 4. Out -of -Plumb: Not more than 2 percent of pier length. 5. Concrete Cutoff Elevation: Plus 1 inch (25 mm), minus 3 inches (76 mm). 6. Bottom Area of Pier: Not less than 96 percent of pier area required. 7. Shaft Diameter: Not less than 98 percent or more than 110 percent of shaft diameter indicated. E. If location or out -of -plumb tolerances are exceeded, provide corrective construction. Submit design and construction proposals to Engineer for review before proceeding. F. Inspection: Each drilled pier must be inspected and tested before placing concrete. 1. Provide and maintain facilities with equipment required for testing and inspecting excavations. Cooperate with testing and inspecting personnel to expedite the Work. 2. Notify testing agency at least 6 hours before excavations are ready for tests and inspection. 3.3 REINFORCEMENT A. Comply with recommendations of CRSI's "Manual of Standard Practice" for fabricating, placing, and supporting reinforcement. B. Clean reinforcement of loose rust and mill scale, earth, and other materials that reduce or destroy bond with concrete. C. Fabricate and install reinforcing cages symmetrically about axis of shafts in a single unit. D. Accurately position, support, and secure reinforcement against displacement during concreting. Maintain minimum cover to reinforcement. E. Use templates to set anchor bolts, leveling plates, and other accessories furnished in work of other Sections. Provide blocking and holding devices to maintain required position during final concrete placement. F. Protect exposed ends of extended reinforcement, dowels, or anchor bolts from mechanical damage and exposure to weather. 3.4 CONCRETE PLACEMENT A. Place concrete in a continuous operation and without segregation immediately after inspection and approval of the shaft by an independent testing and inspecting agency. B. Place concrete by means of bottom discharge bucket, flexible drop chute, elephant -trunk hopper, or tremie. Use chutes or tremies for placing concrete where a drop of more than 25 feet (7.6 m) is required, or pump concrete into place. C. Place concrete in a dry shaft, unless placement underwater or by slurry displacement is approved by Architect. D. Screed concrete at cutoff elevation level and apply a scoured, rough finish. Where cutoff elevation is above the ground elevation, form top section above grade and extend shaft to required elevation. E. Protect concrete work, according to ACI 301, from physical damage or reduced strength that could be caused by frost, freezing, or low temperatures. 1. Do not use frozen materials or materials containing ice or snow. Do not place concrete on frozen subgrade or on subgrade containing frozen materials. 2. Do not use calcium chloride, salt, or other mineral -containing antifreeze agents or ^ chemical accelerators. F. When hot weather conditions exist that would seriously impair quality and strength of concrete, place concrete according to ACI 301 to maintain delivered temperature of concrete without exceeding 90 deg F (32 deg C). 1. Place concrete immediately on delivery. Keep exposed concrete surfaces and formed shaft extensions moist by fog sprays, wet burlap, or other effective means for a minimum of 7 days. 3.5 FIELD QUALITY CONTROL A. Testing Agency: Contractor will engage a qualified independent testing and inspecting agency to sample materials, perform tests, and submit test reports during excavation and concrete placement for drilled piers. B. A drilled pier report will be prepared for each drilled pier as follows: 1. Actual top and bottom elevations. 2. Description of soil materials. 3. Description, location, and dimensions of obstructions. 4. Final top centerline location. 5. Variation of shaft from plumb. 6. Shaft excavating method. 7. Levelness of bottom and adequacy of cleanout. 8. Ground -water conditions and water -infiltration rate, depth, and pumping. 9. Position of reinforcing steel. — 10. Concrete placing method, including elevation of consolidation and delays. 11. Remarks, unusual conditions encountered, and deviations from requirements. 12. Concrete testing results. — C. Concrete: Sampling and testing of concrete for quality control will include the following: 1. Sampling Fresh Concrete: ASTM C 172, except modified for slump to comply with ASTM C 94. a. Slump: ASTM C 143; 1 test at point of placement for each compressive -strength test, but no less than 1 test for each concrete load. b. Air Content: ASTM C 231, pressure method; 1 test for each _. compressive -strength test. C. Concrete Temperature: ASTM C 1064; 1 test hourly when air temperature is 40 deg F (4.4 deg C) and below and when 80 deg F (27 deg C) and above, and 1 test for each set of compressive -strength specimens. d. Compression Test Specimens: ASTM C 31; 1 set of 4 standard cylinders for each compressive -strength test, unless otherwise directed. Mold and FM store cylinders for laboratory -cured test specimens, unless field -cured test specimens are required. e. Compressive -Strength Tests: ASTM C 39; 1 set for each drilled pier, but not more than 1 set for each truck load. One specimen will be tested at 7 days, 2 specimens will be tested at 28 days, and 1 specimen will be retained in reserve for later testing if required. 2. When frequency of testing will provide fewer than 5 strength tests for a given class of concrete, testing will be conducted from at least 5 randomly selected batches or from each batch if fewer than 5 are used. 3. When strength of field -cured cylinders is less than 85 percent of companion laboratory -cured cylinders, evaluate current operations and provide corrective procedures for protecting and curing the in-place concrete. 