Loading...
HomeMy WebLinkAboutResolution - 2015-R0431 - Contract - Tommy Klein Construction Inc - Restroom Renovations - 12/17/2015Resolution No. 2015-RO431 Item No. 5.18 December 17, 2015 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute for and on behalf of the City of Lubbock, Contract Number 12548, for construction costs and services related to the Municipal Square restroom renovations as per RFP 16 -12548 -JM, by and between the City of Lubbock and Tommy Klein Construction, 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 17th day of December 2015. 'ZA(Z GLEPU. ROBERTSON, MAYOR ATTEST: e e a Garza, City Seeretary APPROVED AS TO CONTENT: Mark TsearwoodPAssistant�City Manager APPROVED A O FORM: Laura Pratt, Assistant City Attorney RES.Tommy Klein Construction 11.25.15 November 25, 2015 BOND CHECK BEST RATING LICENSED IN TEXAS DATE BY: CONTRACT AWARD DATE: December 17, 2015 CITY OF LUBBOCK SPECIFICATIONS FOR Municipal Square Restroom Renovations RFP 16-12548-JM Contract 12548 Project Number: 92367.8302.30000 Plans & Specifications may be obtained from www.bidsync.com City of bbock TEXAS CITY OF LUBBOCK Lubbock, Texas ADDENDA bock TEXAS ADDENDUM I Questions/Answers & Closing Dates Change RFP 16-12548-JM Municipal Square Restroom Renovations DATE ISSUED: October 28, 2015 NEW CLOSE DATE: November 10, 2015 2:00 P.M. CST The following items take precedence over specifications for the above named Request for Proposals (RFP) Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Please review, incorporate, and acknowledge the information in this addendum on the signature page of the Proposal Submittal Form. Questions/Answers & Closing Dates Change 1. Per Addendum No.1, the following date changes have been made: a. The original Questions and Answers deadline was Thursday October 29, 2015 at 5:00 P.M. i. The new Questions and Answers deadline is Thursday November 5, 2015 at 5:00 P.M. b. The original Closing Date was Tuesday November 3, 2015 at 2:00 P.M. i. The new Closing Date is Tuesday November 10, 2015 at 2:00 P.M. ii. The Closing will still take place at City Hall, 1625 13th Street, Purchasing Conference Room 204, Lubbock, Texas 79401. All requests for additional information or clarification must be submitted in writing and directed to: Juan Mendez, Buyer City of Lubbock Purchasing and Contracts Management Office 1625 13th Street, Room 204 Lubbock, Texas 79401 Questions may be faxed to (806)775-2164 or Email to JMendez(amylubbock.us Questions are preferred to be posted on BidSync: www.bidsync.com THANK YOU, pw" xeaq CITY OF LUBBOCK Juan Mendez Buyer City of Lubbock Purchasing and Contracts Management Office It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offeror's responsibility to advise the Director of Purchasing and Contract Management if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the Director of Purchasing and Contract Management no later than five (5) business days prior to the close date. A review of such notifications will be made. I CY�Sof iblo k TEXAS ADDENDUM 2 Clarification Responses RFP 16-12548-JM Municipal Square Restroom Renovations DATE ISSUED: November 5, 2015 CLOSE DATE: November 10, 2015 at 2:00 p.m. The following items take precedence over specifications for the above named Request for Proposals (RFP). Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Please review, incorporate, and acknowledge the information in this addendum on the signature page of the Proposal Submittal Form. Addendum No. 2: Clarifications and Responses to questions from the attendees at the Pre - Proposal Meeting of October 28, 2015 and the following on site walk through. 1. Question: Can the 90 degree corner on the ceramic tile utilize a Schluter strip? If so specify make and model. a. At the outside corner of a ceramic tile installation, utilize a Schluter Systems Anodized Aluminum trim Series: Deco AEl00D — 100 3/8" - finish: Satin / Mat 2. Clarification: At the large Men's and Women's restrooms at each floor level, replace the current entry door marble thresholds with new custom acrylic molded units — color: black. These thresholds shall match the restroom finish floor level in height. However, the total height of the threshold shall not exceed 3/4" The threshold will be as wide as the door frames. The corridor side of the threshold shall be no higher than 1/4" above the corridor floor. A bevel will be profiled on the corridor side for a width of 1" and having pitch no greater than 1 in 2. 3. Question: Do the urinals have carriers? a. The 3 5/8" framing of the new wall for the urinals will accommodate the size of the urinal carrier. 4. Question: Will special dust enclosures be required? a. City Facility Management staff report no special dust partitions are required. 5. Clarification: About 130 square feet of vinyl wall covering will need to be removed from the vestibule area at the 2nd floor Women's restroom. Refinish the walls to match the adjacent drywalls and apply the specified paint finish. 6. Question: Do the restrooms have isolation valves? a. The small restroom "C" does have isolation valves for the room. Currently all of the stacked restrooms are on the same hot and cold water main. The plumber's scope of work will increase to add isolation valves to the branch lines of the first floor Men and Women's restroom "A" and the second floor Men and Women's restrooms `B". This will be done at a time coordinated with the City Facilities Management staff and the building users. The bidders shall verify the size and quantity of the valves need to do this. 7. Clarification: The walls to the restroom "C" shall receive the multi -spec paint. This is covered by the General Construction Note #24 on A1.0 8. Clarification: Armstrong World Industries, Inc. will not be required to provide a warranty for the material used in this project. However, as per the specifications, the installer will be required to provide the owner with a one year warranty for labor of the installed material. The tile floor shall be leveled prior to application of the flooring material. The floor leveling material shall be that approved by the flooring material manufacture. All requests for additional information or clarification must be submitted in writing and directed to: Juan Mendez, Buyer City of Lubbock Purchasing and Contracts Management Office 1625 13th Street, Room 204 Lubbock, Texas 79401 Questions may be faxed to (806)775-2169 or Email to JMendezkmylubbock.us Questions are preferred to be posted on BidSync: www.bidsync.com THANK YOU, pw" N°dq CITY OF LUBBOCK Juan Mendez, Buyer City of Lubbock Purchasing and Contracts Management Office It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the offeror's responsibility to advise the Director of Purchasing and Contract Management if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the Director of Purchasing and Contract Management no later than five (5) business days prior to the close date. A review of such notifications will be made. bock TEXAS ADDENDUM 3 Closing Date Change RFP 16-12548-JM Municipal Square Restroom Renovations DATE ISSUED: November 10, 2015 NEW CLOSE DATE: November 17, 2015, at 2:00 P.M. CST The following items take precedence over specifications for the above named Request for Proposals (RFP) Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Please review, incorporate, and acknowledge the information in this addendum on the signature page of the Proposal Submittal Form. Closing Dates Change 1. Per Addendum No.3, the following date change has been made: a. The original Closing Date was Tuesday, November 3, 2015, at 2:00 P.M. and per Addendum No. 2 was changed to Tuesday, November 10, 2015, at 2 P.M. i. The new Closing Date is Tuesday, November 17, 2015, at 2:00 P.M. ii. The Closing will take place at City Hall, 1625 13a' Street, Purchasing Conference Room 204, Lubbock, Texas 79401. All requests for additional information or clarification must be submitted in writing and directed to: Juan Mendez, Buyer City of Lubbock Purchasing and Contracts Management Office 1625 13th Street, Room 204 Lubbock, Texas 79401 Questions may be faxed to (806)775-2164 or Email to JMendezkmylubbock.us Questions are preferred to be posted on BidSync: www.bidsync.com THANK YOU, '0e" x°ge(q CITY OF LUBBOCK Juan Mendez Buyer City of Lubbock Purchasing and Contracts Management Office It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offeror's responsibility to advise the Director of Purchasing and Contract Management if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the Director of Purchasing and Contract Management no later than five (5) business days prior to the close date. A review of such notifications will be made. City of Lubbock, TX Purchasing and Contract Management Contractor Checklist for RFP 16-12548-JM Before submitting your bid, please ensure you have completed and included the following documents in the order they are listed. The contractor is only to submit (I) one original copy of every item listed. I. Carefully read and understand the plans and specifications and properly complete the BID SUBMITTAL FORM. Bid submittal form MUST be completed in blue or black ink or by typewriter. Signatures must be original, in blue or black ink, and by hand. The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated below. In case of a discrepancy between the Unit Price and the Extended Total for a Bid item, the Unit Price will be taken." Include corporate seal and Secretary's signature. Identify addenda received (if any). Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 2. Include BID BOND or CASHIER'S OR CERTIFIED CHECK as your bid surety. Failure to provide a bid surety WILL result in automatic rejection of your bid. 3. Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT. This must include the signature of the agent or broker. Contractor's signature must be original. 4. Clearly mark the bid number, title, due date and time and your company name and address on the outside of the envelope or container. 5. V Ensure your bid is RECEIVED by the City of Lubbock Purchasing and Contract Management Office prior to the deadline. Late bids will not be accepted. 6. Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be explained in detail and submitted with Bid. 7. V Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 8. ,� Complete and submit the PROPOSED LIST OF SUB -CONTRACTORS. 9. ✓ Complete and submit the CONFLICT OF INTEREST QUESTIONNAIRE. DOCUMENTS REQUIRED WITHIN SEVEN BUSINESS DAYS AFTER CLOSING: 10. Complete and submit the FINAL LIST OF SUB -CONTRACTORS. FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR BID BEING DEEMED NON -RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE INCLUDE THIS COMPLETED PAGE AS THE FIRST PAGE OF YOUR BID SUBMITTAL. _Fr_"M U K 1 Pf (f )VI 5 TV U CL Jhl4J,-Y1 C . (Ty a or Print Company Name) Page Intentionally Left Blank INDEX 1. NOTICE TO OFFERORS 2. GENERAL INSTRUCTIONS TO OFFERORS 3. TEXAS GOVERNMENT CODE § 2269 4. PROPOSAL SUBMITTAL FORM — (must be submitted by published due date & time) 4-1. UNIT PRICE PROPOSAL SUBMITTAL FORM 4-2. CONTRACTOR'S STATEMENT OF QUALIFICATIONS 4-3. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT 4-4. SAFETY RECORD QUESTIONNAIRE 4-5. SUSPENSION AND DEBARMENT CERTIFICATION 4-6. CONFLICT OF INTEREST QUESTIONNAIRE 4-7. PROPOSED LIST OF SUB -CONTRACTORS 5. POST -CLOSING DOCUMENT REQUIREMENTS — (to be submitted no later than seven business days after the close date when proposals are due) 5-1. FINAL LIST OF SUB -CONTRACTORS 6. PAYMENT BOND 7. PERFORMANCE BOND 8. CERTIFICATE OF INSURANCE 9. CONTRACT 10. GENERAL CONDITIONS OF THE AGREEMENT 11. DAVIS-BACON WAGE DETERMINATIONS 12. SPECIAL CONDITIONS (IF APPLICABLE) 13. SPECIFICATIONS Pale Intentionally Left Blank NOTICE TO OFFERORS Pate Intentionally Left Blank NOTICE TO OFFERORS RFP 16-12548-JM Sealed proposals addressed to Marta Alvarez, Director of Purchasing and Contract Management, City of Lubbock, Texas, will be received in the office of the Director of Purchasing and Contract Management, City Hall, 1625 13th Street, Room 204, Lubbock, Texas, 79401, until 2:00 pm on November 17, 2015, 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: Municipal Square Restroom Renovations After the expiration of the time and date above first written, said sealed proposals will be opened in the Purchasing Conference Room 204 of City Hall and publicly read aloud. It is the sole responsibility of the proposer to ensure that his proposal is actually in the office of the Director of Purchasing and Contract Management for the City of Lubbock, Room 204, 1625 13th Street, Lubbock, TX, 79401, before the expiration of the date above first written. The Contractor is only required to submit one original copy of every item listed on the Contractor Checklist in the proposal submittal. Proposals are due at 2:00 pm on November 17, 2015 , and the City of Lubbock City Council will consider the proposals on December 17, 2015, at the City Hall, 1625 13th Street, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all proposals and waive any formalities. The successful proposer 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 proposer 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 $50,000. Said statutory bonds shall be issued by a company carrying a current Best Rating of "A" or better. The bond must be in a form accepted by the City Attorney and must be dated the same as the Contract Award date. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the proposal submitted as a guarantee that proposer will enter into a contract and execute all necessary bonds within ten (10) business days after notice of award of the contract to the Offerror. FAILURE OF THE PROPOSER TO INCLUDE PROPOSAL SECURITY WITH THE PROPOSAL SUBMITTAL SHALL CONSTITUTE A NON -RESPONSIVE PROPOSAL AND RESULT IN DISQUALIFICATION OF THE PROPOSAL SUBMITTAL. It shall be each proposer's sole responsibility to inspect the site of the work and to inform Offerror regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the proposal submitted. There will be a non -mandatory pre -proposal conference on Wednesday, October 28, 2015 at 11:00 am, at City Hall 1625 13th Street, Purchasing Conference Room 204, Lubbock, Texas. Attention of each proposer is particularly called to the schedule of general prevailing rate of per diem wages (based on a hourly rate time 8 hours per day minimum) included in the contract documents on file in the office of the Director of Purchasing and Contract Management of the City of Lubbock, which document is specifically referred to in this notice to offerors. Each offerors attention is further directed to Texas Government Code, Chapter 2258, Prevailing Wage Rates, and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. The City of Lubbock hereby notifies all offerors that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit proposals in response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre - proposal meetings and proposal openings are available to all persons regardless of disability. If you require special assistance, please contact the Director of Purchasing and Contract Management Office at (806) 775- 2572 or write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. CITY OF LUBBOCK, l aYta-ACvareZ Marta Alvarez DIRECTOR OF PURCHASING AND CONTRACT MANAGEMENT GENERAL INSTRUCTIONS TO OFFERORS Pate Intentionally Left Blank GENERAL INSTRUCTIONS TO OFFERORS PROPOSAL DELIVERY, TIME & DATE The City of Lubbock is seeking written and sealed competitive proposals to furnish Municipal Square Restroom Renovations per the attached specifications and contract documents. Sealed proposals will be received no later than 2:00 pm on November 17, 2015, at the office listed below. Any proposal received after the date and hour specified will be rejected and returned unopened to the proposer. Each proposal and supporting documentation must be in a sealed envelope or container plainly labeled in the lower left-hand corner: "RFP 16-12548-JM, Municipal Square Restroom Renovations" and the proposal opening date and time. Offerors must also include their company name and address on the outside of the envelope or container. Proposals must be addressed to: Marta Alvarez, Director of Purchasing and Contract Management City of Lubbock 1625 13th Street, Room 204 Lubbock, Texas 79401 1.1 Offerors are responsible for making certain proposals are delivered to the Purchasing Contract Managers Office. Mailing of a proposal does not ensure that it will be delivered on time or delivered at all. If proposer does not hand deliver proposal, we suggest that he/she use some sort of delivery service that provides a receipt. 1.2 Proposals may be delivered in person, by United States Mail, by United Parcel Service, or by private courier service. Only written proposals submitted in conformance with the Instruction to Offerors will be considered responsive and evaluated for award of a Contract. 1.3 The City of Lubbock reserves the right to postpone the date and time for opening proposals through an addendum. 2 PRE -PROPOSAL MEETING 2.1 For the purpose of familiarizing offerors with the requirements, answering questions, and issuing addenda as needed for the clarification of the Request for Proposals (RFP) documents, a non -mandatory pre -proposal meeting will be held on Wednesday, October 28, 2015 at 11:00 am, at City Hall, 1625 13th Street, Purchasing Conference Room 204, Lubbock, Texas. All persons attending the meeting are required to identify themselves and the prospective proposer they represent. 2.2 It is the proposer's responsibility to attend the pre -proposal meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre -proposal meeting to offerors who do not attend the pre -proposal meeting. 3 ADDENDA & MODIFICATIONS 3.1 Any changes, additions, or clarifications to the RFP are made by ADDENDA information available over the Internet at www.bidsvnc.com. We strongly suggest that you check for any addenda a minimum of forty-eight hours in advance of the response deadline. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. 3.2 Any proposer in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof from the Purchasing Manager. At the request of the proposer, or in the event the Director of Purchasing and Contract Management deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Purchasing Manager. Such addenda issued by the Director of Purchasing and Contract Management Office will be available over the Internet at htip://www.bidsync.com and will become part of the proposal package having the same binding effect as provisions of the original RFP. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by the City of Lubbock Director of Purchasing and Contract Management Office no later than five (5) calendar days before the proposal closing date. 3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock shall not be legally bound by any explanation or interpretation that is not in writing. Only information supplied by the City of Lubbock Director of Purchasing and Contract Management Office in writing or in this RFP should be used in preparing proposal responses. All contacts that a proposer may have had before or after receipt of this RFP with any individuals, employees, or representatives of the City and any information that may have been read in any news media or seen or heard in any communication facility regarding this proposal should be disregarded in preparing responses. 3.4 The City does not assume responsibility for the receipt of any addendum sent to offerors. 4 EXAMINATION OF DOCUMENTS AND REQUIREMENTS 4.1 Each proposer shall carefully examine all RFP documents and thoroughly familiarize itself with all requirements before submitting a proposal to ensure that their proposal meets the intent of these specifications. 4.2 Before submitting a proposal, each proposer shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Request for Proposals. Failure to make such investigations and examinations shall not relieve the proposer from obligation to comply, in every detail, with all provisions and requirements of the Request for Proposals. 4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Director of Purchasing and Contract Management and a clarification obtained before the proposals are received, and if no such notice is received by the Director of Purchasing and Contract Management prior to the opening of proposals, then it shall be deemed that the proposer fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If proposer does not notify the Director of Purchasing and Contract Management before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the closing of proposals. 2 5 PROPOSAL PREPARATION COSTS 5.1 Issuance of this RFP does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a proposal. 5.2 The issuance of this RFP does not obligate the City of Lubbock to enter into contract for any services or equipment. 5.3 All costs related to the preparation and submission of a proposal shall be paid by the proposer. 6 TRADE SECRETS, CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 6.1 If you consider any portion of your proposal to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. 6.2 Proposals will be opened in a manner that avoids disclosure of the contents to competing offerors and keeps the proposals secret during negotiations. All proposals are open for public inspection after the contract is awarded, but trade secrets and confidential information in the proposals are not open for inspection. Tex. Loc. Govt. Code 252.049(b) 6.3 Marking your entire proposal CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open Records Act. 7 LICENSES, PERMITS, TAXES The price or prices for the work shall include full compensation for all taxes, permits, etc. that the proposer is or may be required to pay. 8 UTILIZATION OF LOCAL BUSINESS RESOURCES Prospective offerors are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their proposal submittal how they would utilize local resources. 9 CONFLICT OF INTEREST 9.1 The proposer shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Lubbock. 