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 ): 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.