4. Strength level of concrete will be considered satisfactory if averages of sets of 3 consecutive strength test results equal or exceed specified compressive strength and no individual strength test result falls below specified compressive strength by more than 500 psi (3.45 MPa). 5. Test results will be reported in writing to Architect, Engineer, concrete manufacturer, and Contractor within 24 hours of testing. Reports of compressive -strength tests will contain Project identification name and number, date of concrete placement, name of concrete testing and inspecting agency, concrete type and class, location of concrete batch in drilled pier, design compressive strength at 28 days, concrete mix proportions and materials, compressive breaking strength, and type of break for both 7- and 28 -day tests. 6. Nondestructive Testing: Impact hammer, sonoscope, or other nondestructive device may be permitted but shall not be used as the sole basis for acceptance or rejection. 7. Additional Tests: Testing and inspecting agency will make additional tests of concrete when test results indicate concrete strengths or other requirements have not been met. 3.7 DISPOSAL OF MATERIALS A. Remove surplus excavated material and slurry and legally dispose of it off Owner's property. END OF SECTION 02466 rP.�E OF h� N .:: ......... CHARLES A: LUSTIER... 4�0 .q�.30569 �WAL L f/ v' /' SECTION 05120 - STRUCTURAL STEEL 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 structural steel and architecturally exposed structural steel. B. Related Sections: The following Sections contain requirements that relate to this Section: 1. Division 5 Section "Steel Deck" 1.3 PERFORMANCE REQUIREMENTS A. Engineering Responsibility: Engage a fabricator who utilizes a qualified professional engineer to prepare calculations, Shop Drawings, and other structural data for _structural. steel. connections. 1-4 SUBMITTALS A General-- Submit.each item in this Article -according to the Conditions of the Contract and Division I -Specification Sections. B. Product Data for each type of product specified. C. Shop Drawings detailing fabrication of structural steel components. _. 1, Include details of cuts, connections, splices, camber, holes, and other pertinent data. 2. Indicate welds by standard AWS symbols, distinguishing between shop and field welds, and show size, length, and type of each weld_ 3. Indicate type, size, and length of bolts, distinguishing between shop and field bolts. Identify high-strength bolted slip -critical, direct tension, or tensioned shear/bearing connections_. 1.5 QUALITY_ ASSURANCE. A. Installer Qualifications: Engage an experienced Installer who has completed structural steel work similar in material, design, and extent to that indicated for this Project and with a record of successful in-service performance.. B. Fabricator Qualifications: Engage a firm experienced in fabricating structural steel similar to that indicated for this Project and with a record of successful in-service performance, as well as sufficient production capacity to fabricate structural steel without delaying the Work. C. Fabricator shall be registered with and approved by authorities having jurisdiction. C. Comply with applicable provisions of the following specifications and documents: I . AISC's "Specification for Structural Steel Buildings --Allowable Stress Design and Plastic Design." 2. ASTM A 6 (ASTM A 6NI) "Specification for General Requirements for Rolled Steel Plates, Shapes, Sheet Piling, and Bars for Structural Use." D. Welding Standards: Comply with applicable provisions of AWS D 1.1 "Structural Welding Code --Steel." 1.6 DELIVERY, STORAGE, AND HANDLING A. Deliver structural steel to Project site in such quantities and at such times to ensure continuity of installation. B. Store materials to permit easy access for inspection and identification. Keep steel members off ground by using pallets, platforms, or other supports. Protect steel members and packaged materials from erosion and deterioration. i. Store fasteners in a protected place. Clean and relubricate bolts and nuts that become dry or rusty before use. 2. Do not store materials on structure in a manner that might cause distortion or damage to members or supporting structures. Repair or replace damaged materials or structures as directed. 1.7 SEQUENCING A. Supply anchorage items to be embedded in or attached to other construction without r-* delaying the Work. Provide setting diagrams, templates, instructions, and directions, as required, for installation. PART 2 - PRODUCTS 2.1 MATERIALS A. Structural Steel Shapes, Plates, and Bars: As follows: 1. Carbon Steel: ASTM A 36 (Base plates, anchor bolts, clips) 2. High -Strength, Low -Alloy Steel, 55 ksi yield strength (Purlins) B. Cold -Formed Structural Steel Tubing: ASTM A 500, Grade B. (Columns and rafters) C. Bolts, Nuts, and Washers: As follows: 1. Headed and Hooked Bolts: ASTM A 307, Grade A (ASTM F 568, Property Class 4.6); carbon -steel, hex head bolts; and carbon -steel nuts. 2. Finish: Plain, uncoated. (Anchor bolts) 3. Finish: Mechanically deposited zinc -coating, ASTM B 695, Class 50.(Purhn bolts) 2.2 PRIMER A. Primer: Fabricator's standard lead- and chromate -free, nonasphaltic, rust -inhibiting primer. 2.3 FABRICATION A. Fabricate and assemble structural steel in shop to greatest extent possible. Fabricate structural steel according to AISC specifications referenced in this Section and in Shop Drawings. — I . Mark and match -mark materials for field assembly. 