9.2 By signing and executing this proposal, the proposer certifies and represents to the City the offeror has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of discretion concerning this proposal. 10 CONTRACT DOCUMENTS 10.1 All work covered by the contract shall be done in accordance with contract documents described in the General Conditions. 10.2 All offerors shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 3 11 PLANS FOR USE BY OFFERORS It is the intent of the City of Lubbock that all parties with an interest in submitting a proposal on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a proposal without charge. The contract documents may be examined without charge as noted in the Notice to Offerors. 12 PROPOSER INQUIRIES AND CLARIFICATION OF REQUIREMENTS 12.1 It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offerors responsibility to advise the Director of Purchasing and Contract Management if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the City Director of Purchasing and Contract Management Office no later than five (5) calendar days before the proposal closing date. A review of such notifications will be made. 12.2 NO PROPOSER SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS REQUEST FOR PROPOSALS (RFP) MUST BE SUBMITTED IN WRITING NO LATER THAN FIVE (5) CALENDAR DAYS PRIOR TO THE PROPOSAL CLOSING DATE AND ADDRESSED TO: City of Lubbock Juan Mendez, Buyer 1625 13th Street, Room 204 Lubbock, Texas 79401 Fax: 806-775-2164 Email: JMendez@mylubbock.us Bidsync: www.bidsvnc.com 13 TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be completed within 75 CONSECUTIVE CALENDAR DAYS from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful proposer. 13.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take such action as the City deems necessary to ensure completion of the project within the time specified. 14 PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 4 15 AFFIDAVITS OF BILLS PAID The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. 16 MATERIALS AND WORKMANSHIP The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and methods set forth in the contract documents provide minimum standards of quality, which the Owner believes necessary to procure a satisfactory project. 17 GUARANTEES 17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within TWO years from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants fault -free performance and fault -free result in the processing date and date -related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will be recognized and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to comply with all the obligations contained herein. 17.3 The obligations contained herein apply to products and services provided by the Contractor, its sub -contractor or any third party involved in the creation or development of the products and services to be delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining to termination or default. 17.4 The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. 5 18 PLANS FOR THE CONTRACTOR The contractor will, upon written request, be furnished up to a maximum of five sets of plans and specifications and related contract documents for use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. 19 PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City reserves the right, after the proposals have been opened and before the contract has been awarded, to require of a proposer the following information: (a) The experience record of the proposer 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 proposer. (c) Equipment schedule. 20 TEXAS STATE SALES TAX 20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise & Use Tax Act. 20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be incorporated into the work without paying the tax at the time of purchase. 21 PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures, both known and unknown, 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, and/or the owning utility at the Contractor's expense. 22 BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and 6 lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 23 EXPLOSIVES 23.1 The use of explosives will not be permitted 23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. 24 CONTRACTOR'S REPRESENTATIVE The successful proposer shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful proposer shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. 25 INSURANCE 25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted before contract execution. 26 LABOR AND WORKING HOURS 26.1 Attention of each proposer 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 proposer' attention is further directed to the requirements of Texas Government Code, Chapter 2258, Prevailing Wage Rates, providing for the payment of the wage schedules above mentioned and the proposer's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in the 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 Sundays 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. 7 26.2 Before construction work requiring an inspector is to be performed on Sundays 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 Sundays or holidays will be made by the Owner's Representative. 26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors shall keep a record showing the name and occupation of each worker employed by the Contractor or subcontractor in the construction of the public work and the actual per diem wages paid to each worker. This record shall be open at all reasonable hours to inspection by the officers and agents of the City. 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, sixty dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. 28 PROVISIONS CONCERNING ESCALATION CLAUSES Proposals submitted containing any conditions which provide for changes in the stated proposal price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the proposer without being considered. 29 PREPARATION FOR PROPOSAL 29.1 The form shall be correctly filled in, stating the price in 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 unit price and the extended total for a bid item, the unit price will be taken. A bid that has been opened may not be bidder shall submit his bid on forms furnished by the City, and all blank spaces in the changed for the purpose of correcting an error in the bid price. 29.2 If the proposal is submitted by an individual, his name must be signed by him or his duly authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member must be given and the proposal signed by a member of the firm, association or partnership, or person duly authorized. If the proposal is submitted by a company or corporation, the company or corporate name and business address must be given, and the proposal signed by an official or duly authorized agent. Powers of attorney authorizing agents or 8 others to sign proposals must be properly certified and must be in writing and submitted with the proposal. The proposal shall be executed in ink. 29.3 Each proposal shall be enclosed in a sealed envelope, addressed as specified in the Notice to Offerors, and endorsed on the outside of the envelope in the following manner: 29.3.1 Proposer's name 29.3.2 Proposal for RFP 16-12548-JM Municipal Square Restroom Renovations. 29.4 Proposal submittals may be withdrawn and resubmitted at any time before the time set for opening of the proposals, but no proposal may be withdrawn or altered thereafter. 29.5 Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. 30 BOUND COPY OF CONTRACT DOCUMENTS Proposer understands and agrees that the contract to be executed by proposer shall be bound and include the following: (a) Notice to Offerors. (b) General Instructions to Offerors. (c) Proposer's Submittal Form. (d) Statutory Bonds (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates for Contractor and all Sub -Contractors. (j) All other documents made available to proposer for his inspection in accordance with the Notice to Offerors. If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by reference into the aforementioned contract documents. 31 QUALIFICATIONS OF OFFERORS The proposer 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 proposer may also be required to give a past history and references in order to satisfy the City of Lubbock about the proposer's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the proposer to perform the work, and the proposer shall furnish to the City of Lubbock all information for this purpose that may be requested. The proposer's proposal may be deemed not to meet specifications or the proposal may be rejected if the evidence submitted by, or investigation of, the proposer fails to satisfy the City of Lubbock that the proposer is properly qualified to carry out the obligations of the contract 9 32 and to complete the work described therein. Evaluation of the proposer's qualifications shall include but not be limited to: (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the proposer 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 proposer. (d) The quality of performance of previous contracts or services. (e) The safety record of the Contractor and proposed Sub -Contractors (f) The experience and qualifications of key project personnel (g) Past experience with the Owner Before contract award, the recommended contractor for this project may be required to show that he has experience with similar projects that require the Contractor to plan his work efforts and equipment needs with City of Lubbock specifications in mind. Demonstration of experience shall include a complete list of ALL similar municipal and similar non -municipal current and completed projects for the past five (5) years for review. This list shall include the names of supervisors and type of equipment used to perform work on these projects. In addition, the Contractor may be required to provide the name(s) of supervisor(s) that will be used to perform work on this project in compliance with City of Lubbock specifications herein. BASIS OF PROPOSALS AND SELECTION CRITERIA The City uses the Competitive Sealed Proposals procurement method as authorized by the Texas Legislature and further defined by Texas Government Code Section 2269. The Maximum Point value is equal to 100 points. The weight factor is 60% for Price, 30% for Contractor Qualifications, 5% for Safety Record and 5% for Construction Time. The selection criteria used to evaluate each proposal includes the following: 32.1 60% PRICE: The quality of Offerors is not judged solely by a low initial cost proposal or, conversely, eliminated solely because of a high initial cost proposal. The following is the formula used when determining price as a factor for construction contract proposals. The lowest proposal price of all the proposals becomes the standard by which all price proposals are evaluated. One at a time, each proposal is evaluated by taking the lowest proposal price and dividing it by the price of the proposal being evaluated. That fraction is then multiplied by the maximum point value multiplied by the weight of the price factor for the price score. For Example: (Lowest Price/Current Proposal Price) x Maximum Point Value x Weight Factor = Price Score. 32.2 30% CONTRACTOR QUALIFICATIONS: When evaluating a contractor's qualifications, the City uses the "Contractor's Statement of Qualifications" attached within and past experience with the contractor. The City may also interview the job superintendent at a time to be named after receipt of proposals. This criterion is subjectively evaluated and the formula is as follows: (Points X Weight = Score) with a maximum of 30 points allowable. Each evaluator assigns points based upon the responses the contractor provides in the "Contractor's Statement of Qualifications" and 10 any past experience with the contractor. The "Contractor's Statement of Qualifications" is a minimum, and you may provide additional pertinent information relevant to the project for which you are submitting this proposal. 32.3 5% SAFETY RECORD QUESTIONNAIRE: This criterion is also more subjectively evaluated and the formula is as follows: (Points X Weight = Score) with a maximum of five points allowable. Each evaluator assigns points based upon the responses you provide in your "Safety Record Questionnaire" and the Contractors Experience Modification Ratio. The Contractor must submit this ratio with his bid. Contractors with an Experience Modification Ratio greater than 1 will receive zero points for safety. The City may consider any incidence involving worker safety or safety of Lubbock residents, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor under the contractor's control. Evaluators base their rating primarily upon how well you document previous offenses with the date of the offense, location where the offense occurred, type of offense, final disposition of the offense, and any penalty assessed as well as the Experience Modification Ratio. 32.4 5% CONSTRUCTION TIME: This criterion is, as with price, objective and evaluators use the following formula when determining construction time as a factor for construction contract proposals. The lowest construction time proposal of all the proposals becomes the standard by which all the construction time proposals are evaluated. One at a time, each proposal is evaluated by taking the lowest construction time and dividing it by the construction time of the proposal being evaluated. That fraction is then multiplied by the maximum point value multiplied by the weight of the construction time factor for the construction time score. For example: (Lowest construction time/Current Proposal construction time) x Maximum Point Value x Weight Factor = Construction Time Score 32.5 EVALUATION PROCESS: Evaluators independently review and score each proposal. The committee meets, during which time the Committee Chairperson totals the individual scores. If the individual scores are similar, the Chairperson averages the scores then ranks offerors accordingly. If the scores are significantly diverse, the Chairperson initiates and moderates discussion to determine the reasons for the differences and ensures that all evaluators are fully knowledgeable of all aspects of the proposals. Scores may then be adjusted by the committee based on committee discussion. Please note that offerors with higher qualifications scores could be ranked higher than offerors with slightly better price scores. The estimated budget for the construction phase of this project is $175,000. Proposals shall be made using the enclosed Proposal Submittal Form. 33 SELECTION 33.1 Selection shall be based on the responsible offeror whose proposal is determined to be the most advantageous to the City of Lubbock considering the relative importance of evaluation factors included in this RFP. 11 33.2 NO INDIVIDUAL OF ANY USING DEPARTMENT (CITY OF LUBBOCK WATER UTILITIES OR OTHER) HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS REQUEST FOR PROPOSAL. 33.3 The City shall select the offeror that offers the best value for the City based on the published selection criteria and on its ranking evaluation. The City shall first attempt to negotiate a contract with the selected offeror. The City and its engineer or architect may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. If the City is unable to negotiate a contract with the selected offeror, the City shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. 33.4 In determining best value for the City, the City is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. 33.5 A proposal will be subject to being considered irregular and may be rejected if it shows omissions, alterations of form, conditional alternate proposals, additions or alternates in lieu of the items specified, if the unit prices are obviously unbalanced (either in excess of or below reasonably expected values), or irregularities of any kind. " 34 ANTI -LOBBYING PROVISION 34.1 DURING THE PERIOD BETWEEN PROPOSAL SUBMISSION DATE AND THE CONTRACT AWARD, PROPOSERS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL NOT DISCUSS OR PROMOTE THEIR PROPOSAL WITH ANY MEMBER OF THE LUBBOCK CITY COUNCIL OR CITY STAFF EXCEPT UPON THE REQUEST OF THE CITY OF LUBBOCK PURCHASING DEPARTMENT IN THE COURSE OF CITY -SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS. 34.2 This provision is not meant to preclude bidders from discussing other matters with City Council members or City staff. This policy is intended to create a level playing field for all potential bidders, assure that contract decisions are made in public, and to protect the integrity of the bid process. Violation of this provision may result in rejection of the bidder's bid. 35 PREVAILING WAGE RATES 35.1 Offerors are required to comply with Texas Government Code, Chapter 2258, Prevailing Wage Rates, with respect to the payment of prevailing wage rates for the construction of a public work, including a building, highway, road, excavation, and repair work or other project development or improvement, paid for in whole or in part from public funds, without regard to whether the work is done under public supervision or direction. A worker is employed on a public work if the worker is employed by the contractor or any subcontractor in the execution of the contract for the project. 12 35.2 A worker employed on a public work by or on behalf of the City of Lubbock shall be paid not less than the general prevailing rate of per diem wages for the work of a similar character in the locality in which the work is performed, and not less than the general prevailing rate of per diem wages for legal holiday and overtime work. 35.3 The State of Texas has adopted the Federal Davis -Bacon wage rates for use in Texas pursuant to and in accordance with the Texas Government Code, Section 2258.022. Proposers shall use the Davis Bacon wages rates attached herein for Lubbock County: hLtp://www.wdol.gov/dba.aspx 35.4 It shall be the responsibility of the successful offeror to obtain the proper wage rates from the web site for the type of work defined in the bid specifications. 35.5 A contractor or subcontractor who violates Texas Government Code Section 2258.023 shall pay to the City of Lubbock $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the contract. 13 TEXAS GOVERNMENT CODE & 2269 SELECTING CONTRACTOR FOR CONSTRUCTION SERVICES THROUGH COMPETITIVE SEALED PROPOSALS (a) In selecting a contractor through competitive sealed proposals for construction, rehabilitation, alteration, or repair services for a facility or for construction of a project to which Section 252.043(d-1) applies, a governmental entity shall follow the procedures prescribed by this section. (a-1) In this section "facility" means an improvement to real property. (b) The governmental entity shall select or designate an engineer or architect to prepare construction documents for the project. The selected or designated engineer or architect has full responsibility for complying with Chapter 1001 or 1051, Occupations Code, as applicable. If the engineer or architect is not a full-time employee of the governmental entity, the governmental entity shall select the engineer or architect on the basis of demonstrated competence and qualifications as provided by Section 2254.004, Government Code. (c) The governmental entity shall provide or contract for, independently of the contractor, the inspection services, the testing of construction materials engineering, and the verification testing services necessary for acceptance of the facility or project by the governmental entity. The governmental entity shall select those services for which it contracts in accordance with Section 2254.004, Government Code, and shall identify them in the request for proposals. (d) The governmental entity shall prepare a request for competitive sealed proposals that includes construction documents, selection criteria, estimated budget, project scope, schedule, and other information that contractors may require to respond to the request. The governmental entity shall state in the request for proposals the selection criteria that will be used in selecting the successful offeror. (e) The governmental entity shall receive, publicly open, and read aloud the names of the offerors and, if any are required to be stated, all prices stated in each proposal. Not later than the 45th day after the date of opening the proposals, the governmental entity shall evaluate and rank each proposal submitted in relation to the published selection criteria. (f) The governmental entity shall select the offeror that offers the best value for the governmental entity based on the published selection criteria and on its ranking evaluation. The governmental entity shall first attempt to negotiate a contract with the selected offeror. The governmental entity and its engineer or architect may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. If the governmental entity is unable to negotiate a contract with the selected offeror, the governmental entity shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. (g) In determining best value for the governmental entity, the governmental entity is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. PROPOSAL SUBMITTAL FORM Pale Intentionally Left Blank City of Lubbock Bid RFP 16-12548 PROPOSAL SUBMITTAL FORM LUMP SUM PROPOSAL CONTRACT DATE: — PROJECT NUMBER: RFP 16-12548-JM — Municipal Square Restroom Renovations Proposal of (hereinafter called Offeror) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Offeror, in compliance with your Request for Proposals for the construction of the Municipal Square Restroom Renovations, having carefully examined the plans, specifications, instructions to offerors, notice to offerors and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required under the contract documents. ITEM NO. DESCRIPTION UNIT MATERIALS LABOR TOTAL PRICE Municipal Square Restroom Renovations: Base 1 bid consists of all Materials and Labor, including Mechanical and Electrical Work, for Sum 00 1 i3� 813. 