2. Fabricate for delivery a sequence that will expedite erection and minimize field handling of structural steel. B. Fabricate architecturally exposed structural steel with exposed surfaces smooth, square, and free of surface blemishes, including pitting, rust and scale seam marks, roller marks, rolled trade names, and roughness. I . Remove blemishes by filling, grinding, or by welding and grinding, prior to cleaning, treating, and shop priming. 2. Comply with fabrication requirements, including tolerance limits, of AISC's "Code of Standard Practice for Steel Buildings and Bridges" for architecturally exposed structural steel. C. Thermal Cutting: Perform thermal cutting by machine to greatest extent possible. 1. Plane thermally cut edges to be welded. D. Finishing: Accurately mill ends of columns and other members transmitting loads in bearing. 2.4 SHOP CONNECTIONS A. Weld Connections: Comply with AWS D1.1 for procedures, appearance and quality of welds, and methods used in correcting welding work. W 1. Verify that weld sizes, fabrication sequence, and equipment used for architecturally exposed structural steel will limit distortions to allowable tolerances. Prevent surface bleeding of back -side welding on exposed steel i t surfaces. Grind smooth exposed fillet welds 1/2 inch (1.3 mm) and larger. Grind flush butt welds. Dress exposed welds. 2.5 SHOP PRIMING A. Shop prime steel surfaces, except the following: 1. Surfaces embedded in concrete or mortar. Extend priming of partially embedded members to a depth of 2 inches (50 min). 2. Surfaces to be field welded. 3. Surfaces to be high-strength bolted with slip -critical connections. 4. Surfaces to receive sprayed -on fireproofing. 5. Galvanized surfaces. B. Painting: Apply a 1 -coat, nonasphaltic primer complying with SSPC's "Painting System Guide No. 7.00" to provide a dry film thickness of not less than 1.5 mils (0.038 mm). PART 3 - EXECUTION 3.1 EXAMINATION A. Before erection proceeds, and with the steel erector present, verify elevations of concrete and masonry bearing surfaces and locations of anchorages for compliance with requirements. B. Do not proceed with erection until unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Provide temporary shores, guys, braces, and other supports during erection to keep structural steel secure, plumb, and in alignment against temporary construction loads and loads equal in intensity to design loads. Remove temporary supports when permanent structural steel, connections, and bracing are in place, unless otherwise indicated. 3.3 ERECTION A. Set structural steel accurately in locations and to elevations indicated and according to AISC specifications referenced in this Section. B. Base and Bearing Plates: Clean concrete and masonry bearing surfaces of bond -reducing materials and roughen surfaces prior to setting base and bearing plates. Clean bottom surface of base and bearing plates. I . Set base and bearing plates for structural members on wedges, shims, or setting nuts as required. 2. Tighten anchor bolts after supported members have been positioned and plumbed. Do not remove wedges or shims but, if protruding, cut off flush with edge of base or bearing plate prior to packing with grout. C. Maintain erection tolerances of structural steel within AISC's "Code of Standard Practice for Steel Buildings and Bridges." D. Align and adjust various members forming part of complete frame or structure before permanently fastening. Before assembly, clean bearing surfaces and other surfaces that will be in permanent contact. Perform necessary adjustments to compensate for discrepancies in elevations and alignment. Level and plumb individual members of structure. E. Splice members only where indicated. F. Remove erection bolts on welded, architecturally exposed structural steel; fill holes with plug welds; and grind smooth at exposed surfaces. G. Do not use thermal cutting during erection. H. Do not enlarge unfair holes in members by burning or by using drift pins. Ream holes that must be enlarged to admit bolts. 3.4 FIELD CONNECTIONS A. Install and tighten nonhigh-strength bolts, except where high-strength bolts are indicated. connections as indicated. B. Weld Connections: Comply with AWS D 1.1 for procedures, appearance and quality of welds, and methods used in correcting welding work. 1. Comply with AISC specifications referenced in this Section for bearing, adequacy of temporary connections, alignment, and removal of paint on surfaces adjacent to field welds. 2. Verify that weld sizes, fabrication sequence, and equipment used for architecturally exposed structural steel will limit distortions to allowable tolerances. Prevent surface bleeding of back -side welding on exposed steel surfaces. Grind smooth exposed fillet welds 1/2 uich (13 mm) and larger. Grind flush butt welds. Dress exposed welds. 3.6 FIELD QUALITY CONTROL 3.7 CLEANING A. Touchup Painting: Immediately after erection, clean field welds, bolted connections, and abraded areas of shop paint. Apply paint to exposed areas using same material as used for shop painting. 1. Apply by brush or spray to provide a minimum, dry film thickness of 1.5 mils (0.038 imn). END OF SECTION 05120 -,`PSE OF T '1%�t CHARLES A:,LUSFIER '�;�'••. ... e lei ,� ..F��S ��; SECTION 05310 - ROOF DECK AND TRIM 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 the following: 1. Roof deck. 2. 'trim 1.3 SUBMITTALS A. Product Data: For each type of deck, accessory, and product indicated. B. Shop Drawings: Show layout and types of deck panels, anchorage details, reinforcing channels, pans, deck openings, special jointing, accessories, and attachments to other construction. 1.4 QUALITY ASSURANCE A. Installer Qualifications: An experienced installer who has completed roof deck similar in material, design, and extent to that indicated for this Project and whose work has resulted in construction with a record of successful in-service performance. 1.5 DELIVERY, STORAGE, AND HANDLING A. Protect steel deck from corrosion, deformation, and other damage during delivery, storage, and handling. B. Stack steel deck on platforms or pallets and slope to provide drainage. Protect with a waterproof covering and ventilate to avoid condensation. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1.Roof Deck: Metal Building Components, Inc. (or equal) 26 gauge "PBR' panel, white Trim: 26 gauge, white 2. Wind uplift: Comply with UL Class 90 requirements 2.2 ACCESSORIES A. General: Provide manufacturer's standard accessory materials for deck that comply with requirements indicated. B. Fasteners: As required for UL Class 90 compliance PART 3 - EXECUTION 3.1 EXAMINATION A. Examine supporting frame and field conditions for compliance with requirements for installation tolerances and other conditions affecting performance. 3.2 INSTALLATION, GENERAL A. Install panels and accessories according to applicable specifications, manufacturer's written instructions, and requirements in this Section. B. Install temporary shoring before placing deck panels, if required to meet deflection limitations. C. Locate decking bundles to prevent overloading of supporting members. D. Place deck panels on supporting frame and adjust to final position with ends accurately aligned and bearing on supporting frame before being permanently fastened. Do not stretch or contract side-lap interlocks. END OF SECTION 05310 _ OF ................................. HARLES.A ;LUSHER .................................... $ . 30569 hiliL � �r FROV! . PHi ! E NID. . Jan. IG 2000 C„ 12='tl P2 $ee�Can n99JQ - P lntf S HF J ---OF P i IT1 INTERIOR & EXTERIOR FERROUS METALS_' First Coat Kent Kromik Universal Mei-al Primer -,650 Sccond .,;cat : Industrial Enamel - B54 tot Coal Industrlal Enamel - B54 wTERfOR A F_.XTERIOR GALVANIZED AUCTALS. First Ccat Galvite HS Primef - 85OW-730 Sccond" Coat : Indus*rlal Enamel - B54 Third L;oW Industrlal Enamel - 854 8, r Based painti q Systems.' /NTER i0R 6 EXTERIOR FERRO USME'TALS' F.r-st Coat : DTM PrimetlFinish - B66W 1 Second Coat : DT MAcrylic Coating; Gloss - B66 Thi. d Coat : DTMAcrylic Coating, Gloss - B66 INTERAOR & EXYFRIOR G/.LV.ANIZED ME TAUS.' First Coat DTA,? PrimeNFinW? - 866Wf �ecc17d CO,? UT49AclVlic COatTtlg, G/oaS - _R6ti Third Coat DTM Aary,°ic Coating Gloss - 966 End of Section FROl'! : PHONE HO. ' J -3n. 1E '2000 21'2: 120:1 P7, 2.11 INE[z KEM KROMIFXoo. - Indus M-fal and UNIVERSAL METAL PRI. ER 'S0Wzj Coatings 8 MITE 850HZI BUFF PRODUCT INPORMATION Revisal 1197 KEM KROMIK UNIVERSAL METAL PRIMER is a low VOC. For use over prepared steel. modified alkyd resin primer designed for.use over iron and Steel substrates. Can be used as 0 "un'.versaf" Primer under •Unlversgl" primer high perforrranoC topcoats and is also suitable as a 'barrier "farrier" coating coat over conventional coatings which Mulct normally be at- Interior I exterior metal primer tacked by strong solvents in high performance coatings. Structural steel • High film build Marine Vessels • Corrosion resistant • Suitable for use in USDA inspei�ted facilities. • Shoocoat primer • Maintenance primer * Equipment I machinery 0 77— RFo Finish: Fiat SYste­Tesled: (unless otherwise indicated) Collor: brown, Off V01,4e, Buff Substrate: Steel Surfaue Preparation: S$PC-SP6 Finish: I ct. Korn Krornik Unfyersal P_ 3.0 mils dft Volume Solids: Si% 12% Abrasion Resistance; Weight Solids- 72%* 2% Meihod. ASTM D4060,CS17wheel: lDWcycles, lkgload Result: 250 ring loss VOC (calculated): 415 9&, 3,45 lb/gal Adhesion: Method: ASW D464, Recommended Spreading Rate per coat: Result: 260 psi Wet mils: 6.0-8.0 Direct Impact Resistance: Cry rni!s,. 3.0-4.0 Method: ASTM 614 Coverage: 204 - 273 eq fUgal approx!mote Result: 70 in. lbs. Dry Heat Resistance: NOTE, Brush or roll application may require multiple =ft to achieve Method: ASTM D2485 Maximurn film thickness and uniformity of appearance. Result 200OF Flexibility; Drying Schedule 6.0 mills wet @ 50% RH- Method: ASTM D522, 180* bend, 1!4" mandrel 40-F Ca 77°F i 10°F Result: Passes To!ouch: 2 hours 30 minutes Is irrarlutes Moisture Condensation Resistance: Tack free: 2% hours I hour 20 rninutes Method; ASTM D4585, 1100'r, 500 hours To recoat with itself arW alkyds: - Result Good -I 2% hours I hour 46 minutes Pencil Hardness: To recoat w&' high performance/hot solvent topcoats: Method, ASTM 03303 36 hours 16 hours 16 hours Result: H Now For maximum adhesion, acrylic topcoats esquire 48 - Soft Fog Resistance: Method. ASTM 8117. 500 hours 72 hours drying of primer. Result: Good D: -ging time is ternperature, humidity, and firn tnickness depandlorit. Thermal Shook: Method, ASTM D2246, 6 cycles Shelf Life: 36 morilths, unopened, at 77'F Result: Passes Flash Point Elo-F, pmv.: Provides performance comparable to producls formulated to federal specifications: Ts T. -P -86H, Type III and W, TT -P -6;A0. Peducer!C!ean Up, Xylene, R21<4, clean up only A*'Yd 2.11 210010-110 PAMbAimii nn hmto 0 FROM PH012 14-1 Jan. IS 2000 02: i-T'�H P4 2.11 CEM KROMIK& UNIVERSAL METAL PRIMER 85ONZS BROWN Gqcding86()WZI OFF-WH.ffF- 850HZI -Ml— PRODUCT INFORMATION $tool, Alkyd Topcoat: Surface must be dean, dry, and in sound condition. Remo ff 1 ct. Kerr. Kromik Univarsal Metal Primer Oil Oil, dusi, grease, dirt, BoseNst, and other foreign material al 3.0 - 4.0 rrillt- dft to ensure adequate adhesion. 