75) 9.2q,0° $ $ 22 r the necessary improvements for the above referenced project, as specified herein. PROPOSED CONSTRUCTION TIlVIE: 1. Contractors proposed CONTRUCTION TIME for completion: The proposed number of consecutive calendar days to final completion: 7'6 — Days IOII O1510.13 AM P. 37 Offeror hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within 75 CONSECUTIVE CALENDAR DAYS thereafter as stipulated in the specifications and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages the sum of $150 each consecutive calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 29 of the General Instructions to Offerors_ Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of sixty (60) calendar days after the scheduled closing time for receiving proposals. The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence work on the date specified in the written notice to proceed, and to substantially complete the work on which he has proposed; as provided in the contract documents. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. /�1� Offeror's Initials City of Lubbock Bid RFP 16-12548 Enclosed with this proposal is a Cashier's Check or Certified Check for Dollars ($ ) or a Proposal Bond in the sum of Dollars ($ ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Offerors. Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. (Seal if Offeror is a Corporation) ATTEST: acknowledges receipt of the following addenda: Addenda No. Date i o 2.$-20l5 Addenda No. �Dated -g 5 zol 5 Addenda No. Date11-112- 15 Addenda No. Date M/WBE Firm: Woman American Date:- - Authorized Signature ( rinted or Typed Name) -Foymmil Company 3�z 1101��, Address I j 1 h6CICk City, County a�VC,S 7 424 State Zip Code Telephone: $Qjp - e- 3 $- 8 72 2 Fax: _ 43 06 - -7 q7- Email: +JC i eiJ:k ��,ir nn54�,o FEDERAL Tyr SOCIAL SEI.Q Y No. 10/16/201511013 AM P. 34 Bid Bond SURETY DEPARTMENT Conforms with the American Institute of Architects, A.I.A Documents No. A-310 KNOW ALL MEN BY THESE PRESENTS_ That we, Tommy Klein Construction, Inc. as Principal hereinafter called the Principal, and Texas Bonding Company a corporation created and existing under the laws of the State of CA whose principal office is in Plano, TX as Surety, hereinafter called the Surety, are held and firmly bound unto City of Lubbock as Obligee, hereinafter called the Obligee, in the sum of Five Percent of the Greatest Amount Bid Dollars (S5% GAB) 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 Municipal Square Restroom Renovation 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 Signed and sealed this loth day of November, 2015 Tommy Klein Construction, Inc. (Principal) By. (SEAL) Texas Bonding Company _ (Surety) By (SEAL) J arnett Attorney -in -fact POWER OF ATTORNEY AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY KNOW ALL MEN BY THESE PRESENTS. That American Contractors Indemnity Company, a California corporation, Texas Bonding Company, an assumed name of American Contractors Indemnity Company, United States Surety Company, a M aryland corporation and U.S. Specialty Insurance Company, a Texas corporation (collectively, the "Companies"), do by these presents make, constitute and appoint: Johnny Moss, Jay Jordan, Tony Fierro, Jeremy Barnett, Jade Porter, Mistie Beck, or Robert G. Kanuth of Rockwall, Texas its true and lawful Attorney(s)-in-fact, each in their separate capacity if more than one is named above, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include riders, amendments, and consents of surety, providing the bond penalty does not exceed ****************•***Ten Million***"'**'****•••*••* Dollars ($ **10,000,000.00** ). This Power of Attorney shall expire without further action on December 20,2017. This Power of Attorney is granted under and by authority of the following resolutions adopted by the Boards of Directors of the Companies: Be it Resolved, that the President, any Vice -President, any Assistant We -President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorneys) -in -Fact to represent and act for and on behalf of the Company subject to the following provisions: Attornekirt-Fact may be given full power and authority for and in the name of and an behalf of the Company, to execute, acknowledge and deliver, any and all bonds. recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings. including any and all consents for the release of retuned percentages and/or final estimates on engineering and construction contracts, and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be binding upon the Company as if signed by the President and scaled and effected by the Corporate Secretary I & it Resolved, that the signature of any authorized officer and seat of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. IN WITNESS WHEREOF, The Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 1st day of December, 2014. AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY Corporate Seals UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY 1 1 SIIigPj oO Ira no CHO) / 0 0 Daniel P. Aguilar, Vice Presiient two .AL wl NIINIMb' A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Los Angeles SS - On this 1st day of December, 2014, before me, Maria G. Rodriguez -Wong, a notary public, personally appeared Dan P. Aguilar, Vice President of American Contractors Indemnity Company, Texas Bonding Company, United States Surety Company and U.S. Specialty Insurance Company who proved to me on the basis of satisfactory evidence to be the person whom name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. MA IA 0. RODAI Ii .11YD 1Na Cominisslon # 2049771 Signature (Seal) _ + Notary public - CSINornla z = Los Angeles Cttunly Comm. Ires Der:2i 2n1T r 1, Michael Chalekson , Assistant Sccretary of American Contractors Indemnity Company, Texas Banding Company, United States Surety Company and U.S. Specialty Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies, which is still in full force and effect, furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are in full force and effect. In W�'�}ess whereof,[ have her unto set my hand and affixed the seals of said Companies at Los Angeles, California this _ day Corporate Seals eio� �E.yeu,r�r to NI r3e ys,,,� I�II14� 3{ µis w sob Bond No. _ � r aR- tY Y€ r Michael Chalekson, Assistant Secretary Agency No. 17042•-_ _J. r g r'Y �.aM.x . WPF aFt� . N Mxnu MN. 2 tj 4. Texas Bonding Company TEXAS COMPLAINT NOTICE IMPORTANT NOTICE To obtain information or make a complaint: You may contact your agent. You may call the company's toll free telephone number for information or to make a complaint at: 1-800-486-6695 You may also write to the company at: 601 S. Figueroa Street, Suite 1600 Los Angeles, CA 90017 5. You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights, or complaints at: 1-800-252-3439 6. You may write to the Texas Department of Insurance at: Consumer Protection (1 I l-1 A) P.O. Box 149091 Austin, TX 78714-9091 Fax No. (512) 490-1007 Web: http://www.tdi.texas.gov E-mail: ConsumerProtection(@tdi.texas.gov 7. PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent or the company first. If the dispute is not resolved, you may contact the Texas Department oflnsurance. 8. ATTACH THIS NOTICE TO YOUR POLICY This notice is for information only and does not become a part or condition of the attached document. AVISO IMPORTANTE Para obtener informacion o para someter una queja: Puede comunicarse con su agente. Usted puede Ilamar al numero de telefono gratis de la compania's para informacion o para someter una queja al: 1-800-486-6695 Usted tambien puede escribir a la compania 601 S. Figueroa Street, Suite 1600 Los Angeles, CA 90017 Puede comunicarse con eI Departamento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos, o quejas at: 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas al: Consumer Protection (11 1-1 A) P.O. Box 149091 Austin, TX 78714-9091 Fax No. (512) 490-1007 Web: httR://www.tdi.texas.gov E-mail: Con sumerProtecti ongtdi.texas.gov DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el agente o la compania primero. Si no se resuelve is disputa, puede entonces comunicarse con el departamento (TDI). UNA ESTE AVISO A SU POLIZA Esta aviso es solo para proposito de informacion y no se convierte en pane o condicion del documento adjunto. Contractors Statement of Qualifications Individual contractors and joint ventures submitting a bid must complete the following evaluation information for the Project. Joint ventures shall be composed of not more than two firms and each firm must complete separate evaluations. Evaluation information must be submitted at time of bid submittal. Failure to submit the following Bidder Evaluation information may result in the OWNER considering the bid non -responsive and result in rejection of the bid by the OWNER. Bidders are to provide any additional information requested by the OWNER. In evaluating a firm's qualifications, the following major factors will be considered: A. FINANCIAL CAPABILITY: For this project, the CONTRACTOR'S financial capability to undertake the project will be determined by the CONTRACTOR'S ability to secure bonding satisfactory to the OWNER. B. EXPERIENCE: Do the organization and key personnel have appropriate technical experience on similar projects? C. SAFETY: Does the organization stress and support safety as an important function of the work process? D. (QUALITY OF WORK: (1) Does the organization have a commitment to quality in every facet of their work - the process as well as the product? (2) Does the organization have a written quality philosophy and/or principles that exemplifies their work? If so, submit as Attachment "A". (3) Has this organization ever received an award or been recognized for doing "quality" work on a project? If so, give details under Attachment "A". E. CONFORMANCE TO CONTRACT DOCUMENTS: (1) Does the organization have a commitment and philosophy to construct projects as designed and as defined in the Contract Documents? The OWNER reserves the right to waive irregularities in determining the firm's qualifications and reserves the right to require the submission of additional information. The qualifications of a firm shall not deprive the OWNER of the right to accept a bid, which in its judgement is the lowest and best bid, to reject any and all bids, to waive irregularities in the bids, or to reject nonconforming, non- responsive, or conditional bids. In addition, the OWNER reserves the right to reject any bid where circumstances and developments have in the opinion of the OWNER changed the qualifications or responsibility of the firm. Material misstatements on the qualifications forms may be grounds for rejection of the firm's bid on this project. Any such misstatement, if discovered after award of the contract to such firm, may be grounds for immediate termination of the contract. Additionally, the firm will be liable to the OWNER for any additional costs or damages to the OWNER resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. Complete the following information for your organization: 4 Tommy Klein Construction, Inc. 7312 Upland Avenue Lubbock, TX 79424 (806) 438-8777 (806) 797-2959 Contractor's Statement of Qualifications Proposal Evaluation Information Financial Capability: Tommy Klein Construction is financially capable to undertake this project as determined by our ability to secure bonding on this project. Experience: Our company has been in the business of general construction for twenty-nine years. We have completed our projects successfully to the satisfaction of owners. This is due to the vast knowledge and experience we bring to our projects. Employees are experienced with similar projects as evidenced by past performance. We have extensive experience at restroom renovations. Safety: Safety is one of the most important aspects of any project we are involved in. We follow all OSHA safety standards. Quality of Work: We are committed to the processes involved in managing the best use of time, in scheduling subcontractors. This is one of the keys to our success. Timely completion, along with our commitment to quality work from our subcontractors account for our accomplishments in the construction industry. Our philosophy: Our success is defined by the way we conduct business. Expect the best from our subcontractors and only utilize experienced, well -qualified subcontractors. Don't accept anything less than the best outcome for our customers. Our reputation is based on honesty, integrity, fairness and excellence. Great strength is found in effective communication. Resolve any problems before they can become "bigger" problems. All individuals are treated with respect and every situation is responded to with integrity Each project merits our full attention We are partners with all involved on a project to achieve the highest quality project possible. These principles under which we operate, exemplify our company's commitment to quality. Conformance to Contract Documents: Successful projects require that we conform to the contract documents. Numerous previous projects display our commitment to working with architects, engineers, owners and subcontractors in following the expectations of design construction, as well as the administration of the contract documents. Contractor's General Information Organization Doing Business As Tommy Klein Construction, Inc. Business Address of Principle Office 7312 Upland Avenue Lubbock, Texas 79424 Telephone Numbers Main Number 806-438-8777 Fax Number 806-797-2959 Web Site Address www.tkleinconst.com Form of Business (Check One) Date of Incorporation j x I A Corporation A Partnership An Individual November 1998 State of Incorporation Texas Chief Executive Officer's Name President's Name Karen Klein Vice President's Name(s) Tommy Klein Jonathan Klein Secretary's Name Tommy Klein Treasurer's Name Date of Organization Karen Klein State whether partnership is general or limited Name Business Address Identir-, a[I indkiduals not pre%ioush 11-auled MIMI exert a Significant 1111ount of husilless Control oNer (lie hidica(ors of Or-anization Size Average Number of Current Full Time 9 Average Estimate of Revenue for S 6,800,000.00 Employees the Current Year 10 Contractor's Organizational Experience J Organization Doing Business As I Tommy Klein Construction, Inc. Business Address of Regional Office 7312 Upland Avenue Lubbock, Texas 79424 Name of Regional Office Manager Karen Klein Telephone Numbers Main Number 806-438-8777 Fax Number 806-797-2959 Web Site Address www.tkleinconsLcom List of names that this organization currently, has or anticipates operating under over the history of the organization, includinS the names of related companies presently doing business: Names of Organization From Date To Date Tommy Klein Construction 01-01-1986 11-16-1998 Tommy Klein Construction, Inc. 11-16-1998 To present List of companies, firms or organizations that own any part of the organization. Name of companies, firms or organization Percent Ownership Years experience in projects similar to the proposed project: As a General Contractor 29 As a Joint Venture Partner Has this or a predecessor organization ever defaulted on a project or failed to complete any No work awarded to it? If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization been released from a bid or proposal in the past ten No ears? If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization ever been disqualification as a bidder or proposer by any No local, state, or federal agency within the last five ears? If yes provide full details in a separate attachment. See attachment No. Is this organization or your proposed surety currently in any litigation or contemplating No litigation? If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization ever refused to construct or refused to provide materials No defined in the contract documents? If yes provide full details in a separate attachment. See attachment No. Contractor's Proposed Key Personnel Organization Doing Business As Tommy Klein Construction, Inc. Provide a brief description of the managerial structure of the organization and illustrate with an organizational cart. i Include the title and names of key personnel. Include this chart at an attachment to this description. See attachment No. I Tommy Klein is General Manager of all projects. Shad Hartman and Jonathan Klein serve as Project Managers. Superintendents are Eddie Klein, Craig Wallace, Michael Prosser, and Cory McElwee. Jerry LaFuente is our Master Carpenter. Karen Klein is General Office Manager and Chief Financial Officer. Provide a brief description of the managerial structure proposed for this project and illustrate with an organizational cart. Include the title and names of proposed key personnel and alternates. Include this chart at an attachment to this description. See attachment No.2 Tommy Klein is General Project Manager. Shad Hartman will serve as Project Manger and alternately, Tommy Klein will serve as project manager. Eddie Klein will be our Job Superintendent on this project. Alternately, Shad Hartman will serve as Project Superintendent. Provide information on the key personnel proposed for this project that will provide the following key functions. Provide information for candidates for each of these positions on the pages for each of these key personnel. Also provide biographical information for each primary and alternate candidate as an attachment. The biographical information must include the following as a minimum: technical experience, managerial experience, education and formal training, work history which describes project experience, including the roles and responsibilities for each assignment, and primary language. Additional information highlighting experience which makes them the best candidate for the assignment should also be included. Role Primary Candidate Alternate Candidate Project Manager Shad Hartman Tommy Klein Project Superintendent Eddie Klein Shad Hartman Project Safety Officer Shad Hartman Tommy Klein Quality Control Manager Eddie Klein Shad Hartman If key personnel are to fulfill more than one of the roles listed above, provide a written narrative describing how much time will be devoted to each function, their qualifications to fulfill each role and the percentage of their time that will be devoted to each role. If the individual is not to be devoted solely to this project, indicate how time it to be divided between this project and their other assignments. 12 Project Manager Quality Control Safety Jonathan Klein Tommy Klein Construction, Inc General Project Manager Quality Control Safety Tommy Klein Project Manager/Estimator Safety Officer/Quality Control Shad Hartman Project Superintendent Quality Control Safety Michael Prosser Project Superintendent Quality Control Safety Craig Wallace Af+achmeyii f General Office Manager Chief Financial Officer Project Superintendent Quality Control Safety Eddie Klein Project Superintendent Quality Control Safety Cory McElwee Karen Klein Master Carpenter Quality Control Safety Jerry Lafuente Carpentry Laborers (as needed) General Laborers (as needed) NJ Tommy Klein Construction, inc Ik RFP 16-12548-JM City of Lubbock Municipal Square Restroom Renovations General Project Manager Quality Control Safety Tommy Klein (Proposed) Project Manager Safety Shad Hartman (Proposed) Project Superintendent Quality Control Eddie Klein General Office Manager Chief Financial Officer Karen Klein (Alternate) Project Manager Safety Tommy Klein (Alternate) Project Superintendent Quality Control Shad Hartman Attachment No. 2 Project Manager (Alternate Superintendent) Shad Hartman, our company estimator and Project Manager, is an invaluable asset to the company. We are proud to say he joined our company in May of 2010. His years of experience in the construction industry are advantageous for our company and our clients. Shad has experience in budgeting, estimating, marketing, cost analysis, quality control, safety and project management. As West Texas Regional Manager for a job order contractor, Shad managed and supervised approximately 350 projects totaling 20 million dollars over 3-1/2 years. He is OSHA certified and serves as Safety Manager. Shad is an integral part of our management team. Some of the projects Shad has managed are as follows: City of Lubbock — Firestation #11 $ 43,422 KCBD $ 239,869 TTU — High Rises $ 839,203 TTU —Sneed Restrooms $ 94,060 TTU — Horn/Knapp Kitchen $ 131,496 TTU —Clement Hall—Shower/Toilet Renovations $ 1,350,144 LISD — Smylie Wilson Middle School $ 131,601 Texas Forest Service — College Station $ 308,207 Terry County Courthouse — Demo, $ 442,618 Site work, metal stud walls, millwork Klondike ISD — 4,5,7,13,14 $ 182,921 Crosbyton CCISD Site Work, Carpentry $ 168,402 Gypsum systems University Medical Center EMS building $ 184,391 Texas Agrilife Parking Lot $ 97,513 Texas Tech Health Sciences Center 1-A $ 107,925 Pathology Renovations Texas Forest Service — Lathe House $ 74,993 Buddy Holly Plaza Improvements $ 158,463 City of Lubbock — Park Improvements $ 240,570 Second Baptist Church $ 169,247 U M C 2nd Floor Renovation $ 221,463 TTU — Wiggins Dining Complex $ 113,050 Renovate Elevator Hallway UMC Logistics Building $ 142,324 City of Lubbock Police Property Room $ 43,412 Texas Forest Service TAMUS Bldg. Remodel $ 289,953 LISD Restroom Renovation Harwell $ 265,517 & Overton Supervision LISD — ADA Restroom Renovations $ 162,523 LISD — McWhorter Elementary $ 154,350 LISD — Cavazos/Matthews $ 88,454 Shad knows construction from the bottom up. He does an outstanding job at scheduling and managing projects. At times, he has numerous projects in progress and successfully oversees them all with a smooth finishes. He is great at multi -tasking and his organizational skills provide what is needed to ensure we continue to provide exceptional construction service to our owners. Reference: Kevin Cockrell, Lubbock Independent School District — 806-219-0229 lk Project Manager (Alternate) As Project Manager assigned to this project, Tommy is highly qualified. Tommy has managed plumbing, concrete, electrical, painting, HVAC and mechanical in multi- discipline projects, in diverse locations. He is an experienced estimator, taking bids from subcontractors, as