1-2 cts-, Industrial Enarnal HS 2,0 - 4.0 mils dfVct Reforto product Application BulMn fo,*detailed surface prepa- Suml, Aluminum Fin4h,. radon IrdlormatJon. a Kom Yjornlk universal Mat9l Frime, 3.0.4.0 mile dft Minimum raoommarded surface preparet'on-., 1-2 cAs. SiNer-Brite Xurrilnum Q 1.0 = 1.6 "is dfVct Iron & Steel: Steel, Acrylic Topcoat: I Cf. Mem Kromik Universal Metal Fjimer 3.0 - 4,0 mils dft 1-2 cts. MM Acirflk Coaling 2.5 - 4.0 mils dVd Steel, Epoxy Topcoat; i cf. Kern Kromik Univemal Metal Primer not tint. Q 3.0 - 4.0 mils lift I-*,' cats. spar -Tile HS Epoxy 4.0 - 8.0 mils JWct Color: Brown, Off -White. Buff Steel, Polyurellsam Topcoat i a Kom Kromik Universal Metal Primer 02 3.0 - 4.0175118 dft 1-2 mss. Him -Solids Polyurethane (M 3.0 - *.0 mils dftki &66L Silicone Ailkyd Topcoat I ct. Kem Kromik Unlivemal Metal primer Temperature: 407.rninimurn.. 1213°F maximum @ 3.0 - 4.0 mils dft 1-2 ds. Silicone Alkyd Low V00 Q 2.5 - 4.0 mils dfYot (air, surface, and material) At least 57 above dew point SU01, WOW* biased Epoxy Topoosit: Relative humidity., M"nuim 1 ct. Kam Kromlk Un"rsol Metal Primer a 3.0 - 4.0 miks d1t Refer to product Applicaticn Bulletin for cietaod appIcation 1-2 ots. Water Based Catalyzed Epoxy 2.5 - 4.0 mils d*ct Packaging, I and 6 gallon containers Weight Mr gallon, 12,6 t O.35 kb,'may vary wi*.,) cola Refer to the MSPS sheet before use. Published -technical dWa and instructions are subject to change The systerns fir -mc abcove ars mprosemative of the product's 69ithout notice. Contact Your 8—r-in-N1111ums representative use. Other systems may be Qppropnaq, for additional technical data and instructions. I] .0m MR 17stMul uwltlarine Coatings 0 E, J.-Bn. _ 6 2000 0-1 r 14PH FS 1.30 GALVITE Tm HS RSOW7-14111 PRODUCTIN. FORMATION Revised •1/97 . , f1 Y1 A`. ♦ A' i W. �7C^:N �, ..h. �'c:K.l � -a..t �C �'^'N. Adam y! �..M 31i !I r..T)MPk RM V`,I Y•A�A � i'� 4. 1rr: �'� �.` ��'' '�.��+� �,�. ,a }.✓s�....r;a. A EiR.� t ;�.v=°.r-n v. A�i+nh sva ' .a . .:,aC� f5. t r a� r'S d'�'� . ';arAn'.rA . x a^vs Mo^ e�'tu:T •xc'�.� .�tt a t�V;!!r �... �iwV'..0 � �r GALVITE HS is a solves#•based acrylic coating with low Vt3C. for use over, prepared. It is intendt4. for use in mild industrial ;and commercial onvi- Galvanized steel - Galvalurne ronments. R may be used untopc dated or •topooated with se- r Pruned ferrous rnetal Zinc rich primer=s lett woterbodne or solventbased coatings. i Examples: • Fxcetlent adhesion to galyariited and aluminum surfaces - Joists - Ducts • Hlgh light reflectance • Metal dock ceiling • Cenduits • Eady moisture resistanc* • Railings • Guod acid and alkali resistance • Suitable use in USDA Inspected facilities rfor .��Y h�'x kL W� �4rR l •wt wrvw.. } A s ti'4 }, Lf ',.a�++cY!J{},..ay�.G%4�u” C'YFkmA?xf n q YY�+'b., .'N��f}vak M/;'!:�'.�t„'e�SL �A.. � Y Ar �•.�t��. v . w:... r`e Finish: Fiat Systarn Tested: (unless otherwise;indicated) Substrate: G'Qlv2r%L7ed Steel Color: tiff White Surface Preparation: SSFC-S?S Finish: 1 ct. GalAte HS ( 3.0 mils dit Volume Sollds: 1336/6 t 2% Abrasion Resistance: Wcr ght Solids: 81°!• t 2% Method: ASi'M D4060. ^S17 wheel, 10M cyclass,1 kg load Result: 265 seg loss VOC (EPA Method 24): Unre-duced: 312 gJ11.4 2.60lb/gal Adhesion: Reduced 3%, 3351 /1:; 2791b1gal Method: ASTM 04541 Result: 325 psi Recommendea Spreading Rage per coat: Direct Impact Resistance: Wet mils: 5.0 4.0 Method: ASTM G14 Dry mils:. 3.0-4,s . Result: 80 in. lb. Crnrerage: 225 -'36 s; filge: approximate Dry Heat Resistance: Method- ASTM D2485 NOTE- 8>EMorro:iappiicstronmay require mulbpiecoats toachieve Result: 275'F macinwn film thickness and unifcm ity of appearance. Exterior Durability: Method: 1 year, 450 South Drying Schedule @ 5.0 mils wot @ 501% RH: Result: Excellent @ 40-FrGtl 77°F loo -F Flexibility; Totouch: 8-10 hours 1 hour 15 minutes Method' ASTV, D572, 180` bond, 118" rrandrel Tackfree: 4.6 hours 3 hours 30 minutes Result: Passes I To recoat: 24 hours 414 hours t hour Moisture Condensatitm Resistance: To curry: 21 days 14 days 7 days Method: ASTM 04588, it O*l:, 5CO hour& Result: Good -Excellent Drying time is fztnpemlure. hurnidAy, and film thickness dtwndent. Pencil Hardneas: Method: ASTM D3363 Shah Life: 36 months, unopened, at 77*F Result: SS Salt Fog Resistance: Flash Point: 100•F, PMCC , Method. ASTM 8117, 500 hotu s Reducer/Clean Up: Result: FairThermal Shock: Below 801i=: Xylene, R244 Above 807: Aromatic Fli-Flash Naphtha, FIM Method: ASTM D2246. 15 cycles Result: passes ACFTIC i..:91J Z004063 lY�ntitttw,+nn hark FROM : PHONE NO. Jar.. 1E 20(30 02:14PH PG 1.30 PRODUCT INFORMATION 'Sul Y 'C +` �y�}{ Y T •y, i �i.�G�-�'+f`! i7.1��Rl�i fp.. .. 4'k' U'•i..V 4,r � •� ,> �1 `(' .�" T�f1Li� .4 n..1 �nr -sl yn. > RM.S4.. w-. �.IM. .Y N.. vl..; ;•.. .b •Yh, w� n ,. .f..k'9 al Galvanized Metal or Aluminum, Intserlor: Surface must be clean, dry, and in sound condition, Remove 1-2.cts. Gaivite 'HS Gia 3,0 - 4.5 mils dft/s t all CHI; grease, dirt, loose rust, and other foreign material to ensure•adaquate adhesion. Galvanized Metal or Aluminum, extarlor. 2 ar, GiNite HS Q'3,0 - 4.6 mils aftls Refer to product A.pplicadon Bulletin for detailed surface prepa- ration Inforrriatlon. Galvanized Metal or Aluminum: I e L dilviike HS 0 3.0 - 4.5 mils dit Minimum recommended surface preparation: 2 cts. industrial En rnei HS 0. 2.0 -4.0 mils ditict Galvanizing: SSPC-SP I or Dry'Fill Palms " Rusted Galvanizing: 88P=C-SP2 Aluminurn SSPE -SP1 Gahianb*d Motat or Aluminum: t ct Galvlte HS'4 3.0.4.5 mile dit ` Primer required 2 cls. 01. M Acrylic Coating a 2.6 -,4.0 mils dftlot or Metaletex Sorni-Gloss Enamel C 1.5 - 4.0 His dltict LABI T Galyanlzed, Rusted. $^ WL ... R l rt= .vrvv Rrw.wn. 4 'w 1 ct. Kent Bond HS a 3.0 - 5.0 mils dit (spot prime Do not tint when used as a topcoat. rusted areas only) 1-c sus. Galvite HS 0 3.0 - 4 � mils dit`ct For . Nu e a guide coat prior to lion, ting, dp not exceed °h oz. Nuodex 844 Colorant per gallon. Color: Off WHO Temperature: 40*1� minimum, 107F maximurn (air. surface. and materiai) At least 5'F above dew point Relative humidity: 86% maximum Refer to product Application Bulletin for detailed application information. Packaging: 1 and 6 gallon. co:.italners We4ht per gallon: 13.41 f 0.2 !b Rotor to the MSDS sheot before use. Published techrticaaf data and Instructions are subject to change vAthotA notice. Contact your Sherwin-V`Jlliame reorecontative for additional, technical, data and instructions. The systems listed ab ive are representative of the products use, abler systems. rray be ,rpproprlate. LZ P" F_i,la , PiU,PIE NO. : Jan. 16 2300 02:15PM F7 + l MaineIiZt�L1S�Y'lG� Costings 2.15 INDUSTRIAL ENAMEL B54 SERIES PRODUCT INFORMATION Revised 1197 INDUSTRIAL ENAMEL_ is a rnediurn oillaikyd all-purpose For use over prepared substrates in incustrial environments. 8 ,arnaal with a durable color pigment systern." Designied for • interior and exterior use. Ext_nr .rlsnteriar alk -purpose meinfenan:v enamel • Safety and pipe: marking ena nel • C,)ries fast and allows equipment to be place4 back in Ec:inomical machinery and equipment finish service quickly interior wall and railing erame, • Chip and take resistant A utility enamel for multiple uses' • High ctoss nukes it resistant to dirt equipment, fix!ures, conveyors, fire escapes, window frames, • $u'itable icr use 0 USDA insoected `ecilifies pumps, safety markings, wood and conuete floors, railings, steel support structures, blmsmm, pipe racks, pipe idenVii. catior;, channels & bra Ing Qi�i7t7UCi" �HARAC7ERiS"TtCS f=inish: Gloss, 70t unite at EiCi° Color: Y`me range of colors avaiiable Result: 290 psi inctudi!?g safety colors Dry Heat Raststanee: V*Iurne Solids: 440k, t 2%. may vary by color Weight Solids: 6111,� t 2%; rrvay vary by color `JOC (calculated): 440 9&, 3.87 lblgai Fure White Drying Sehedale ae 4..6 rails wet 0 50% RH: ~�SRFaRIVLANCE'iL#;ARitt.?'�RiSTIC� .._._.... System Tested: (unless ctherwise indicated) Substrate: Steel j S:,f oo Preparation: SSf1r-$P6 Primer: 1 ct. Kem Kromik U.nrJercal M-A&l Primer i§ 3.0 - 4.0 mils dit. Finish: 1 ct. Ind:.*trial Enamel a 3.0 trills df Abrasion Resistance: Method: ASTM D4060 C617 wheel, 1000 cycleb, 1 kg load Resuit: 180 rng loss Alkyd 2.115 2000127 cant,nued on back Adhesion: i kecommended Spreuding Rate parr coat: Method: ASTM 04641 Jdet. mils: 4,5-9.0 Result: 290 psi pry,rnits' 2,0-4.0 Coverage: 175 - 350 sq Olga; approx+mate Dry Heat Raststanee: Method: A—QTM D2485 NOTE: Brush or raL' appiication r►ay requirra multiple coa'.s to achieve Result: 200*F maxanurn fixe thickness and uniformky of appearance. Flexibility: Drying Sehedale ae 4..6 rails wet 0 50% RH: Method. ASTM D522. 190" bend, 3f16" mandrel Q 77°r' Result: passes i o touch: 1-2 hour, Tack free. 4-5 hours Pencil 1-12rdness' To rc•coat: 8 hours Method: ASTM X3360 Result 38 Drying tirne is tw'noerature, humidity and film thickness d9pendent Provides performance comparabis to products fonrutated to 5he!f Life: 3E months, unopened, at 77'F federal specificaticrs: DOD -E -698C DOO-E-700A Flash Point_- '105°F, PMCC MIL -E-15090 TT -E -487E TT -2-489!•-1 TT -E-4910 TT -F -37D TT -F-81 e Reducer/C!oan Up: Mineral Spirits, R1K4, dean up 4nty `t'r-F-1WF Alkyd 2.115 2000127 cant,nued on back F.:ROt,l : 4111111 111 i PHONE ND. . Tat-!. 1F 200 02: 15^71 F'3 2.1v INDUSTRIAL ENAMEL EL B54 St=Rtr:s f PRODUCT INFORMATION RECpIfr,MF1pED SYSEIYtS StIRFAC!`, I=fiE+=ARA17pN Stesi: Surface mus! be clean, dry, and in sound condition. Remove I ct. Kem Kromik Universal Metal Primer all oil, dust, grease, dict, loose rust, and other foreign material • a 3.0 - 4.0 mils dit to erasure adequate adhesion. 2 cls. industrial Enamel to 2.0 - 4.0 rails ditJct Referto product Application Bulletin for detaiied surface prepa- Aluminurn: ration information. 1 ct. 3 cts. DTM Wash Primer a 0.7 - 1.3 mils dit 1ndustriai Enamel Q? 2.0 - 4.0 mils d Wct Minimum recommended surface preparation: • iron & Steel: SSPC-SP2 Cortti@tii3oCk�:` " Aluminum: SSPC-Sr1 1 d. "'Ea�iy EsiBr Masonrji FllierlSealer ' Galvanizing: . S6.FC-Sf'i @ 10 0 - 15 0 mil$ dit Concrete Block &Masonry; Cured, clean, dry, sound 2 cts. "'Industrial Enamel 0 2.0 - 4.0 mils dit/ct Wood, interior: Clean, smooth, dust free Corarete Elcsts: 1 ct. Concrete and Terrazzo Sealer (reduced as needed) 2 cts. Industrial Enamel Q 2.0 - 4.0 mils ditict Gatvainked Metal: 1 Ct. Galvite. HS QZ 3.0 - 4.5 mils dtt 2 cts. Industrial Enamel 0 2.0 - 4.0 mils rlfVci Wood. inoluding floormr: 2 ct3. ` • Industrial Enamel a 2.0 - 4.0 mils Mct "Prirner required 1COi.OR�AtrAIt.ARtLfiY%rltnf�IG. Tint with Blend -A -Color Toner at 75% strength. Five minutes minimum mixing or. a _mechanical shaker is squired for corz- piste ftdng of color, Cofer; Wide range of colors possible including safety colors. "`; s �"dpi'i,iCJ�iit7sl:�p1{,ptT1Ct,R'i Temperature: 401F minimum, 120°F rraximum (air, surface, and material) At least 57 above dela point Relative humidity: 6594 maximum Refer to product Application Bulletin fordetailed application .