well as having line -item experience in doing insurance claims for clients. Tommy, as the leader of our team, has been effective in communicating expectations for quality workmanship on projects, which is one of the many reasons the company has found success. Tommy has earned respect among our clients, as well as engineers, architects and subcontractors, specifically because he works collaboratively in delivering the best quality project at a fair price. Tommy Klein, vice president, has worked in the construction industry for the last forty years. He began at the age of eighteen, digging ditches and tying rebar. He went on from there to framing houses. In 1977, he began working as a project superintendent for a large contractor in Lubbock, Texas. As project superintendent he was responsible for projects ranging in size and scope from seven hundred thousand up to four million dollars. These years gave him the experience needed to begin his own company in 1986 as a sole proprietorship. In 1998, the company incorporated in the State of Texas. The company performs all types of construction, including minor construction, rehabilitation, alterations and repairs. Tommy's knowledge of the principles of construction is vast. His ideas are ingenious when it comes to problem solving and clients feel comfortable asking him to come up with a revised plan or design, in order to overcome a problem or enhance the project. Because of the integrity with which we do business, when warranted, Tommy has worked with clients and architects to find less expensive alternatives to give the client better value. His personality lends itself to healthy working relationships with colleagues, as they become partners in bringing a project to a successful completion. Tommy is OSHA certified, which qualifies him to be our project safety officer. Attention to safety is ongoing on all projects. Tommy will be on the jobsite daily as construction progresses and will be available at all times. The total listing of projects Tommy has managed over many years are too many to list, but the following are a few recent projects he has been directly involved in a supervisory capacity: 2008 City of Lubbock — Interior office remodel $ 157,831 2008 City of Lubbock — Fire Station #13 Remodel $ 47,661 2008 Texas Tech University —Library $ 96,240 2009 Texas Tech Health Sciences Center CRC Basement $ 104,731 2009 Texas Tech University — Carpenter/Wells $ 201,900 2009 Texas A & M Research Center $ 69,124 2009 Health Sciences Center — Enclosure over areaway $ 76,637 2009 University Medical Center Concrete Pad & Fence $ 90,218 2010 Texas Tech University Averitt Building $ 255,628 2010 Texas Tech Health Sciences Center — Yd floor $ 59,972 2011 Texas A & M Equipment Shed $ 218,794 2011 Honeybee Facility $ 258,973 2012 Angelo State University Mall sidewalk and lighting $ 97,144 2012 Texas Tech University— Coleman Hall abatement $ 47,572 And lobby elevator 2012 Texas Tech University— Weymouth —flooring $ 22,231 61h floor study lounge 2013 Crockett County Additions $ 165,084 2015 Texas Agrilife Halfway $ 49,678 Project Manager 2013 Hulen Hall Shower/Toilet Renovations $ 1,129,920 2013 TTU Wiggins Hall Offices $ 1,354,551 2014 TTU — Murdough Shower/Toilet Renovations $ 1,527,413 2014 — KCBD $ 239,869 2014-2015 Second Baptist Church $ 169,247 2015 — Whiteface Independent School District $ 354,170 Reference: Jimmy Dunn 806-746-6101 Texas Agrilife Research Center lk Eddie Klein — Superintendent Eddie Klein has 39 years of experience in the construction industry. He has experience in millwork, carpentry, door, hardware, toilet partition installation and supervision. He supervised multi -million dollar projects for a large construction firm for twenty-five years. His experience includes managing multiple projects at different locations, managing plumbing, concrete, electrical, painting, HVAC and mechanical. Upon retirement of his boss, he struck out on his own, doing residential remodeling for five years. He then, subcontracted door installation for Lee Lewis Construction, Inc. for two years. Seven years ago, Eddie began subcontracting the installation of Wilson wall in school districts across Texas. Clearly, he has the experience and expertise necessary to insure the completion of any size construction project. We gladly welcome him to our team. Since joining our company, Eddie has supervised the following projects: 2015 — (in progress) Mae Simmons $ 244,355 2015 - City of Lubbock Water Administration & Street Dept. $ 795,144 Renovations, Municipal Hill 2015 - City of Lubbock Mahon Library Entrance $ 76,463 2014-2015 —1803 Broadway — Office Remodel $ 48,000 2014-2015 —Second Baptist Church Columbarium $ 169,247 2014-2015 — City of Lubbock — Firestation #11 $ 43,422 There is no doubt that the experience Eddie has as a superintendent managing large projects will be of benefit to the City of Lubbock. He successfully schedules subcontractors, manages them well, and exemplifies our company's commitment to bringing our owners a high quality project we can all be proud of. The individuals at the City of Lubbock, who are associated with the projects Eddie is or has worked on, can speak for his experience and abilities to supervise this project. Eddie Klein will be our dedicated superintendent for this project All employees are responsible for ensuring projects meet our high standards of quality. Quality control is on -going on all projects. For this project, Eddie Klein is designated as Quality Control Manager. Reference: Rodney Unrein, City of Lubbock - 806-775-2207 Proposed Project Managers Organization Doing Business As Name of Individual Tommy Klein Construction, Inc. Shad Hartman Years of Experience as Project Manager 10 Years of Experience with this organization 5-1/2 Number of similar projects as Project Manager 350 Number of similar projects in other positions Current Project Assignments Estimator Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Estimator 25% I Reference Contact Information (listing names indicates a proval to contacting the names individuals as a reference) Name Craie Wuensche Name Craig Wuensche Title/ Position Title/ Position Organization Organization Telephone 806-775-2665 Telephone 806-775-2665 E-mail cwuensch mail.el.lubbock.texas E-mail cuensche mail.ci.lubbock.texas Project Buddy & Maria Elena Holly Plaza Improvements Project City of Lubbock Park Improvements, Berry, Guadalupe & Maxev ate rose Project Manager/Superintendent ect oNamef Individual Candidates role Project ManagerlSuperintendent on Project Tommy Klein Years of Experience as Project Manager 40 Years of Experience with this organization 29 Number of similar projects as Project Manager Number of similar projects in other positions Current Project Assignments General Project Manager Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Name Mark McVay, PE Name Jimmy Dunn Title/ Position Engineer Title/ Position Engineer Organization Texas Tech University Organization Texas A & M Agrilife Research Center Telephone 806-834-2480 Telephone 979-845-2180 E-mail E-mail Project Renovations — Carpenter/Wells Project Texas A & M Equipment Shed Candidate role on Project Project Manager/Superintendent Candidate role on Project project Manager/Superintendent 13 Proposed Project Superintendent Organization Doing Business As Name of Individual Tommy Klein Construction, Inc. Eddie Klein Years of Experience as Project Superintendent 30 years in construction industry Years of Experience with this organization 1 Number of similar projects as Superintendent 750+ Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Cityof Lubbock Mae Simmons 100% 12/15/2015 Reference Contact Information(listing names indicates ap val to contactingthe names individuals as a reference Name RodneX Unrein Name Geor a Lisenbe Title.' Position Project Manager Title/ Position I Organization City of Lubbock Organization City of Lubbock Telephone 806-775-2207 Telephone 806-775-2632 E-mail runrein@mylubbock.us E-mail lisenbe u mail_ci_lubbock.tx.us Project City of Lubbock Water & Street Dept. Renovations project Mae Simmons Candidate role on Project Name of Individual project Superintendent Candidate role on Project project Superintendent Shad Hartman Years of Experience as Project Superintendent 10 Years of Experience with this organization 5-112 Number of similar projects as Superintendent 350 Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Estimator 25% Name Crai Wuensche Name Rodney Unrein Title/ Position Title/ Position Organization City of Lubbock Organization City of Lubbock Telephone 806-775-2665 Tele hone 806-775-2207 E-mail cwuensche mail.ci.lubbock.texas E-mail runrein@mylubbock.us Project Buddy & Maria Elena Holly Plaza Improvements project City of Lubbock Water & Street De artment Renovations Candidate role on Project project ManaerlSuerintendent gp Candidate role on Project project Manager 14 u Proposed Project Safety Officer Organization Doing Business As Name of Individual Shad Hartman (See Project Manager) Years of Experience as Project Safety Officer Years of Experience with this organization Number of similar projects as Safety Officer Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information (listing names indicates ap roval to contactingthe names individuals as a reference) Name Name Title/ Position Title/ Position Or anization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Project Name of Individual Candidate role on Project Tommy Klein —(See Project Manager) Years of Experience as Project Safety Officer Years of Experience with this organization Number of similar projects as Safety Officer Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Com letion Date Name Title/ Position 7Telephone7 Or anization Organization Telephone E-mail E-mail Project Project Candidate role on Project Candidate role on No Is 101 Proposed Project Quality Control Manager Organization Doing Business As Name of Individual Tommy Klein Construction, Inc. Eddie Klein (see Project Superintendent) Years of Experience as Quality Control Manager Years of Experience with this organization Number of similar projects as Quality Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information (listing names indicates ap val to contacting the names individuals as a reference Game Name Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Project Name of Individual Candidate role ; on Project Shad Hartman (see Project Manager) Years of Experience as Quality Control Manager Years of Experience with this organization Number of similar projects as Quality Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Name Name Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Project Candidate role on Project 16 Contractor's Project Experience and Resources Organization Doing Business As Tommy Klein Construction, Inc. Provide a list of major projects that are currently underway, or have been completed within the last ten years on Attachment A Provide a completed Project Information form (Attachment B) for projects that have been completed in the last five ears which specifically illustrate the organizations capability to provide best value to the Owner for this project. Include a completed Project Information form (Attachment B) for projects which illustrate the experience of the proposed key personnel. Provide a description of your organizations approach to completing this project to provide best value for the Owner. Including a description of your approach in the following areas: 1. Contract administration 2. Management of subcontractor and suppliers 3. Time management 4. Cost control 5. Quality management 6. Project site safety 7. Managing changes to the project 8. Managing equipment 9. Meetinst HUB i MWBE Participation Goal Provide a list of major equipment ro osed for use on this ro'ect. Attach Additional Information if necess Equipment Item Primary Use on Project Own Bull Lease I Mumma What work will the organization complete using its own resources? Project Management, Project Supervision, Rough Carpentry, Plastic Laminate raced Architectural cabinets, Installation or hollow metal doors, flush wood doors & door hardware, toilet compartments, wall and door protection, and toilet and bath accessories. What work does the organization propose to subcontract on thisproject? Demolition, Concrete, Masonry, Metals, Thermal & Moisture Protection, Finishes, Plumbing, Mechanical and Electrical. 17 Project Information Project Owner Texas Tech University Project Name Wall Hall Shower/Toilet Renovations General Description of Project Shower/Toilet Renovations Budget History Schedule Performance Amount % of Bid Amount Date Days Bid 1,344,841 Notice to Proceed 05-18-2015 Change Orders Contract Substantial Completion Date at Notice to Proceed 08-02-2015 Owner Enhancements Contract Final Completion Date at Notice to Proceed 08-09-2015 Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total (47,221) Contingency Actual / Estimated Substantial Completion Date 08-02-2015 Final Cost 1,297,620 Actual i Estimated Final Completion Date 08-07-2015 Project Manager Project Sup Safety Officer Quality Control Manager Name Jonathan Klein Cory McElwee Jonathan Klein Cory McElwee Percentage of Time Devoted to the Project 100% 100% 100% 100% Proposed for this Project Jonathan Klein Cory McElwee Jonathan Klein Cory McElwee Did Individual Start and Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for change. ! 1iffil I Name Title/ Position Organization Telephone E-mail Owner Texas Tech University Designer Construction Manager Darren Densford Engineer Texas Tech Purchasing 80b-8344791 Darren.densford.ttu.edu Sure ! ! I INNI 11111,11! NIA Total Amount involved in NIA Number of Issues NSA Total Amount involved in Number of Issues solve Resolved Resolved Issues Pending__ Resolved Issues NIA 1V Protect Information Project Owner 1 Texas Tech University Project Name Gates Nall Shawer/Taiiet Rennvntinnc General Description of Project Shower/Toilet Renovations Budget History Amount Bid 1,339,723 Change Orders Owner Enhancements Unforeseen Conditions Design Issues Total (47,460) Final Cost 1,292,263 Name Percentage of Time Devoted to the Project Proposed for this Project Did Individual Start and Complete the Project? If not, who started or completed the project in their Reason for chanee. Name Owner Texas Tech Univers Designer Construction Manager Darren Densford Sure quil 1 6& saj 10 W1 1 Number of Issues Total Amount Resolved NIA Resolved Issues Schedule Performance % of Bid _ Amount Date Days Notice to Proceed 05-18-2015 Contract Substantial Completion Date at Notice to Proceed 09-02-2015 Contract Final Completion Date at Notice to Proceed Change Order Authorized Substantial Completion Date 08-09-2015 Change Order Authorized Final Completion Date Contingency Actual / Estimated Substantial Completion Date 710)8-02-2015 Actual 1 Estimated Final Completion Date 7-2015 Project Manager Project Sup Safety Officer j Quality Control Mania Jonathan Klein Michael Prosser Jonathan Klein Michael Prosser 100% 100% 100% 100% Jonathan Klein Michael Prosser Jonathan Klein Michael Prosser Yes Yes Yes Yes r Title/ Position Organization Telephone E-mail igincer Texas Tech Purchasing 806-8344791 Darren.densford.ttu.edu in N/A Number of Issues Total Amount involved in N/A Pending N/A Resolved Issues 16 Pro -sect Information Project Owner City of Lubbock Project Name Water & Streets Department Renovations at Municipal Hill General Description of Project Office Remodel, New Restrooms Budget History Schedule Performance Amount % of Bid Amount Date Days Bid 692,463 Notice to Proceed 01-08-2015 Change Orders Contract Substantial Completion Date at Notice to Proceed 07-08-2015 Owner Enhancements 52,891 6% Contract Final Completion Date at Notice to Proceed 08-18-2015 Unforeseen Conditions 45,669 5% Change Order Authorized Substantial Completion Date Design Issues 4,121 1 % Change Order Authorized Final Completion Date Total Actual I Estimated Substantial Completion Date 08-05-2015 Final Cost 795,144 Actual / Estimated Final Completion Date 08-15-2015 Name Project Manager Project Sup Safety Officer Quality Control Manager Shad Hartman Eddie Klein Shad Hartman Eddie Klein Percentage of Time Devoted to the Project 100% 100% 100% 100% Proposed for this Project Shad Hartman _ Eddie Klein Shad Hartman Eddie Klein Did Individual Start and Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for change. Name Title/ Position Organization Telephone E-mail Owner City of Lubbock Designer Construction Manager Rodney Unrein Project Manager City of Lubbock 806-775-2207 runrein@a mylubbock.us Sure �Lfjl.118111 701JEM . MEN Number of Issues Total Amount involved in Resolved Resolved Issues Number of Issues Total Amount involved in PendingNSA Resolved Issues 1fA IL Project Information Project Owner Lubbock General_ Description of Project Restroom Renovations i Budget History Amount Bid 172,349 Change Orders Owner Enhancements Unforeseen Conditions Design Issues Total Final Cost 172,349 School District Project Name I McWhorter Schedule Performance % of Bid Amount Name Percentage of Time Devoted to the Project Proposed for this Project Did Individual Start and Complete the Project? If not, who started or completed the project in their place. Reason for chance. Notice to Proceed Contract Substantial Completion Date at Notice to Proceed Contract Final Completion Date at Notice to Proceed Change Order Authorized Substantial Completion Date Change Order Authorized Final Completion Date Actual i Estimated Substantial Completion Date Actual I Estimated Final Completion Date Project Manager Project Sup Safety Officer Shad Hartman Shad Hartman Shad Hartman 100% 100% 100% Shad Hartman Shad Hartman Shad Hartman Yes Yes Yes Date 06-01-2015 08-01-2015 08-08-2015 08-01-2015 08-08-2015 Quality Control Shad Hartman 100% Shad Hartman Yes Days Name Title/ Position Organization Telephone E-mail Owner Lubbock Independent School District Designer Construction Manager Kevin Cockrell Project Manager Purchasing $06-766-1457 kockr Sure ty .11@lubbockisd.org It<. b Tolal Amount involved in NSA N/A Number of Issues Number of Issues Total Amount involved in Resolved Resalved Issues Pending N/A NIA Resolved Issues L Project Information Project Owner Lubbock Independent School District Project Name ADA Restroom Renovations at Various Campuses General Description of Project Restroom Renovations Budget History Schedule Performance Amount % of Bid Amount Date Days Bid 143,463 Notice to Proceed 06-01-2015 Change Orders Contract Substantial Completion Date at Notice to Proceed 08-03-2015 Owner Enhancements Contract Final Completion Date at Notice to Proceed 08-10-2015 Unforeseen Conditions 9,725.00 6 Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total Actual / Estimated Substantial Completion Date 08-03-20I5 Final Cost 151,188 Actual / Estimated Final Completion Date 08-10-2015 Project Manager Project Sup Safety Officer Quality Control Manager Name Shad Hartman Shad Hartman Shad Hartman Shad Hartman Percentage of Time Devoted to the Project 100% 100% 100% 100% Proposed for this Project Shad Hartman Shad Hartman Shad Hartman Shad Hartman Did Individual Start and Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for change. It • • Name • • 1 Title/ Position Organization Telephone E-mail Owner Lubbock Independent School District Designer _ Construction Manager Kevin Cockrell Project Manager Purchasing j 806-766-1457 j keockrell@lubbockisd.org Sure Number of Issues Total Amount involved in PendingNIA Resolved Issues N/A Number of Issues Resolved NIA Total Amount involved in Resolved Issues NIA 16 W Project Information Project Owner Lubbock Independent School District Project Name Cavazos Middle School and Matthews Alternative High School General Description of Project Restroom Renovations Budget History Schedule Performance Amount Amount Bid i Date Days Bid 87,463 Notice to Proceed 06-01-2015 Change Orders Contract Substantial Completion Date at Notice to Proceed 08-03-2015 Owner Enhancements Contract Final Completion Date at Notice to Proceed 08-10-2015 Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total Actual / Estimated Substantial Completion Date 08-03-2015 Final Cost 87,463 Actual / Estimated Final Completion Date 08-10-2015 imp Project Manager Project Sup Safety Officer Quality Control Manager Name Shad Hartman Shad Hartman Shad Hartman Shad Hartman Percentage of Time Devoted to the Project 100% 100% 100% 100% Proposed for this Project Shad Hartman Shad Hartman Shad Hartman Shad Hartman Did Individual Start and Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for change. Name Title/ Position Organization Telephone E-mail Owner Lubbock Independent School District Designer Construction Manager Kevin Cockrell Project Manager Purchasing 806-766-1457 -'T"- kockrell@lubbockisd.org Sure e 6 - 4 . . .. - - - Number of Issues N/A Total Amount involved in N/A Number of Issues N/A Total Amount involved in Resolved Resolved Issues Pending Resolved Issues NIA L Project Information Project Owner_ Texas Tech University System Project Name Murdough Shower/Toilet Renovations General Description of Project Shower/Toilet Renovations Budget History Amount % of Bid Amount Bid 1,593,160 Change Orders-65,747 Owner Enhancements Unforeseen Conditions Design Issues Total Final Cost 1,527,413 f � Name Percentage of Time Devoted to the Project Proposed for this Project Did Individual Start and Complete the Project? If not, who started or completed the project in their place. Reason for change. Schedule Performance Notice to Proceed Contract Substantial Completion Date at Notice to Proceed Contract Final Completion Date at Notice to Proceed Change Order Authorized Substantial Completion Date Change Order Authorized Final Completion Date Actual I Estimated Substantial Completion Date Actual I Estimated Final Completion Date 5 Project Manager Project Sup Safety Officer Tommy Klein Jonathan Klein Tommy Klein 50% 100% 100% 50% 100% 100% Yes Yes Yes Name Title/ Position Owner Texas Tech University Designer Construction Manager Darren Densford Engineer Sure I Suretec f Number of "Issues 7ROesaolvedmlssMues l Aount involved in N/A Resolved N/A 16 ization Date 05-18-2014 08-04-2014 08-11-2014 Days 08-01-2014 08-08-2014 Quality Control Manager Jonathan Klein 100% 100% Yes E-mail TTU Operations Division 806-8344791 Dari Number of Issues NIA_ L_ Total Amount involved in PendingResolved Issues NIA Project Owner I Texas Tech University System General Description of Project Asbestos Abatement, Shower/Toilet Renovations Amount % Ai Bid 1,363,188.00 Change Orders -13,044.00 Owner Enhancements Unforeseen Conditions Asbestos Abatement Design Issues Total Final Cost 1,350,144.00 Name Percentage of Time Devoted to the Project Proposed for this Project Did individual Start and Complete the Project? If not, who started or completed the project in their place. Reason for change. Name Owner Texas Tech University Designer Construction Manager Darren Densford Sure Suretec Number of Issues NIA Total Amount im Resolved Resolved Issues Name I Clement Hall-Shower/Toilet Renovations Schedule Performance Notice to Proceed _ Contract Substantial Completion Date at Notice to Proceed Contract Final Completion Date at Notice to Proceed Change Order Authorized Substantial Completion Date Change Order Authorized Final Completion Date Actual / Estimated Substantial Completion Date Actual ! Estimated Final Comtletion Date Shad Hartman 50% 50% Yes Title/ Position Engineer ved in Jonathan Klein 100% 100% Yes Safety Officer Shad Hartman 100% 100% Yes Telephone Date I Days 05-20-2013 08-02-2013 08-12-2013 08-09-2013 08-19-2013 08-09-2013 08-19-2013 Quality Control Mana; Jonathan Klein 100% 100% Yes E-mail TTU—Operations 806-8344791 Darren.densford@ttu.edu Division N/A Number of Issues NIA Total Amount involved in NIA Pendin Resolved Issues Project Information Project Owner Texas Tech University General Description of Project Renovation of 8 ci Amount Bid 1,114,787.00 Change Orders Owner Enhancements Unforeseen Conditions Design Issues Total Final Cost 1,129,920.00 Name Project Name I Huten Hall - Shower/Toilet Renovations bathrooms and a private guest bathroom % of Percentage of Time Devoted to the Project Proposed for this Project Did Individual Start and Complete the Project? If not, who started or completed the project in their place. Reason for change. Name Title/ Position Owner Texas Tech University Designer Construction Manager Darren Densford Project Surely_ . Suretec Insurance Comp ny Number of Issues Total Amount involved in Resolved _ NIA Resolved Issues Schedule Performance Notice to Proceed Contract Substantial Completion Date at Notice to Proceed Contract Final Completion Date at Notice to Proceed Change Order Authorized Substantial Completion Date Change Order Authorized Final Completion Date_ Actual / Estimated Substantial Completion Date Actual / Estimated Final Completion Date rojC« rVinnager rrolect sup Safety Officer Jonathan Klein Co V Mceiwea Jonathan Klein 50% 100% 50% Jonathan Klein Cory Mceiwee Jonathan Klein yes yes yes Manager Operations DlvJEng Serv. NIA Number of Issues Aenrirtta NIA IR Date Days 05/30/2013 08/02/2013 08/12/2013 08/09/2013 7 08/19/2013 7 08/09/2013 08//19/2013 Quality Control Manq Ca Mcelwee 100% Cory Mcelwee yes E-mail Amount involved in uretec.com NIA Project Information Project Owner I KCBD_ General Description of Project Toilet Room Renovations Budget History Amount Hid 259,659 Change Orders Owner Enhancements Unforeseen Conditions Design Issues Total Final Cost 259,659 % of Amount Name Percentage of Time Devoted to the Project Proposed for this Project Did Individual Start and Complete the Project? If not, who started or completed the project in their place. Reason for change. Name Owner KCBD Designer Construction Manager Dan Jackson sure Suretec Number of Issues Total Amount involvec Resolved 7N/A Resolved Issues Name I KCBD Toilet Room Renovations Schedule Performance Notice to Proceed Contract Substantial Completion Date at Notice to Proceed Contract Final Completion Date at Notice to Proceed Change Order Authorized Substantial Completion Date Change Order Authorized Final Completion Date Actual I Estimated Substantial Completion Date Actual 1 Estimated Final Completion Date Y Project Manager Project Sup Safety Officer Tommy Klein Jonathan Klein Tommy Klein 50% 100% 100% 50% 100% 100% Yes Yes Yes Title/ Position N/A IV KCBD Number, of Issues NIA Date 10-10-2014 12-31-2014 12-31-2014 12-16-2014 12-16-2014 Quality Control Jonathan Klein 100% 100% Yes E-mail 806-7614232 d jac Total Amount involved in N/A Days Project Information Project Owner Texas A & M Agrillfe Research & Extension Center Project Name Restroom Renovations General Description of Project Remodel of two existing restrooms to bring them up to ADA standards nuugm nlstory Amount Bid 62,509.[ Change Orders Owner Enhancements Unforeseen Conditions Design Issues Total Final Cost 64,441.0( Name Percentage of Time Devoted to the Project Proposed for this Project Did Individual Start and Complete the Project; Schedule Performance % of Bid Amount Date Days Notice to Proceed 02/26/013 o Contract Substantial Completion Date at Notice to Proceed 05/31/2013 Contract Final Completion Date at Notice to Proceed 05/31/2013 Change Order Authorized Substantial Completion Date Change Order Authorized Final Completion Date Actual I Estimated Substantial Completion Date 05/31/2013 Actual I Estimated Final Completion Date 05/31/2013 Project Manager Project Sup Safety Officer Quality Control Manal Shad Hartman Shad Hartman Shad Hartman Shad Hartman 100% 100% 100% 100% Shad Hartman Shad Hartman Shad Hartman Shad Hartman yes yes yes yes Name Title/ Position Organization Telephone E-mail Owner Texas Tech University Designer Construction Manager Mlka Wyatt Project Manager 806-746-6101 ext 4032 mwyatt-ag.tamu.edu Surety Suretec 713-812-0800 melliot@suretec.com Number of Issues Total Amount inv�in Number of Issues Total Amount involved iResolved N!A Resolved IssuesN/A Pending NIA Resolved Issues NIA 16 Project Information Project Owner I Texas Tech University Project Name General Description of Project Demolition and construction of two guest restrooms Budget History Amount Bid 94,060.0( Change Orders Owner Enhancements Unforeseen Conditions Design Issues Total Final Cost 94,060.00 Name Percentage of Time Devoted to the Project Proposed for this Project Did Individual Start and Complete the Project? If not, who started or completed the project in their Reason for chance. Name. Owner Texas Tech Unive Designer Construction Manager Dale Blevins Sure Number of Issues Total Amount Resolved NIA Resolved Issues Sneed Hall - Construction of 2 restrooms Schedule Performance % of Bid Amount Notice to Proceed Contract Substantial Completion Date at Notice to Proceed Contract Final Completion Date at Notice to Proceed Change Order Authorized Substantial Completion Date Change Order Authorized Final Completion Date Actual," Estimated Substantial Completion Date Actual r` Estimated Final Completion Date Project Manager Project Sup Safety Officer Jonathan Klein CorV Mcelwee Jonathan Klein 100% 100% 100% Jonathan Klein Cory Mcelwee Jonathan Klein yes yes yes Date Days 1010912013 01/10/2014 01/10/2014 01/10/2014 01/10/2014 Quality Control Mang Title/ Position Organization Telephone E-mail Project Manager Housing 806-834-3462 d.blevi I in NIA Number of IssuesLTotal Amount involved in PendingNSA Resolved Issues 16 Cory Mcelwee 100% Cory Mcelwee yes NIA Project Owner I Lubbock Independent School District General Description of Project Restroom Renovations Budget History g ry Amount Am unt Bid Bid 154,143 Project Name Restroom Renovations at Smylle Wilson Middle School Schedule Performance Date Days Notice to Proceed 05-01-2014 Change Orders -22,542 Contract Substantial Completion Date at Notice to Proceed 08-05-2014 Owner Enhancements Contract Final Completion Date at Notice to Proceed 08-15-2015 Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total Actual / Estimated Substantial Completion Date 08-05-2014 Final Cost 131,601 Actual / Estimated Final Completion Date 09-05-2014 • iI* .. . Project Manager Project Sup Safety Officer Quality Control Manage Name Tommy Klein Shad Hartman Tommy Klein Shad Hartman Percentage of Time Devoted to the Project 10% 50% 100% 100% Proposed for this Project 10% 50% 100% 100% Did Individual Start and Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for change. ONNE -1 ' Telephone Name Title/ 7-77 E-mail Owner LISD Designer Construction Manager Kevin Cockrell Project Manager LISD 806-766-1457 kcockreil®lubbocisd.or, Sure Number of Issues N/A Total Amount involved in NIA Number of Issues NIA Total Amount involved in Resolved Resolved Issues Pending Resolved Issues NIA 16 0 1. Contract Administration Upon being awarded a contract, we meet with subcontractors to go over their portion of the work, sign subcontracts and verify their required paperwork is on file, such as w-9's, certificates of insurances, etc. Once the notice to proceed is issued, we begin ordering materials and compiling any submittals, safety and material data required. A list of all subcontractors' contact numbers are distributed to all parties involved in the project. Based on subcontractor's bids, a schedule of values is compiled and given to the owner. The office manager generates pay requests on AIA Documents, according to specifications. All required Davis -Bacon reports are kept on file at our office. Attention is given to respond quickly to any requests from owners. We strive to have no punch list items, even on large projects. Once the owner and contractor have inspected and accepted the project, all dose -out documents are completed in a timely manner. 2. Management of Subcontractors and Suppliers We expect and demand high quality workmanship from our subcontractors. In fact, we are driven to excel because of our high expectations. Quality is achieved by working with subcontractors who share our high standards of excellence. Our project manager meets with subcontractors to go over the construction schedule. Work begins upon our notice to proceed. Required paperwork, shop drawings and submittals are checked and delivered. Materials are ordered, subcontractors are scheduled and supervised. We believe that our experience and ability to communicate our expectations, along with using the best subcontractors in the area, accounts for the successful completion of all our projects. Subcontractors continue to work with us because our projects run smoothly. We all work well together and share the same high expectations. Subcontractors are paid promptly within 5 days of receipt of payment from the owner. Another characteristic important to the smooth flow of any project is the quality of supervision. Quality supervision equals quality workmanship. Our supervision is done by individuals that know construction and know it well. Superintendents insure that subcontractors are scheduled properly, materials are ordered in the right quantity, work is done according to plans and specifications and the finished product is of the highest quality. Please see the following page for subcontractor prequalification. . lk 3. Time Management Scheduling is one of the most important aspects in delivering a project in a timely manner. It is one of our greatest strengths. Having been in business here in Lubbock for 29 years, we have worked with and know many subcontractors of all trades in the area. In order to maintain our schedule, we have weekly progress meetings with owners and subcontractors. Because our company continually delivers high quality projects, on time, owners are pleased with the final product. Another characteristic important to the smooth flow of any project is the quality of supervision. Quality supervision equals quality workmanship. Our supervision is done by individuals that know construction and know it well. Superintendents insure that subcontractors are scheduled properly, materials are ordered in the right quantity, work is done according to plans and specifications and the finished product is of the highest quality. 4. Cost Control Over forty years of experience gives us an edge in knowing the cost involved in a project. Should the project involve owner enhancements, unforeseen conditions or design issues, we work with the owner to find the best solution at the lowest cost to the owner. Tommy is ingenious with coming up with solutions to construction problems, which is of great benefit to owners. S. Quality Assurance/Quality Control Program Quality control is the focus of our company. Defects or failures in constructed facilities can result in very large costs. Even with minor defects, re -construction may be required and facility operations impaired. Increased costs and delays are the result. We believe that good project managers ensure the job is done right the first time. The most important decisions regarding the quality of a completed facility begins during the design and planning stages. It is important that we conform to the original design and planning decisions, unless unforeseen circumstances, incorrect design decisions or changes desired by an owner in the facility function may require re-evaluation of design decisions during the course of construction. Quality control is a primary objective for all the members of our team. Managers take responsibility for maintaining and improving quality control. Most important of all, quality improvement means improved productivity and cost efficiency. Day to day surveillance of work and documentation of deficiencies result in corrective actions in order to avoid serious problems. As we are working cooperatively with subcontractors, their compliance to quality control is essential. All parties involved have the responsibility to be diligent in delivering the highest quality product possible. Compliance issues are dealt with immediately, circumventing delays on projects. If clients see a problem with quality, subcontractors will remedy the problem, to the satisfaction of the client. In working with clients previously, we have been able to avert potential problems in making detailed planning decisions with owners before work begins. For example, in the summer of 2011, under another Job Order Contract, our company completed the remodel of fourteen laundry rooms for Texas Tech University Housing. In the planning phase, we were given an incomplete design to replace millwork and sinks. Together, the owner's representative and our company designed a project that covered exposed plumbing pipes by incorporating access panels to the plumbing. The project was designed to give better access and functionality to students, while also providing a pleasant environment for them. The owners were pleased with the finished laundry rooms. Partnering with the client before work even began, resulted in the delivery of a project that met the high standards we expect on all our projects. b. Project Site Safety Tommy Klein Construction, Inc. SAFETY AND HEALTH PROGRAM Tommy Klein Construction, Inc. commits the necessary resources of staff, money, and time to ensure that all persons on the worksite are protected from injury and illness hazards. In addition, the company visibly leads in the design, implementation, and continuous improvement of the site's safety and health activities. Specifically, the highest level management establishes and reviews annually the site's safety and health policy and ensures that all employees know, understand, and support that policy. The company ensures that all visitors to the site, including contract and temporary Iabor, vendors, and sales people, have knowledge of site hazards applicable to them and how to protect themselves against those hazards, including emergency alarms and procedures. Management also ensures that these visitors do not introduce to the site hazards that can be prevented or that are not properly controlled. Shad Hartman, Safety Manager, is OSHA certified. The company complies with all OSHA Standards for the Construction Industry (29 CFR 1926) Subcontractors will be held to the same standards of OSHA compliance. Safety depends largely on education, vigilance and cooperation during the construction process. All workers should be constantly alert to the possibility of accidents and avoid taking unnecessary risks. Superintendents, as well as Project Managers are responsible for site management. Each week, at the beginning of work on Monday morning, the entire worksite shall be inspected. All hazards found, will be documented in writing, including their location. The superintendent assigns appropriate persons responsible for seeing that the hazard is corrected and documenting the date of the correction. Any near miss, first aid incident, or accident is investigated. An investigations have as a goal the identification of the root cause of the accident, rather than assigning blame. After the investigation, management will assign responsibility to appropriate employees for correcting any hazards found and for assigning a date by which the correction must be completed. Management and employees work together to analyze safety and health hazards inherent in each job site and to find means to eliminate those hazards whenever Sam possible, and otherwise to protect persons against those hazards. These job hazard analyses QHAs) are revised as appropriate, for example, following a change in the job, the reappearance of a hazard, or an accident at this job. All employees at this site are trained to recognize hazards and to report any hazard they find to the appropriate person so that the hazard can be corrected as soon as possible. In addition to taking immediate action to report a hazard orally and to provide interim protection, if necessary, including stopping the work causing the hazard, employees may submit a safety work order to the management, or they may submit a safety suggestion form. Safety work orders take priority over any other work order. Safety suggestions will be considered each week during the site inspection by the site inspection team. All employee reports of hazards must be eventually written, with the correction date recorded. As part of the annual safety and health program evaluation, management and employees will review all near misses, first aid incidents, and entries on the OSHA 300 Log, as well as employee reports of hazards, to determine if any pattern exists that can be addressed. The results of this analysis are considered in setting the goal, objectives, and action plans for the next year. Hazard Prevention and Control Management ensures that the this priority is followed to protect persons at this site: (1) Hazards will be eliminated when economically feasible, such as replacing a more hazardous chemical with a less hazardous one; (2) Barriers will protect persons from the hazard, such as machine guards and personal protective equipment (PPE); (3) Exposure to hazards will be controlled through administrative procedures, such as more frequent breaks and job rotation. Management ensures that the worksite and all machinery is cared for properly so that the environment remains safe and healthy. If maintenance needs exceed the capability of the worksite employees, contract employees are hired to do the work and are screened and supervised to ensure they work according to the site's safety and health procedures All employees, including all levels of management, are held accountable for obeying site safety and health rules. The following four step disciplinary policy will be applied to everyone by the appropriate level of supervisor:1) oral warning 2) written reprimand 3) three day's away from work 4) dismissal. Clk Visitors, including contractors who violate safety and health rules and procedures, will be escorted from the site. Should the disciplined person request a review of the disciplinary action, an ad hoc committee of three people, one project manager and two salaried workers, chosen by their respective colleagues, will review the situation and make a recommendation to the owner, who reserves the right for final decision. If his decision differs from the committee, he may, within confidentially strictures, make public his reasons. Persons needing emergency care are transported by company vehicle or community ambulance to the hospital, located five miles from the site. Usually that trip can be made in less than ten minutes. Onsite during all shifts designated persons fully trained in cardiac pulmonary resuscitation (CPR), first aid, and the requirements of OSHA's Bloodborne Pathogen Standard, are the first responders to any emergency. These persons are trained by qualified Red Cross instructors. One of these designated persons' safety and health responsibilities is to ensure that first aid kits are stocked and readily accessible in the marked locations on the jobsite and at the office/warehouse. Appropriate personal protective equipment (PPE) is provided for the different types of accidents possible at the site. Training Management believes that employee involvement in the site's safety and health program can only be successful when everyone on the site receives sufficient training to understand what their safety and health responsibilities and opportunities are and how to fulfill them. Therefore, training is a high priority to ensure a safe and healthy workplace. Shad Hartman will provide training to employees. The following training will be required of employees. Each employee is responsible for ensuring that he/she masters the year's training topics. Training will take place quarterly. General Safety and Health Provisions Occupational Health and Environmental Controls Personal Protective and Life Saving Equipment Fire Protection and Prevention Signs, Signals and Barricades Materials Handling, Storage, Use and Disposal Tools — Hand and Power Scaffolds Fall Protection 2 7. Managing Changes to the Project All requests for changes will be worked through with the owner to give the best solution at the lowest cost to the owner. We believe that we partner with owners on all our projects. We share the desire to have a project that is completed with quality, that is on schedule, and with a minimal amount of changes to the project. If changes are necessary, we follow the listed methods in the specifications for this project. 