- information. Packaging: Weight per gallon: f and 5 gallon containers 9A * O2 lb, may vary with Color Refer to the MSDS sheet before use, Published technic*i data and instructions are sut:leot to change The s}rstems listed at>ove'r are representative of the prcduet's Without natico. Contact your Sherwin-W>.'flar:ns raprasentative use. other systems rnxy be approprbie. for additional technical data and instructions. F OIN spa r•a � b Inchah ial and cw ins Cols PHOF,'E NO. : Jars. 1e 2000 L12: 17PM PS 1.21 DTM. ACRYLIC PRIME /FINISH B66W i PRODUCT INFORMATION Revised %f 0�lc:�;�c"'rl t r4�t d>$) tiro Ey' i� Vt M }+CRYl.1C PRIMER/FiNISH is a 100% acrylic emulsion, For use over prepared: 1 watefbome, cot7osle11 resistant coating for both now construe- Steel • Aluminum Concrets 1 tion ar:c industrial maintenance applications. It can be used • Galvanizing - Masonry - Zinc rich primers as a primer under most water based topcoats or alone as a . primer/topcoat system. It develops excellent early moisture re- Examples: ristante and has excellant exterior durability. It can be used • Bar Joists - Steel Do,* ceiling directly over nurr-roes substrate types. • New Construction • Piping • Chemical Resistant • Structural Steel • Tanks • Fast dry • Fiash/Early Rust Resistant • Suitable for use.in. USDA inspected facilities 'kl rF ' i♦~ d! R Y',. .ra,'A},—Cyh/y,y�■ }Y l$ ;, ...��{'. .�+ca ,x MaYln...,.. ., f a,r ,..J...,.n,.waa..�V'}ti'�.r�1.}l�h!4�'rq K{. ilr.x :�C(N}.:�4riS•i. : 4F� .A�✓.ki.... "'n��?•�•.�^'Y. v6{'...sr, ./IG ..S: Finish•• Flat, 6 - 10 units at 60• Systern irested: (unless otherwise indicated) Substrate. steel Color. White Surface Preparation: SSPC-S?70 Frush: 1 ct. DTM Acrylic Primer/Fir lsh 4 3,0 mils dft Volume S,otids: 46% * 2% Abrasion Resistance: Weight Solids: 61% * 2°Jo Method: R$TM D4060, CS17 vtreei. 1000 gides, 1 kgload Result: 225 mg loss VOC (EPA Method 24): 138 91L, 1.15 Ibrgal Adhesion: Method: ASTM 04541 Rerammended Spreading Rate per coat: Result: >500 psi 'Jet mils: 6,0-10.0 Direct Impact Resistance: Dry mils: 2.5-5.0 'Method: ASTM G14 Coverage: 150 - 290 sq Wgal approrlmate Result: >140 In. lbs. Dry Heat Resistance: N(?TE: Brush smolt applicaaticn may require multiple cosh to nchieye Method. ASTM D2486 maximum film thinness and uniforr ity of appearance, Result: 250*F Exterior Durability: y Drying Schedule Q 6.0 mils wet P, 50% RH: Meihod: 1 year, 45" South !i @ 55°F 77-F j24°F Result: Excellent To touch: 1 hour 40 minutes 20 minutes FlOxibility: Tack free: 6 hours 4 hours 2 hours Method: ASTM 61522:180° bend. 114" nlandral To recoat: a hours .4 hours 2 hours Result: Passes To cure: 45 clays 30 days 14. days Moisture Condeinsation Resistance: ;2 cts) Method: ASTM D4585, .100'F, 500 hours Drying time is temperature, humidity, and ftlrn thic:icress dependent.. Result: Excellent Pencil. Hardness: Shelf Life, 36 months, unopened, at 771l= Method: ASTM D3363 Result: H Flash Point: >200°F, PMCC Salt Fog Resistance: (2 cts.) Method,. ASTM 6117, 500 hours Reducer/Clean Up: bvater Result: t=xcellent Provides performance comparable to products formulate+ to federal specification: M11 -P -28577B, TT -P-1075, and Paint Specification: ESRC -Paint 24. i A Acrylic 1.21 2002948 car linued on batik PHOHE 110. : jar-'- le -EO iii 02. 1-1pl-I Plo 1.21 DTA 'ACRYLIC PRI MERIFINISH S66WI PRODUCT INFORMATION . . ..... q.d To#Araturq: 6WF minimum, 1201F mayiniurn Steel; Surface must be clean, dry, and in, sound condition.. Remove dirt, loo" 2 cts. DTNI Acrylic Primer/Fir-'ah 2.5 - 5.0 mils (Wet all grease, rust, ard other foreign material to ensure adequate adhesion. Refer to product Appticortion Wlebn for detailed applicatior, Informe1on. A �aDTM Acrylic PrirnerfFirilsh 24 - 5,0 mile dft" Do Fiat usa hydr*"ftn solvents for eloaning. 2 ds; 'OTM Acrylic Coating Q 2.5,- 4.0 miss dWct, or I and 5 9a:lon containers or Metalatex Somi-Gloss, @ 1.6 - 4.0 TrAs dfVct, or Refer to product Application Bulletin for detailed surface prepa. or Water Based Catalyzed Epoxy @, 2.5 - 3.0 mils cftt ration Information. Ajitrnlnum, Galvanlie< , and kb*onry- Minimuni're-comnvnded surface pre 2 cis., OTIvi Acrylic Primer/Finish 2.5 - 5.0 mils dfl/ct Iron & Steel: $S?C_SP2 Aluminum: SSPC.SPI Alumllinurn, galvanized, and Masonry: Galvanizing-, SSPC-SPI I ct DTM Acrylic PrimeriVinish Q 2.5 - 5.0 mils dfVcj Concrete & Masonry: Cured, dean, dry, sound 2 cis. DTM Acrylic Coating a 2.6 - 4.0 mils dfti'ct or Metalatex Sorni-Gloss, @ 1.6 - 4.0 mils dftt, or Mw or Watet Based Catair-ed Epoxy 0 2.5. 3.0 mile dVct Tint with Bland -A -Color Toner at 760/9 tint strength, 2 oz/gal maxiMiurn. Product is not controlled for fint strength. Five min- t ct. Heavy D,& Block Filter 0 10.0 - 10.0 mils dft utes minimum mixiiig on a mechanical shaker is requited for 2 ds. DTM Acrylic Pift*6171nish 2.5 - 5.0 mils dftict complete rr;xirig of color. Previously palnw Surfaces: " 'nnflnq can affect the flash/early rust resistance of the coaling, .1-2 cis. QTM Acrylic PrirmerfFln',sh 2.5 - 5.0 mils dftict Aefer to the MSM sheer before use. Published techni6al data and instractions resubject tocharsge williout notice. Cont*ct your Sherwin-W!Iiams rapre&entafive for addition' technical data and instruction -e;. Thfi system listed above are mpr6sentatrve of the p,•oducts Uw. othtr. Sy3terns may ba appropriate: To#Araturq: 6WF minimum, 1201F mayiniurn (air, surface, and material) At least 6*F above dew point Relelve hurnidky, $06 maximum Refer to product Appticortion Wlebn for detailed applicatior, Informe1on. Q _4A I and 5 9a:lon containers Wqlght per Valion! 