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 to the firm actually performing the work, and additional higher -tier markups limited to 5% to cover additional overhead and insurance costs; 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, as estimated by the Engineer and approved by the Owner. No extra work will be performed unless ordered in writing by Owner's Representative. Written request is made to the Owner's Representative for a written order authorizing such extra work. S. Managing Equipment Tommy Klein Construction, Inc. owns equipment and machinery that may be needed to complete work for owners, on jobsites. This equipment includes scissor lifts, a boom lift, and scaffolding for drywall work. Tommy Klein Construction owns a 30' job trailer for use as office area and storage if required on site. A Wells Fargo enclosed trailer is used for moving furniture or other items if needed. Flat bed utility trailers, a 35' goose neck trailer and a 15 yd. dump trailer, are utilized as needed on projects. 9. Meeting HUBfMWBE Participation Goal Tommy Klein Construction, Inc. has successfully met the established requirements of the State of Texas Historically Underutilized Business (HUB) Program to be recognized as a HUB. If a HUB subcontractor gives us best -value for owners, we would be happy to use their services. Tommy Klein Construction, Inc. has used the CMBL to search for HUBS many times, as we have bid projects for government entities. We will make our best effort to help agencies meet their goals. hment A Current Projects and Project Completed within the last 10 Years Project Owner Texas Tech University System I Project Name I Murdough Shower/Toilet Renovations General Description of Project: Shower/Toilet Renovations Project Cost $ 1,593,160.00 Date Project Completed 08/08/2014 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Tommy -Klein Jonathan Klein Tommy Klein Jonathan Klein Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Designer Construction Manager Darren Densford Engineer TTU Operations Division 806-8344791 Darren.densford®ttu.edu Project Owner I City of Lubbock Project Name I City of Lubbock Water & Streets Administration & Streets Dept. General Description of Project: Office Remodel, New Restrooms Project Cost 795,144 Date Project Completed 08/05/2015 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Shad Hartman Eddie Klein Shad Hartman Eddie Klein Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner City of Lubbock Designer Construction Manager Rodney Unrein Project Manager City of Lubbock 806-775-2207 runrein®mylubbock.us Project Owner I Texas Tech University System Project Name Weeks Hall CVPA Costume Relocation General Description of Project: Project Cost $ 720,203 Date Project Completed 08/15/2015 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Jonathan Klein Craig Wallace Jonathan Klein Craig Wallace Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Texas Tech University Designer Construction Manager Darren Densford Engineer TTU Operations Division 806-8344791 Darren.densford@ttu.cdu 19 hment A Current Projects and Project Completed within the last 10 Years Project Owner City of Lubbock Project Name I Renovate Entrance at Mahon Library General Description of Project: Renovate front entrance to Mahon Library Project Cost $ 76,463 Date Project Completed In progress Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Tommy Klein Eddie Klein Tommy Klein Eddie Klein Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Designer Construction Manager Rodney Unrein Project Manager City of Lubbock 806-775-2207 runrein@mylubbock.us Project Owner I City of Lubbock HR Office Remodel Project Name HR 4flice Remodel General Description of Project: Project Cost $ 17,589 Date Project Completed Oi108/2014 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager _ Name Tommy Klein Shad Hartman Tommy Klein Shad Hartman Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Designer Construction Manager Rodney Unrein Project Manager City of Lubbock 806-834-5512 runrein®mylubbock.us Project Owner I City of Lubbock Project Name Police Property Room Key Project Personnel I Project Manager I Project Superintendent I Safety Officer Name I Shad Hartman _Cory McElwee Shad Hartms Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone Owner City of Lubbock Designer Construction Manager Rodney Unrein Project Manager City of Lubbock 806-775-2207 Quality Control Manager Cory McElwee E-mail runrein@mylubbock.us 19 f 'anent A Current Projects and Project Completed within the last 10 Years Project Owner I Second Baptist Church Project Name Second Baptist Church Columbarium General Description of Project: Sitework, concrete, steel, metal roofing, masonry, exterior painting, electrical Project Cost $169,247 Date Project Completed In progress Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Tommy Klein Eddie Klein Tommy Klein Eddie Klein Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Designer Jon Long Architect Cond ray Design Group 806-748-6190 Jon@condray.com Construction Manager Project Owner Whiteface CISD Project Name Whiteface CISD Natatorium Renovations General Description of Project: Natatorium Renovations Project Cost S 354,170 Date Project Completed In progress Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Jonathan Klein Cory McElwee Jonathan Klein Cory McElwee Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Designer Robert Cameron Architect BGR Architects 806-747-3881 reameron@bgronline.com Construction Manager Project Owner I City of Lubbock Project Name I Firestation #11 Interior Repairs General Description of Project: Interior repairs, Captain's quarters, two bathrooms and observation room Project Cost $ 43,422 1 Date Project Completed 02/19/2015 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Tommy Klein I Eddie Klein Tommy Klein Eddie Klein Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner City of Lubbock Designer Construction Manager Robert Keinast Battalion Chief Lubbock Fire Dept. 1 806-775-2632 rkeinast@mylubbock.us 10 r Ihment A Current Projects and Project Completed within the last 10 Years Project Owner I Texas Tech University System Project Name Clement Hall-Shower/Toilet Renovations General Description of Project: Asbestos Abatement/Shower/Toilet Renovations Project Cost S 1,350,144.00 Date Project Completed 08-19-2013 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Name IS Hartman Jonathan Klein Shad Hartman Shad Hartman Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position OrganizationI Telephone E-mail Owner Construction Manager Darren Densford Engineer TTU Operations Division 806-834-4791 Darren.densfordttu.edu Project Owner Texas Tech University Project Name Huien Hall-Shower/Toilet Renovations General Description of Project:Asbestos Abatement/Shower/Toilet Renovations -T- Project Cost S 1,114,787.00 Date Project Completed 08-19-2013 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manage Name Shad Hartman Cory McElwee Shad Hartman Shad Hartman Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization J Telephone E-mail Owner Designer Construction Manager Darren Densford Project Owner J Texas Tech University System General Description of Project: Project Cost _ $ 1,354,55 Key Project Personnel Naive Reference Contact Information (listing_ names indicates Name Owner Texas Tech University Designer Stephanie Laughlin Construction Manager David Bradshaw Engineer TTU Operations Division 9064344791 Darren.densford@ttu.edu Project Name Wiggins Hall University Student Housing Office Remodel .00 Date Project Completed 08-21-2013 Project Manager Project Superintendent Safety Officer Quality Control Manager Tommy Klein Jonathan Klein Shad Hartman J Tommy Klein ipproval to contacting the names individuals as a reference) Title/ Position I Organization I Telephone E-mail Sr. Interior Designer TTU—Student Housing 806-834-1231 Slephanie.laughli @tttu.edu Engineer TTU Operations Division 806-834-2239 David.brodshaw@ttu.edu 19 chment A Current Projects and Project Completed within the last 10 Years Project Owner Lubbock Independent School District Project Name I Restroom Renovations at Smylie Wl'son Middle School General Description of Project: Restroom Renovations Project Cost S 131,601.35 Date Project Completed 08/05/2014 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Tommy Klein Shad Hartman Tommy Klein Shad Hartman Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Designer Construction Manager Kevin Cockrell Project Manager Lubbock Independent 806-766-1457 kcockreil@lubbocisd.org School District Project Owner Texas Tech University Project Name I Remodel Study Lounges, ColemaNChitwood/Weymouth/ General Description of Project: Project Cost $ 836,845 Date Project Completed 08/04/2014 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Shad Hartman Cory McElwee Shad Hartman Cory McElwee Reference Contact information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Designer Construction Manager Stephanie Laughlin Project Manager Texas Tech University 806-834-1241 Stephanie.laughiin@ttu.edu Project Owner I Texas A & M Agrilife Project Name Restroom Renovations General Description of Project: Remodel existing restrooms to bring them up to ADA standards Project Cost $ 62,509 1 Date Project Completed 05/31/2013 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Shad Hartman Shad Hartman Shad Hartman Shad Hartman Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name 1 Title/ Position Organization Telephone E-mail Owner Texas A & M Agrillfe Designer Construction Manager Mika Wyatt Project Manager 1 Texas Agrilife 806-746-6101 ext 4032 mwyatt@ag.tamu.edu 19 Atta,.i iment A Current Projects And Project Completed within the last 10 Years Project Owner T Texas Tech University Project Name I Hulen Hall - Shower/Toilet Renovations General Description of Project: Renovate 8 community shower/toilets and 1 private quest bathroom Project Cost $ 1,129,920.00 1 Date Project Completed 08/09/2013 Key Project Personnel Project Manager Project Superintendent Safety Officer ::]Cory Quality Control Name Jonathan Klein Cory Mcelwee Shad Hartman Manager Mcelwee Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Texas Tech University Designer Daisy Duede Interior Designer University Student Housl 806-834-3999 dalzy.duedegQttu.edu Construction Manager Darren Densford Architect Ops. Div. Engineering 806-834-4791 darren.densford@ttu.edu Project Owner I City of Lubbock Project Name Police Property Room General Description of Project: Install fire alarm system, vent hood & floor repair Project Cost $ 43,412.00 Date Project Completed 01-31-2014 Key Project Personnel Project Manager Project Superintendent I Safety Officer Quality Control Name Shad Hartman Cory Mcelwee Shad Hartman Manager Co Mcelwee Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner City of Lubbock Designer Construction Manager 1 Rodney Unrein Pacilties Management I Purchasing 806-775-2207 runrein@mylubbock.us Project Owner I University Medical Center Project Name I UMC EMS Logistics Building Modifications General Description of Project: RenoyAte supply Mm. bUild-gitairs, pour concret derk. exterior blQGk work Project Cost $ 150,607.00 ..add 1 Date Project Completed Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Name Shad Hartman Cory Mcelwee Shad Hartman Manager Cory Mcelwee Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner University Medical Cente Designer Condray Design Group Architect Condray Design Group Construction Manager Jon Long Architect Condray Design Group 806-748-6190 jon@condray.com 17 City of Lubbock Bid RFP 16-12548 Contractor's Subcontractors and Vendors Organization Doing Business As Proect Subcontractors Provide a list of subcontractors that will provide more than 10 percent of the work {based on contract amounts Name Work to be Provided Est. Percent of Contract HUBIMWBE Firm G 2—O% cCA�LI ,of provide information on the proposed key personnel, project experience and a description of past relationship and work experience for each subcontractor listed above using the Project Information Forms, Equipment Vendors Provide a list of major equipment proposed for use on this project. Attach Additional Information if necessary Vendor Name Equipment 1 Material Provided Fumish Only Furnish and Install HUBIM WBE Firm 13 1011W015 10:13 AM V. 44 City of Lubbock, TX Insurance Requirement Affidavit To Be Completed by Offeror Must be submitted with Proposal I. the undersigned Offeror, certify that the insurance requirements contained in this proposal document have been reviewed by me with the below identified Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, 1 will be able to, within ten (10) business days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to the City meeting all of the requirements defined in this proposal. L�Q C- 12 Q A -,__) Contractor ( Original Signature) Contractor (Print) CONTRACTOR'S FIRM NAME: 121 Ifn -�Q Coyi!sLa i c.-h on, (Print or pe) CONTRACTOR'S FIRM ADDRES � it ti Jeremy NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this proposal and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Director of Purchasing and Contract Management for the City of Lubbock at (806) 775-2163. RFP l 6-12548-JM — Municipal Square Restroorn Renovations SAFETY RECORD QUESTIONNAIRE The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government Code, and consider the safety records of potential contractors prior to awarding proposals on City contracts. Pursuant to Section 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for accurately determining the safety record of a proposer prior to awarding proposals on City contracts. The definition and criteria for determining the safety record of proposer for this consideration shall be: The City of Lubbock shall consider the safety record of the offerors in determining the responsibility thereof. The City may consider any incidence involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among other things: a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC), against the proposer for violations of OSHA regulations within the past three (3) years. b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within the past five (5) years. Environmental Protection Agencies include, but are not necessarily Iimited to, the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services (DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the United States. Citations include notices of violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. C. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death. d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the offeror and his or her ability to perform the services or goods required by the proposal documents in a safe environment, both for the workers and other employees of offeror and the citizens of the City of Lubbock. In order to obtain proper information from offerors so that City of Lubbock may consider the safety records of potential contractors prior to awarding proposals on City contracts, City of Lubbock requires that offerors answer the following three (3) questions and submit them with their proposals: QUESTION ONE Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years? YES NOS If the offeror has indicated YES for question number one above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such citation: Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty 4 sed. Offeror's Initials U OUESTION TWO Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for h firm, corporation, partnership or institution, received citations for violations of environmental protection laws or regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement, suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. YES NO t/ If the offeror has indicated YES for question number two above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and penalty assessed. QUESTION THREE Has the offeror, or the firm, corporation, partnership, or institution represented by offeror, or anyone acting for such firm, corporation, partnership. or institution, ever been convicted, within the past ten (10) years, of a criminal offense which resulted in serious bodily injury or death? YES NO--L.,— If the ,offeror has indicated YES for question number three above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: 0 Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty assessed. QUESTION FOUR Provide your company's Experience Modification Rate and supporting information: .29 ACKNOWLEDGEMENT THE STATE OF TEXAS COUNTY OF LUBBOCK I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my statements and answers to questions. I am aware that the information given by me in this questionnaire will be investigated, with my full permission, and that any misrepresentations or omissions may cause my proposal to be rejected. Signs ure 7a,si � I- r.. O 2 Worksheets On Demand Service https://www.ncd.cGm/DFSECWGrksheet/WSD4... WORKERS COMPENSATION EXPERIENCE RATING ONMRisk Name: TOMMY KLEIN CONSTRUCTION INC Risk ID: 420678932 Rating Effective Date: 10/3112014 Production Date: i17M V2014 State: TEXAS 42-TEXAS Firm ID: Finn Name: TOMMY KLEIN CONSTRUCTION INC Carrier: 29939 Policy No. 0001196626 Eff Date: 121041201D Exp Data: 12/04/2011 Code ELR : D- Payroll Expected Exp Prim Claim Data W OF Act Inc Act Prim 'Ratio Losses Losses Losses Losses 5403 1,98r .21 57,767 1,144 240 5606 .28 .22 104,575 293 64 8809 .07 .20. 48,897 34 7 j 8810 1 O6 .22 15,M01 91 21 i Subject I iTotal Act Inc Total: 226,83 Premium: _ 9!485 Losses: 01 42-TEXAS Firs ID: Firm Name: TOMMY KLEIN CONSTRUCTION INC Carrier: 29939 Policy No. 0001196626 Eff Date: 12/04/2011 Exp Date: 12/04/2012 Code ELR D- Payroll ' Expected Exp Prim Claim Data W J0FJ Act Inc Act Prim Rath Losses Losses Losses Lasses 5403 1.98 .211 83.104 1.645 345 5606 .28 .2-2 74.2641 2081 46 8810 1 O6 22 76.069[ 46 1 10 (Policy Total: 233,43�Pre2m: 11.659I Total Act iLo ses: Inc 01 42-TEXAS Firm ID: Firm Name: TOMMY KLEIN CONSTRUCTION INC Carrier. 24570 Policy No. WC00001874 Eff Date: 10131/2012 Exp Date: 1013112013 Code ELR D- _ Payroll Ratio Expected Losses Exp Prim Losses Claim Data W OF Act Inc Losses Act Prim Losses 5403 1.98 .21 6,673 132 28 5403 1.98 .21 64,9601 1,286 270 5606 .28 .22 7.9921 22 5 5606 .28 .22 77.8081 218 48 8810 .06 .22 18,836.J 11 2 8810 .06 .22 183,3771 110 24 Subject Policy Total: 359,64q Premium: 5,051 Total Act Inc Losses: 0 p Copyright 1997.2015. Af right reserved This product is cznpdsed of Compliatlom and kdorrnatlon wtdch are to proprietary and exclusive property of the National Cound on :ompanation Insurance Inc. INCCII. No further use. dheemkwdan, We. transler. assgnment or disposition of 11A product. In whole or In part, may be nude wahatd pre prior written mmertt of NCCI This product is fumished -As W'As availeW "Mlh all defect' and kKkKtBS hO=,. abon available at the Lime of publicallm only NCCI makes ne rapresontatlon3 or varrandes of any kind relating to the product and hereby expressly disclaims arty and all express, statutory. or implied wartandes. including the Implied warranty of marrhanWAty res or a particular prrposa, accuracy. compfetenea, curmbwes. or carremm of any Informako at product hrrMshed hereunder All responsiblety for the use of and for arty and all result lertved or obtaYred through am use of the product are the and users and NCCI strati not have any MWIly drorelo Tolal by Palm Year of all cases S2000 or leas. D Efisease I— Y F &A dk d reverses a tnt xkw C Catasnvphic LOU E Employers Liability Loss 0 Umiled Lou Page 2 of 2 Page 2 of 2 2015-11-09 4 2:54 Worksheets On Demand Service https:llwww.ncd.com/DFSECWorksheet/WSD4... WORKERS COMPENSATION E PERIENCE RATING ONM Risk Name: TOMMY KLEIN CONSTRUCTION INC Risk ID: 420678932 Rating Effective Date: 10/31/2014 Production Date: 07/11/2014 State: TEXAS State Wt t31p Excess Expected Exp Prim Act Eye Lamm sanest Act Inc Losses Act Prim Losses Lasses Losses I Losses Tx .08 .067 5,158 1,0911 01 7.500 ol 0 (A) (s) (C) Exp Excess (D) Expected (R) Exp Prim I (Fj Act Exc (0) Ballast (H) Act Inc 1 (q Act Prtm Wt Losses(D -E) Losses Losses I Losses(H -I) Losses Losses '06 1 4,06 5,1 1,0911 01 7,5001 0 0 Primary Losses Stabilizing Value Ratable Excess Tatals (1) C ` (1 - A) + G (A)' (F) P) Actual 0 11,242 0 11,242 (E) C ' (1 - A) + G (A) ' (C) (K) Expected 1,091 11,242 325 12,658 ARAP FLARAP SARAP MAARAP Exp Mod Factors .89 O Copyright 1983-2016. All rights reserved This product is comprised of compilations and information which are the proprietary and exetrisive property of the National Council on Compensation Insurance, Inc INCCII. No furthar use. dissemination, sate, transfer. assignment or disposltian of this produtl. In whole or In parL may be made wdfwul the prior written consard of NCCI. This product is fumished'As Is"As avelt W'Wnh an detects' and Includes information aveAabis at the line al publication only NCCI mattes na representatioq or wamandes of any kind relating to the product and hereby expressly disclaims any and all express. statutory, or Implied wamamdas. Ircludlrg the Implied warranty of merdmmdabday. fitness for a particular purpose, accuracy completeness pxrenvem or correctness of any information or product ftrntshed hereunder. AN respon"iliy, for the use of and for any and all results derived or obtained through tine use of the product are the end ways and NCCI shall not have any liability thereto. Page 1 of 2 Page 1 of 2 2015-11-09 12:54 Suspension and Debarment Certification Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting with or making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of $25,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients). Contractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their organization and its principals are not suspended or debarred by a Federal agency. Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a Federal agency. I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or debarred by a Federal agency. COMPANY NAME: FEDERAL TAX ID or SOCIAL SECURITY No. Vure of Company Official: Printed name of company official signing above: Date Signed: C_- Page Intentionally Left Blank CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business with local governmental entity This questionnaire reflects changes made to the low by H.B. 23, 041h Log., Regular Session. This questionnaire Is being filed in accordance with Chapter 176, Local Government Code, by a vendor who has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the vendor meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 71h business day after the date the vendor becomes aware of facts that require the statement to be riled. See Section 176.006(a-1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code. An offense under this section is a misdemeanor. Name of vendor who has a business relationship with local governmental entity. 11l 14 you are filing an update 10 a previously FORM C!Q OFFICE USE ONLY Date Recelved (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally flied questionnaire was Incomplete or inaccurate.) Name of local government officer about whom the Information In this section Is being disclosed. Name of Officer This section (item 3 including subparts A. B, C, & D) must be completed for each officer with whom the vendor has an employment or other business relationship as defined by Section 176.001 (1 -a), Local Government Code. Atlach additional pages to this Form CIO as necessary. A. Is the local government officer named In this section receiving or likely to receive taxable income, other than investment Income, from the vendor? Yes F--j No B. Is the vendor receiving or Rely to receive taxable Income, other than investment income, from or at the direction of the local government officer named in this section -ANC the taxable income is not received from the local governmental entity? Yes F-1 No C. is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership Interest of one percent or more? Yes [:]No D. Describe each employment or business and family relationship with the local government officer named in this section. of vendor doing business with the govetrimenlal entity Cale Adopted 8 7 2015 PROPOSED LIST OF SUB -CONTRACTORS Minority Owned Company Name Location Services Provided Yes No 1. l� fa�� �/i+, l..wi� / � GAL fi�mi,���r,.a��i,l.�/ ° rY/ 2.p. / of 4. t,G �vG _ ❑ � 6. ° 91 7. ° ❑ 9. ❑ ❑ 10. ❑ ° H. ❑ ❑ 12. ❑ 0 f ❑ ❑ 14. ❑ ❑ 15. ❑ ❑ 16. ❑ ❑ THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO SUBMITTED BY: R1±P 16-12548-JM Municipal Square Restroom Renovations POST -CLOSING DOCUMENT REQUIREMENTS The below -listed document must be received in the Director of Purchasing and Contract Management Office Not Later Than SEVEN BUSINESS DAYS after the close date when proposals are due. FINAL LIST OF SUB -CONTRACTORS Page Intentionally Left Blank FINAL LIST OF SUB -CONTRACTORS Minority Owned Company Name Location Services Provided Yes No 1. ° ° 2. ° ° 3. ° ° 4. ° ° 5. ° ° 6. ° ° 7. ° ° 8. ° ° 9. ° ° 10. 12. ° ° 13. 14. 15. ° ° 16. ° ° SUBMITTED BY: (PRINT NAME OF COMPANY) THIS FORM SHALL BE COMPLETED AND RETURNED NOT LATER THAN SEVEN BUSINESS DAYS AFTER THE CLOSE DATE WHEN PROPOSALS ARE DUE IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO RFP 16-12548-JM Municipal Square Restroom Renovations PAYMENT BOND STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $50,000) KNOW ALL MEN BY THESE PRESENTS, that Tommy Klein Construction, Inc. (hereinafter called the Principal(s),as Principal(s), and (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of One Hundred Eighty Nine Thousand Eight Hundred Twenty Two Dollars ($189,822) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 17th day of December, 2015, to RFP 16-12548-JM Municipal Square Restroom Renovations 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 day of 2015. Surety By: (Title) (Company Name) By: (Printed Name) (Signature) (Title) The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Surety By: Approved as to form: City of Lubbock By: City Attorney (Title) * 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. PERFORMANCE BOND Page Intentionally Left Blank STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) KNOW ALL MEN BY THESE PRESENTS, that Tommy Klein Construction, Inc. (hereinafter called the Principal(s),as Principal(s), and (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of One Hundred Eighty Nine Thousand Eight Hundred Twenty Two Dollars $1( 89,822) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 17th day of December, 2015, to RFP 16-12548-JM Municipal Square Restroom Renovations and said principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this day of , 2015. Surety By: (Title) (Company Name) By: (Printed Name) (Signature) (Title) The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Surety By: (Title) Approved as to Form City of Lubbock By: City Attorney * Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. CERTIFICATE OF INSURANCE Pale Intentionally Left Blank TO: CITY OF LUBBOCK P.O. BOX 2000, Room 204 LUBBOCK, TX 79457 THIS IS TO CERTIFY THAT CERTIFICATE OF INSURANCE DATE: TYPE OF PROJECT: (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 hereinafter described. Exceptions to standard policy noted hereon. TYPE OF INSURANCE POLICY NUMBER EFFECTIVE EFFECTIVE LIMITS DATE DATE GENERAL LIABILITY ❑ Commercial General Liability General Aggregate $ ❑ Claims Made Products-Comp/Op AGG $ ❑ Occurrence Personal & Adv. Injury $ ❑ Owner's & Contractors Protective Each Occurrence $ ❑ Fire Damage (Any one Fire) $ Med Exp (Any one Person) $ AUTOMOTIVE LIABILITY ❑ Any Auto Combined Single Limit $ ❑ All Owned Autos Bodily Injury (Per Person) $ ❑ Scheduled Autos Bodily Injury (Per Accident) $ ❑ Hired Autos Property Damage $ ❑ Non -Owned Autos 11 GARAGE LIABILITY ❑ Any Auto Auto Only - Each Accident $ ❑ Other than Auto Only: Each Accident $ Aggregate $ ❑ BUILDER'S RISK ❑ 100% of the Total Contract Price $ ❑ INSTALLATION FLOATER $ EXCESS LIABILITY ❑ Umbrella Form Each Occurrence $ Aggregate $ ❑ Other Than Umbrella Form $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY The Proprietor/ ❑ Included Statutory Limits Partners/Executive ❑ Excluded Each Accident $ Officers are: Disease Policy Limit $ Disease -Each Employee $ OTHER The above policies either in the body thereof or by appropriate endorsement provide that they 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. FIVE COPIES OF THE CERTIFICATE OF INSURANCE MUST BE SENT TO THE CITY OF LUBBOCK (Name of Insurer) By: Title: Title: The Insurance Certificates Furnished shall name the City of Lubbock as Additional Insured on Auto /General Liability and provide a Waiver of Subrogation in favor of the City of Lubbock. IT SHALL BE THE CONTRACTOR'S. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. CONTRACTORCHECKLIST A CONTRACTOR SHALL: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. COPIES OF THE ENDORSEMENTS ARE REQUIRED. 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 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 512-305-7238 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 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) 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: (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; (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 (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 (G) 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. Page Intentionally Left Blank CONTRACT Page Intentionally Left Blank Contract 12548 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 17" day of December, 2015 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 Tommy Klein Construction, 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: RFP 16-12548-JM Municipal Square Restroom Renovations 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. Tommy Klein Construction, Inc.'s proposal dated November 17, 2015 is incorporated into and made a part of this agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the proposal submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the year and day first above written. CONTRACTOR: CITY OF LUBBOCK, TEXAS (OWNER): Tommy Klein Construction Inc. By: By: PRINTED NAME: TITLE: COMPLETE ADDRESS: Company Address City, State, Zip ATTEST: Corporate Secretary Glen C. Robertson, Mayor ATTEST: Rebecca Garza, City Secretary APPROVED AS TO CONTENT: Wesley Everett, Director of Facilities Management Mark Yearwood, Assistant City Manager APPROVED AS TO FORM: Laura Pratt, Assistant City Attorney Page Intentionally Left Blank GENERAL CONDITIONS OF THE AGREEMENT Page Intentionally Left Blank GENERAL CONDITIONS OF THE AGREEMENT OWNER Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co- partnership or corporation, to wit Successful Offeror, Tommy Klein Construction, Inc., who has agreed to perform the work embraced in this contract, or their legal representative. 3. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, Wesley Everett, Director of Facilities Management, or to such other representatives, supervisors, architects, engineers, or Resident Project Representatives as may be authorized by said Owner to act in any particular way under this agreement. Engineers, supervisors or Resident Project Representatives will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Offerors, General Instructions to Offerors, Proposal, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to Offeror for inspection in accordance with the Notice to Offerors. The above described materials are sometimes referred to herein as the "contract" or "contract documents". INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor. The City reserves the right to approve or disapprove the selection of any subcontractor(s). WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to the party who gives the notice. CONTRACTOR'S RESPONSIBILITIES Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. The Work must be operational and ready for the Owner's continuous use as intended. All initial training for Owner personnel required by the specifications by the Contractor and his subcontractors and suppliers shall have been completed. All final operations and maintenance manuals shall have been submitted and given a disposition of "no exceptions noted". All instrumentation and SCADA equipment shall be installed and operational. Final grading and seeding shall be performed for substantial completion. 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 five 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 The Contractor is responsible for construction layout based on the control provided in the construction documents. All lines and grades shall be furnished whenever Owner's Representative (as distinguished from Resident Project Representative(s)) 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 (as distinguished from Resident Project Representative(s)) has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors, as distinguished from Resident Project Representative, as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. 18. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or men shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of men or equipment will be permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. P%1L 11MENNM_ I�[I OW 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 Contractor is responsible for construction quality control testing, cost, and reporting of the type and extent required by the contract documents. 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. If any such work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. If any such work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred in preparation for the work as originally planned. 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's proposal, except as provided under Changes and Alterations in Paragraph 23. It is agreed that the Contractor shall perform all extra work under the observation 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 to the firm actually performing the work, and additional higher -tier markups limited to 5% to cover additional overhead and insurance costs; 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, as estimated by the Engineer and approved by the Owner. In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra work, make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C) (1). If Contractor does not notify Owner's Representative before the commencement of any extra work, any claim for payment due to alleged extra work shall be deemed waived. 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of the contract documents that all work described in the proposal, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Owners' Representative and a clarification obtained before the proposals are received, and if no such notice is received by the Owner's Representative prior to the opening of proposals, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the closing of proposals. In the absence of a requested clarification for a conflict in the documents prior to proposals being reviewed, it will be assumed that the Contractor proposes the higher cost alternative on conflicts identified after proposals are reviewed. 26. 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 Engineer and all of its officers, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. 27. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self- insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AND ADDITIONAL INSURED. 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. THE ADDITIONAL INSURED ENDORESEMENT SHALL INCLUDE PRODUCTS AND COMPLETED OPERATIONS. A. Commercial General Liability Insurance (Primary Additional Insured (to include products and complete operation) and Waiver of Subrogation required) The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000 Combined Single Limit in the aggregate and per occurrence to include: Products-Comp/Op AGG Personal Injury & Advertising Injury Contractual Liability To include Products of Completed Operations endorsements B. Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required) The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $1,000,000 Combined Single Limit, to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. C. Builder's Risk Insurance/Installation Floater Insurance — NOT REQUIRED D. Umbrella Liability Insurance — NOT REQUIRED E. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required) Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $1,000,000. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC- 82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. 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. 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. The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 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. 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. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. F. 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) (2) (3) (4) (5) (6) (7) (8) (9) The name and address of the insured. The location of the operations to which the insurance applies. The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the proposal specifications. 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. 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. If policy limits are paid, new policy must be secured for new coverage to complete project. A Contractor shall: (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental entity: (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30-point bold type and text in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: 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 800-372-7713 or 512-804- 4000 (www.tdi.state. ix. us) to receive information of the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage; " and (h) contractually require each person with whom it contracts to provide services on a project, to: (i) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; (iii) include in all contracts to provide services on the project the following language: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reprinting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions.", (iv) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (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 Engineer and all of its officers, agents and employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, material men and furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner and Engineer, and all of its officers, agents and employees harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to offering. 32. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner and Engineer and all of its officers, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to proposing and any necessary changes shall be adjusted as provided in the contract for changes in the work. In the absence of timely written notification to Owner's Representative of such variance or variances within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising there from. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as provided by the contract documents. 34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the Notice to Proceed and contract documents, respectively, 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 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 $150 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 fail to meet the time requirements stipulated for substantially completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. 35. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the proposal; provided, also, that when the Owner is having other work done, either by contract or by its own force, the Owner's Representative (as distinguished from the Resident Project 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 proposal in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the extension no later than within twenty (20) calendar days of written submission by Contractor shall be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for extension, as provided herein, any request for extension by Contractor shall be deemed waived. 37. HINDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 38. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their proposals offered for the work. In the event the amount of work to be done and materials to be furnished are expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project, provided that the over run or under run of estimated quantities note exceed 15% of the estimated quantity. 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 Engineer, and any of its officers, agents and employees, against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising from or growing out of the performance of this contract. 40. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the 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. 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. Payment for materials on hand and delivered to the project site will be limited to 100 percent less the 5 percent standard retainage until actually incorporated into the project. 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 The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of final completion, the Owner's Representative shall proceed to make final measurement to determine whether final completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion, Owner shall pay to the Contractor on or before the 31 st working day after the date of certification of final completion, the balance due Contractor under the terms of this agreement. Neither the certification of final completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or warranties implied by law or otherwise. 45. CORRECTION OF WORK Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and Contractor shall at its own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time but not to exceed 30 days after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. The Contractor shall pay all claims, cost, losses, and damages (including but not limited to all fees and charges of the engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution cost) arising out of or relating to such correction or removal. 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 two (2) years from the date of certification of final completion by Owner's Representative. 46. PAYMENT WITHHELD The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of: (a) Defective work not remedied and/or work not performed, (b) Claims filed or reasonable evidence indicating possible filing of claims, (c) Damage to another contractor, (d) Notification to owner of failure to make payments to Subcontractors or Suppliers, (e) Failure to submit up-to-date record documents as required, (f) Failure to submit monthly progress schedule updates or revised scheduled as requested by Owner, (g) Failure to provide Project photographs required by Specifications. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the amount withheld, payment shall be made for amounts withheld because of them. 47. CLAIM OR DISPUTE It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's Representative, by Contractor. 48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-compliance to Contractor shall be required. After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: (a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed proposals, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. In the event the Owner's Representative elects to complete the work, as described above, when the work shall have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. 49. LIMITATION ON CONTRACTOR'S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of this contract. 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 $50,000. All bonds shall be submitted on forms supplied by the Owner, and executed by a Surety Company listed on the State Treasury's "Approved" list and authorized to do business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. 51. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. 