11.46:k,0.2 t Aefer to the MSM sheer before use. Published techni6al data and instractions resubject tocharsge williout notice. Cont*ct your Sherwin-W!Iiams rapre&entafive for addition' technical data and instruction -e;. Thfi system listed above are mpr6sentatrve of the p,•oducts Uw. othtr. Sy3terns may ba appropriate: FROM . PI-1NE NO, : 6-0 �' ' ! Pl Jar... 1E L,t�t, Cil: 18Fh '1 1.25 866-100 SERIES GLoss 866-400 SERIES SEmi-GLosS PRODUCT INFORMATION Revised 1/97 `� ,'Pfz�iaucr t��s�t�i�ttaiv _ _ � , . �ReGG?l9MF.riC�R'�ISES UTM ACRYLIC COATING Is a 1Oe6%acrylic, water reducible, For use over prepared: corrosion resistant coatiny.for light to moderate industrial use. - Steel Galvanizing • Wood Designed for new construction or maintenance use and can Aluminum Concrete • Masonry be used directly over prepared substrates. Zinc rich.primers Drywall • Chemical resistant • Corrosion resistant Examples: • Fes+ d • Outstanding early moisture resistance odor Buildings Storage Tanks • Water treah rent giants Machinery • Equipment • Now Col%tucirr. • Flash rustleariy rust resistant - Power plants Piping mic;L ai Steel • Suitsble for use in USDA inspected facilities I Finish: Gloss; 70 # b units 60• Semi Glass: 3515 units @ 60• Color: Ultra lo%ite and a wide range of colors including safety calors Volume Solids: 38% 1-2%, may vary by color j Weight'Solids: 5036 f 29r°, may vary by color VOC (EPA Method 24); 208 glL; 1.73 lbrgal Pure Whit Recommended Spreading Rate per coat. Wet mils: 6.5-10.0 Dry mils: 2.5-4.0 Coverage 155 - 250 sq fugal approxiinate NOTE: Brusher rol! appiication may require multiple coats to achieve maximurn film thickness and uniformity of appearance. Drying Schedule (M 8.0 nails wet 50% RH: 0 60-F @ 77°F @ i.D°F To touch: 1'/ hours 1 hour 30 minutes Tack free: 6 hours 4 hours 2 hours To recoat: 6 hours 4 hours 2 hours To cure: 30 days 30 days 30 days Drying time is temp:rature, t,umidi',y, and film thickness dependent. Shelf LNe: 36 months, unopened, at 77°F Flash Point: -2001F, PMCC Reducer/Clean Up: Water Aayi , 1.25 2001708 System Tested: (urless otherwise indicated) Substrate: Steel Surface Preparation: SSPC-SP10 Finish: 2 cts. DTM Acrylic Costing Q 3 mils ditict Abrasion Resistance: Method: ASTM D40W, CS17 wheel. 1000 cycles, 1 kV toad Result: 107 mg loss Adhesion: Method: ASTM D4541 Result: >500 psi Direct Impact Resistance: Method: ASTM G14 Result: >160. irt, lbs Dry Heat Resistance: Method: ASTM D2485 Result: '300°F Exterior Durability: Method: 1 year, 45- South Result: Excellent Flexibility: Method ASTM DS22, 1$G° t3end, 1f8" mandrel Result: ?asses Moisture Condensation Resistance: Method: 'ASTM D4535. 100"F, 300 hours - Result: Passes Pencil Hardness: Method: ASTM D336S Result: ' 213 Salt Fog Resistance: Method: ASTM 13117, 500 hours Result: Excellent Flame Spread Rating: Method: ASTM E84 -91a Result: Flame Spread index - 5 Smoke Density Index - 0 Provides performance con -,parable to products formutaled to federal specification: Mil -P-285738, TT -p-15115, arut Paint Specification: `•SSPC-Paint 24. continued on back: FROM : PHCflE NO, : Jan. I,=- 2V-1010 32': t9c7l'-" P12 1.25 bidwMalandMaine DTM ACIR"Y'LIC COATING Ses-I 00 simics GL0$$ C6afings: B66 200 S�wes Semi-GiLoss • PRODUCT INFORMATION j ct. M Acrylic Primerrri!slsh 2 2,5 - 5L mils dft or Kam Bond KS Q 2.0 - 5.0 milt cift 23n; tied Primer 4z -2.0 - 6.0 n. 116 dft 2 cts. DTM Acrylic Coating 0 2.5 - 4.0, m113 dft./ct 2 cis. DTM Acrylic Coating (0 2.5 - 4.0 MIN dft/a -(Application of coating On urlprimec bare stool may cause pinpoint rusting.) -Aliinlk Alm, t cts. L Tiyl Acrylic Coating 2.5 - 4.0 mils dft/Ct :2 cts.. DTM Acryiic Cuing Q 2.5 - 4.0 mils dVct Conei SI*ck*. I ct. Heavy Duty Block Fillet Q. 10.0 - 18,0 mils dft 2 cts, DTM Acrylic Coating C 2.6 - 4.0 mils dftict $urfac% rntast be clean, dry, and in sound condition. Pernawe all oil, dust, grease, dirt, loose rust, and other foreign material to ensure adequate adhesion. Do not use hydrocarbon solvents for cieaning. Refer to product Application Bulletin forldetaited surface- Prwa- ration Information. Minimum recommended stifttA prepa.-gtion: • Iron & Stool: Alum nam:SSPG';SP1 Galvanizing: I . SSPIC-Spi Concrete & Masonry: Cured, dean, dry, sound • Wood: Dry 2na tHindled smooth * Primer required. When using Pure White or Ultra White on m6tal, no primer is reqtAred.. Tint with Blend -A. --Color Toner at 100% tint strength, Rva min. utes mini.m.um mixing; on a mechanical shaker W roquirtd for complete mixing of calor. 2 cts.,.. DTM Actylip, Conting 0 2,5 .. 4.0 mile Met Tinting can affwt the ftshlearly "t resis',rrnca of the coaling. -'DvYw0t 't eL, PmMa( 200 Latax Wal; Pdmgr @ 1.0 - 1.5 mils dft Color: Nitre White and a wide range of colors in.ludtrig safety 2 cb. DTM Acrylic Coating @ 2,6 - 4.0 mile dftict colors Y. Frefinished Siding: (Sakod-on *116hes) I ct. MM Bonding Primer @ 2,0 -5.0 6is dit Temperzture-. 50'F minimum, 1107 maxienurn 2 cis. CTM Acrylic 1010atino Q 2.5 - 4.0 mils dfVct (air, surface, and material] At least 5°F above dew point llN+ . Reiative humidity: 85% maximum i ct. A-100 ExtadoT Oil Wood Primer Q 1.5 mi's df:. z cis. OTL4 Acrylic Coating @ 2.5 - 4.0 mils dft/at Roller to product application Suiletin for detailed appl:c-AAlorl Information.. Wood, Ict. ' ProM.-a7200 enamel Up.derwalere 1.5 mils d'11 O� N MA*6N f 2 ots, DTM tkorylic Coating Q 24 - 4�O mils dftJct �. "'. Packaging: I I and 5 gallon containers Weight per gallon: '- , . 10,.2 * 0.2 lb, may vary by ccior Rsfot to the Msos sh".t before use. kbflshed without notic-6. ContarA your SherVn-Willisims Tice systems listed 3bM'O are representative of, the PrCALICe$' for additional technical data and instructions. use, other systems may be appropriate.