52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man-made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 53. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. 54. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. 55. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied. In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. 56. THE CITY RIGHT TO AUDIT At any time during the term of this Contract and for a period of four (4) years thereafter the City or a duly authorized audit representative of the City, or the State of Texas, at its expense and at reasonable times, reserves the right to audit Contractor's records and books relevant to all services provided under this Contract. In the event such an audit by the City reveals any errors/overpayments by the City, Contractor shall refund the City the full amount of such overpayments within thirty (30) days of such audit findings, or the City, at its option, reserves the right to deduct such amounts owing the City from any payments due Contractor. 57. NON -ARBITRATION The City reserves the right to exercise any right or remedy available to it by law, contract, equity, or otherwise, including without limitation, the right to seek any and all forms of relief in a court of competent jurisdiction. Further, the City shall not be subject to any arbitration process prior to exercising its unrestricted right to seek judicial remedy. The remedies set forth herein are cumulative and not exclusive, and may be exercised concurrently. To the extent of any conflict between this provision and another provision in, or related to, this document, this provision shall control. 58. NONAPPROPRIATION All funds for payment by the City under this contract are subject to the availability of an annual appropriation for this purpose by the City. In the event of non -appropriation of funds by the City Council of the City of Lubbock for the goods or services provided under the contract, the City will terminate the contract, without termination charge or other liability, on the last day of the then -current fiscal year or when the appropriation made for the then -current year for the goods or services covered by this contract is spent, whichever event occurs first. If at any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the Seller on thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City shall not be obligated under this contract beyond the date of termination. 59. HOUSE BILL 2015 House Bill 2015 signed by the Governor on June 14, 2013 and effective on January 1, 2014, authorizes a penalty to be imposed on a person who contracts for certain services with a governmental entity and who fails to properly classify their workers. This applies to subcontractors as well. Contractors and subcontractors who fail to properly classify individuals performing work under a governmental contract will be penalized $200 for each individual that has been misclassified (Texas Government Code Section 2155.001). Pate Intentionally Left Blank DAVIS-BACON WAGE DETERMINATIONS Page Intentionally Left Blank EXHIBIT A General Decision Number: TX150334 10/09/2015 TX334 Superseded General Decision Number: TX20140334 State: Texas Construction Type: Building Counties: Crosby and Lubbock Counties in Texas. BUILDING CONSTRUCTION PROJECTS (does not include single family homes or apartments up to and including 4 stories). Note: Executive Order (EO) 13658 establishes an hourly minimum wage of $10.10 for 2015 that applies to all contracts subject to the Davis -Bacon Act for which the solicitation is issued on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.10 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/02/2015 1 03/06/2015 2 10/09/2015 BOIL0074-003 01/01/2014 Rates Fringes BOILERMAKER ...................... $ 23.14 21.55 CARP0665-001 05/01 /2014 Rates Fringes CARPENTER ........................ $ 20.81 6.76 * ELEC0602-008 09/01/2015 Rates Fringes ELECTRICIAN ...................... $ 21.19 3%+8.80 ENGI0178-005 06/01/2014 Rates Fringes POWER EQUIPMENT OPERATOR (1) Tower Crane ............. $ 29.00 10.60 (2) Cranes with Pile Driving or Caisson Attachment and Hydraulic Crane 60 tons and above ..... $ 28.75 10.60 (3) Hydraulic cranes 59 Tons and under .............. $ 27.50 10.60 ---------------------------------------------------------------- IRON0084-011 06/ 15/2014 Rates Fringes IRONWORKER, ORNAMENTAL ........... $ 22.02 6.35 ---------------------------------------------------------------- IRON0263 -003 12/01 /2013 Rates Fringes IRONWORKER, STRUCTURAL ........... $ 22.70 5.35 ---------------------------------------------------------------- PLUM0404-026 07/01/2013 Rates Fringes PIPEFITTER ....................... $ 22.80 7.16 PLUMBER .......................... $ 22.80 7.16 ---------------------------------------------------------------- * SHEE0049-001 06/01/2015 Rates Fringes SHEET METAL WORKER (HVAC Duct Installation Only) ............... $ 22.93 11.33 ---------------------------------------------------------------- SUTX2014-060 07/21/2014 Rates Fringes BRICKLAYER ....................... $ 20.04 0.00 CEMENT MASON/CONCRETE FINISHER ... $ 19.60 0.00 INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation) ...............$ 19.77 7.13 IRONWORKER, REINFORCING .......... $ 12.27 0.00 LABORER: Common or General ...... $ 12.35 0.00 LABORER: Mason Tender - Brick ... $ 11.36 0.00 LABORER: Mason Tender - Cement/Concrete..................$ 10.58 0.00 LABORER: Pipelayer.............. $ 12.49 2.13 LABORER: Roof Tearoff........... $ 11.28 0.00 OPERATOR: Backhoe/Excavator/Trackhoe ....... $ 14.25 0.00 OPERATOR: Bobcat/Skid Steer/Skid Loader ................$ 13.93 0.00 OPERATOR: Bulldozer .............$ 18.29 1.31 OPERATOR: Drill .................$ 16.22 0.34 OPERATOR: Forklift ..............$ 14.83 0.00 OPERATOR: Grader/Blade .......... $ 13.37 0.00 OPERATOR: Loader ................$ 13.55 0.94 OPERATOR: Mechanic ..............$ 17.52 3.33 OPERATOR: Paver (Asphalt, Aggregate, and Concrete) ......... $ 16.03 0.00 OPERATOR: Roller ................$ 12.70 0.00 PAINTER (Brush, Roller, and Spray) ........................... $ 14.27 0.00 ROOFER ...........................$ 13.75 0.00 SHEET METAL WORKER, Excludes HVAC Duct Installation ........... $ 21.13 6.53 TILE FINISHER .................... $ 11.22 0.00 TILE SETTER ...................... $ 14.00 2.01 TRUCK DRIVER: Dump Truck ........ $ 12.39 1.18 TRUCK DRIVER: Flatbed Truck ..... $ 19.65 8.57 TRUCK DRIVER: Semi -Trailer Truck ............................$ 12.50 0.00 TRUCK DRIVER: Water Track ....... $ 12.00 4.11 ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non -union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION EXHIBIT B 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 C Prevailing Wage Rates Legal Holiday Rate The rate for legal holidays shall be as required by the fair labor standards act Pate Intentionally Left Blank SPECIFICATIONS PROJECT MANUAL City of Lubbock - Renovations of the Municipal Square Restrooms 916 TEXAS AVENUE LUBBOCK, TEXAS 79401 ARCHITECT JDMA, Architects 1402 AVENUE N LUBBOCK, TX 79401 806/744-4490 MPE BSA CONSULTING ENGINEERS, PLLC 14302 SLIDE RD LUBBOCK, TX 79424 806/780-7475 DATE: SET NO. September 28, 2015 PROJECT NO. J21518 PROJECT MANUAL City of Lubbock -Renovations of the Municipal Square Restrooms 916 TEXAS AVENUE ARCHITECT JDMA, Architects 1402 Avenue N Lubbock, Texas 79401 806-744-4490 LUBBOCK, TEXAS 79401 MPE BSA CONSULTING ENGINEERS, PLLC 14302 SLIDE RD LUBBOCK, TX 79424 806/780-7475 _m � 09�� 5 CO IL OF Sealed on MPE Sections TOC TABLE OF CONTENTS City Of Lubbock - Renovations of the Municipal Square Restrooms 916 Texas Avenue Lubbock, Texas 79401 DIVISION 0 - BIDDING AND CONTRACT REQUIREMENTS Invitation and Instructions to Bidders from the C.O.L. General Conditions 41 00800 Supplementary Conditions 14 DIVISION 1 - GENERAL CONDITIONS 01010 Special Conditions 01011 Statement of Certification 01210 Allowances 01250 Contract Modification Procedures 01290 Payment Procedures 01310 Project Management and Coordination 01320 Construction Progress Documentation 01330 Submittal Procedures 01700 Execution Requirements 01732 Selective Demolition 01770 Closeout Procedures 01781 Project Record Documents DIVISION 2 - SITE WORK Not Applicable DIVISION 3 — CONCRETE 03300 Concrete Work DIVISION 4 — MASONRY Not Applicable DIVISION 5 — STEEL 05400 Cold -Formed Metal Framing DIVISION 6 - WOODS & PLASTICS 06100 Rough Carpentry 06402 Interior Architectural Woodwork 06610 Solid surfacing DIVISION 7 - THERMAL/MOISTURE PROTECTION 07900 Caulking and Sealants 6 3 2 5 5 6 10 7 4 6 4 12 DIVISION 8 - DOORS AND WINDOWS Not Applicable DIVISION 9 - FINISHES 09250 Drywall Construction 3 09310 Ceramic Tile 7 09500 Acoustical Ceiling Systems & Components 3 09650 Resilient Flooring 3 09655 Resilient Cove Base 2 09900 Painting and Finishing 5 09941 Multi -Color Wall Finish 9 DIVISION 10 — SPECIALTIES 10600 Toilet Partitions 4 10800 Toilet Accessories 2 DIVISION 15 — MECHANICAL 15010 General Mechanical Provisions 6 15020 Testing 1 15060 Piping 3 15250 Insulation 1 15400 Plumbing 2 DIVISION 16 — ELECTRICAL 16050 Basic Electrical Materials and Methods 2 16060 Grounding and Bonding for Electrical Systems 2 16073 Hangers and Supports for Electrical Systems 3 16091 Sleeves and Sleeve Seals for Electrical Raceways and Cabling 3 16120 Power conductors and Cables 3 16130 Raceways and Boxes for Electrical Systems 6 16140 Wiring Devices 6 CONTRACTOR'S PROPOSAL Date Marta Alverez, Director Purchasing and Contract Management City of Lubbock, Texas 1625 13th Street - Room 204 Lubbock, Texas 79401 Dear Madam: The undersigned has carefully examined the site, specifications, drawings, and related documents entitled: City of Lubbock - Renovations of the Municipal Square Restrooms 916 Texas Avenue Lubbock, Texas 79401 all as prepared by JDMA, Inc. Architects, 1402 Avenue N, Lubbock, Texas 79401, as well as the premises and all other conditions affecting the work. The undersigned proposes to furnish all materials and labor called for by them for the work including, Mechanical and Electrical Work, in accordance with said documents of which this proposal is a part for the following sum: BASE BID ITEM #1: Material Cost Labor & Other Cost TOTAL Dollars ($ ) Dollars ($ ) Dollars ($ ) The undersigned further agrees, that if awarded the contract, to start work upon written Notice to Proceed and to substantially complete the work prior to 90 calendar days. The undersigned acknowledges receipt of addenda to the Drawings and Specifications. If notified of the acceptance of this proposal within thirty (30) days of the time set for the opening of bids, the Bidder agrees to execute a contract for the above work, for the above stated compensation in the form of the Standard Agreement of the American Institute of Architects AIA Document A101-2007 of the American Institute of Architects. The undersigned agrees, if awarded the contract, to execute and deliver to the Owner at the time of the signing of the contract, a performance and payment bond of approved form through an approved bonding company, duly authorized to do business in the State of Texas, which is acceptable surety within their underwriting limitations on bonds in favor of City of Lubbock, Texas. COL - Reno Muni Square RR Contractor's Proposal-1 J21518 The undersigned further agrees that the cashier's check or proposal bond in the amount of five percent (5%) of his proposal, payable to City of Lubbock, Texas, accompanying this proposal, is left in escrow with the Architect, that this amount is the measure of liquidated damages the Owner will sustain by the failure of the undersigned to execute and deliver the above named agreement or in furnishing the bond within five (5) days of written notification of the award of the contract to him then the cashier's check or proposal bond shall become the property of the Owner, but if this proposal is not accepted within thirty (30) days of the time set for the submission of bids, or if the undersigned executes and delivers said contract and bond, the check shall be returned to him on receipt thereof Respectfully submitted, CONTRACTOR (Firm Name) By Address_ City State/Zip_ Telephone Fax Corporate Secretary and Seal COL - Reno Muni Square RR Contractor's Proposal-2 J21518 ` ,"',AIA TM o:- Document A201 — 2007 General Conditions of the Contract for Construction for the following PROJECT: (Name and location or address) Renovations of the Mun.icipat Square Restrooms 916 Texas Avenue A ADDITIONS AND DELETIONS: Lubbock, The author of this document has added information needed for its THE OWNER: completion. The author may also have revised the text of the original (Name, legal status and address) AIA standard form. An Additions and City of Lubbock Deletions Report that notes added P.O. Box 2000 information as well as revisions to Lubbock, Texas 79457 the standard form text is available from the author and should be THE ARCHITECT: reviewed. A vertical line in the left (Name, legal status and address) margin of this document indicates JDMA Architects. where the author has added 1402 Avenue N necessary information and where Lubbock, TX 79401 the author has added to or deleted from the original AIA text. TABLE OF ARTICLES This document has important legal consequences. Consultation with an 1 GENERAL PROVISIONS attorney is encouraged with respect to its completion or modification. 2 OWNER 3 CONTRACTOR 4 ARCHITECT 5 SUBCONTRACTORS 6 CONSTRUCTION BY OWNER OR BY SEPARATE CONTRACTORS 7 CHANGES IN THE WORK 8 TIME 9 PAYMENTS AND COMPLETION 10 PROTECTION OF PERSONS AND PROPERTY 11 INSURANCE AND BONDS 12 UNCOVERING AND CORRECTION OF WORK 13 MISCELLANEOUS PROVISIONS 14 TERMINATION OR SUSPENSION OF THE CONTRACT 15 CLAIMS AND DISPUTES AIA Document A201 TO -- 2007. Copyright C)1911, 1915, 1918. 1925. 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976. 1987, 1997 and 2007 by The American ]nit. Institute of Architects. All rights reserved. WARNING_ This AIA© Document is protected by U.S. Copyright Law and International Treaties. Unauthorized 1 reproduction or distribution of this Ale Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to I the maximum extent possible under the law. This document was produced by AIA software at 08:46:34 on 09128/2015 under Order No.0400198402_1 which expires on 11118/2015, and is not for resale. User Notes: (960836436) INDEX (Topics and numbers in bold are section headings.) Acceptance of Nonconforming Work 9.6.6, 9.9.3, 12.3 Acceptance of Work 9.6.6, 9.8.2, 9.9.3, 9.10.1, 9.10.3, 12.3 Access to Work 3.16, 6.2.1, 12.1 Accident Prevention 10 Acts and Omissions 3.2, 3.3.2, 3.12.8, 3.18, 4.2.3, 8.3.1, 9.5.1, 10.2.5, 10.2.8, 13.4.2, 13.7, 14.1, 15.2 Addenda 1.1.1, 3.11 Additional Costs, Claims for 3.7.4, 3.7.5, 6,1.1, 7.3.7.5, 10.3, 15.1.4 Additional Inspections and Testing 9.4.2,9.8.3,12.2.1,13.5 Additional Insured 11.1.4 Additional Time, Claims for 3.2.4, 3.7.4, 3.7.5, 3.10.2, 8.3.2, 15.1.5 Administration of the Contract 3.1.3, 4.2, 9.4, 9.5 Advertisement or Invitation to Bid 1.1.1 Aesthetic Effect 4.2.13 Allowances 3.8, 7.3.8 All-risk Insurance 11.3.1, 11.3.1.1 Applications for Payment 4.2.5, 7.3.9, 9.2, 9.3, 9.4, 9.5.1, 9.6.3, 9.7, 9. 10, 11.1.3 Approvals 2.13,2.2.2,2.4,3.1.3,3.10.2,3,12.8,3.12.9,3.12.10, 4.2.7, 9.3.2, 13.5.1 Arbitration 8.3.1,11.3.10,13.1,15.3.2,15.4 ARCHITECT 4 Architect, Definition of 4.1.1 Architect, Extent of Authority 2.4, 3,12.7, 4.1, 4.2, 5.2, 6.3, 7.1.2, 7.3.7, 7.4, 9.2, 9.3.1, 9.4, 9.5, 9.63, 9.8, 9.10.1, 9.10.3, 12.1, 12.2.1, 13.5.1, 13.5.2, 14.2.2, 14.2.4, 15.1.3, 15.2.1 Architect, Limitations of Authority and Responsibility 2.1.1, 3.12.4, 3.12,8, 3.12.10, 4.1.2, 4.2.1, 4.2.2, 4.2.3, 4.2.6, 4.2.7, 4.2,10, 4.2.12, 4.2.13, 5.2.1, 7.4, 9.4.2, 9.5.3, 9.6.4, 15.1.3, 15.2 Architect's Additional Services and Expenses 2.4,11.33.1,12.2.1,13.5.2,13.5.3,14.2.4 Architect's Administration of the Contract 3.1.3, 4.2, 3.7.4, 15.2, 9.4.1, 9.5 Architect's Approvals 2.4, 3.1.3, 3.5, 3.10.2, 4.2.7 Architect's Authority to Reject Work 3.5, 4.2.6, 12.1.2, 12.2.1 Architect's Copyright 1.1.7, 1.5 Architect's Decisions 3.7.4, 4.2.6, 4.2.7, 4.2.11, 4.2.12, 4.2.13, 4.2.14, 63, 7.3.7, 7.3.9, 8.1.3, 8.3.1, 9.2, 9.4.1, 9.5, 9.8.4, 9.9. 1, 13.5.2, 15.2, 15.3 Architect's inspections 3.7.4, 4.2.2, 4.29, 9.4.2, 9.8.3, 9.9.2, 9.10.1, 13.5 Architect's Instructions 3.2.4, 3.3.1, 4.2.6, 4.2.7, 13.5.2 Architect's Interpretations 4.2.11, 4.2.12 Architect's Project Representative 4.2.10 Architect's Relationship with Contractor 1.1.2, 1.5, 3.1.3, 3.2.2, 3.2.3, 3.2.4, 3.3.1, 3.4.2, 3.5, 3.7.4, 3.7.5, 3.9.2, 3.9.3, 3.10, 3.11, 3.12, 3.16, 3.18, 4.1.2, 4.1.3, 4.2, 5.2, 6.2.2, 7, 8.3.1, 9.2, 9.3, 9.4, 9.5, 9.7, 9.8, 9.9, 10.2.6, 10.3, 11.3.7, 12, 13.4.2, 13.5, 15.2 Architect's Relationship with Subcontractors 1.1.2, 4.2.3, 4.2.4, 4.2.6, 9.6.3, 9.6.4, 11.3.7 Architect's Representations 9.4.2, 9.5.1, 9.10.1 Architect's Site Visits 3.7.4, 4.2.2, 4.2.9, 9.4.2, 9.5.1, 9.9.2, 9.10.1, 13.5 Asbestos 10.3.1 Attorneys' Fees 3.18.1, 9.10.2, 10.3.3 Award of Separate Contracts 6.1.1, 6.1.2 Award of Subcontracts and Other Contracts for Portions of the Work 5.2 Basic Definitions 1.1 Bidding Requirements 1.1.1, 5.2.1, 11.4.1 Binding Dispute Resolution 9.7, 11.3.9, 11.3.10, 13.1, 15.2.5, 15.2.6.1, 15.3. 1, 15.3.2, 15.4.1 Boiler and Machinery Insurance 11.3.2 Bonds, Lien 7.3.7.4, 9.10.2, 9.10.3 Bonds, Performance, and Payment 7.3.7.4, 9.6.7, 9.10.3, 11.3.9,11.4 AIA Document A201 TM — 2007. Copyright 01911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997 and 2007 by The American Init. Institute of Architects. All rights reserved. WARDING: This AIAr Document is protected by U.S. Copyright Law and International Treaties. Unauthorized 2 reproduction or distribution of this AIAe Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law_ This document was produced by AIA software at 08:46:34 an 0912812015 under Order No.0400198402_1 which expires on 11/18/2015, and is not for resale_ User Notes: (960836436) Building Permit 3.7.1 Capitalization 1.3 Certificate of Substantial Completion 9.8.3, 9.8.4, 9.8.5 Certificates for Payment 4.2.1, 4.2.5, 4.2.9, 9.3.3, 9.4, 9.5, 9.6.1, 9.6.6, 9.7, 9.10.1, 9,10.3, 14.1.1.3, 14.2.4, 15.1.3 Certificates of Inspection, Testing or Approval 13.5.4 Certificates of Insurance 9.10.2, 11.1.3 Change Orders 1.1.1, 2A, 3.4.2, 3.7.4, 3.8.2.3, 3.11, 3.12.8, 4.2.8, 5.2.3,7.1.2,7.1.3,7.2,7.3.2,7.3.6,7.3.9,7.3.10, 8.3.1, 9.3.1.1, 9,10.3, 10.3.2, 11.3.1.2, 11.3.4, 11.39, 12.1.2, 15.1.3 Change Orders, Definition of 7.2.1 CHANGES IN THE WORK 2.2.1, 3.11, 4.2.8, 7, 7.2.1, 7.3.1, 7.4, 8.3.1, 9.3.1.1, 11.3.9 Claims, Definition of 15.1.1 CLAIMS AND DISPUTES 3.2.4, 6.1.1, 6.3, 7.3.9, 9.3.3, 9.10.4, 10.3.3,15, 15.4 Claims and Timely Assertion of Claims 15.4.1 Claims for Additional Cost 3.2.4, 3.7.4, 6.1.1, 7.39, 10.3.2, 15.1.4 Claims for Additional Time 3.2.4, 3.7.4, 6.1.1, 8.3.2, 10.3.2, 15.1.5 Concealed or Unknown Conditions, Claims for 3.7.4 Claims for Damages 3.2.4,3.18,6.1.1,8.3.3,9.5.1,9.6.7,10.3.3,11.1.1, 11.3.5, 11.3.7, 14.1.3, 14.2.4, 15.1.6 Claims Subject to Arbitration 15.3.1, 15.4.1 Cleaning Up 3.15, 6.3 Commencement of the Work, Conditions Relating to 2.2.1, 3.2.2, 3.4.1, 3.7.1, 3.10.1, 3.12.6, 5.2.1, 5.2.3, 6.2.2, 8.1.2, 8.2.2, 8.3.1, 11.1, 11.3.1, 11.3.6, 11.4. 1, 15.1.4 Commencement of the Work, Definition of 3.1.2 Communications Facilitating Contract Administration 3.9.1, 4.2.4 Completion, Conditions Relating to 3.4.1, 3.11, 3.15, 4.2.2, 4.2.9, 8.2, 9.4.2, 9.8, 9.9.1, 9.10, 12.2, 13.7, 14.1.2 COMPLETION, PAYMENTS AND Completion, Substantial 4.2.9, 8.1.1, 8.1.3, 8.2.3, 9.4.2, 9.8, 9.9.1, 9.10.3, 12.2, 13.7 Compliance with Laws 1.6, 3.2.3, 3.6, 3.7, 3.12.10, 3.13, 4.1.1, 9.6.4, 10.2.2, 11.1, 11.3,13.1,13.4,13.5.1,13.5.2, 13.6,14.1.1, 14.2.1.3,15.2.8,15.4.2,15.4.3 Concealed or Unknown Conditions 3.7.4, 4.2.8, 8.3.1, 10.3 Conditions of the Contract 1.1.1, 6.1.1, 6.1.4 Consent, Written 3.4.2, 3.7.4, 3.12.8, 3.14.2, 4.1.2, 9.3.2, 9.8.5, 9.9.1, 9.10.2, 9.10.3, 11.3.1, 13.2, 13.4.2, 15.4.4.2 Consolidation or Joinder 15.4.4 CONSTRUCTION BY OWNER OR BY SEPARATE CONTRACTORS 1.1.4, 6 Construction Change Directive, Definition of 7.3.1 Construction Change Directives 1.1.1, 3.4.2, 3.12.8, 4.2.8, 7.1.1, 7.1.2, 7.1.3, 7.3, 9.3.1.1 Construction Schedules, Contractor's 3.10,3.12.1,3.12.2,6.1.3, 15.1.5.2 Contingent Assignment of Subcontracts 5.4, 14.2.2.2 Continuing Contract Performance 15.1.3 Contract, Definition of 1.1.2 CONTRACT, TERMINATION OR SUSPENSION OF THE 5.4.1.1, 11.3.9, 14 Contract Administration 3.1.3, 4, 9.4, 9.5 Contract Award and Execution, Conditions Relating to 3.7.1, 3.10, 5.2, 6.1, 11.1.3, 11.3.6, 11.4.1 Contract Documents, Copies Furnished and Use of 1.5.2, 2.2.5, 5.3 Contract Documents, Definition of 1.1.1 Contract Sum 3.7.4, 3.8, 5.2.3, 7.2, 7.3, 7.4, 9.1, 9.4.2, 9.5.1.4, 9.6.7, 9.7, 10.3.2, 11.3.1, 14.2.4, 14.3.2, 15.1.4, 15.2.5 Contract Sum, Definition of 9.1 Contract Time 3.7.4, 3.7.5, 3.10.2, 5.2.3, 7.2.13, 7.11, 7.3.5, 7.4, 8.1.1,8.2.1,8.3.1,9.5.1,9.7,10.3.2,12.1.1,14.3.2, 15.1.5.1, 15.2.5 Contract Time, Definition of 8.1.1 AIA Document A201' — 2007. Copyright ®1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997 and 2007 by The American Init. Institute of Architects. All rights reserved. WARNING: This Ale Document is protected by U.S. Copyright Law and International Treaties. Unauthorized 3 reproduction or distribution of this Ale Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 08:46:34 on 09128/2015 under Order No.0400198402_1 which expires on 1111812015. and is not for resale. User Notes: (960836436) CONTRACTOR 3 Contractor, Definition of 3.1, 6.1.2 Contractor's Construction Schedules 3.10, 3.12.1, 3,12.2, 6.1.3, 15.1.5.2 Contractor's Employees 3.3.2, 3.4.3, 3.8.1, 3.9, 3.18.2, 4.2.3, 4.2.6, 10.2, 10.3, 11.1.1, 11.3.7, 14.1, 14.2.1.1 Contractor's Liability Insurance 11.1 Contractor's Relationship with Separate Contractors and Owner's Forces 3.12.5, 3.14.2, 4.2.4, 6, 11.3.7, 12.1.2, 12.2.4 Contractor's Relationship with Subcontractors 1.2.2, 3.3.2, 3.18.1, 3.18.2, 5, 9.6.2, 9.6.7, 9.10.2, 11.3.1.2, 11.3.7, 11.3.8 Contractor's Relationship with the Architect 1.1.2, 1.5, 3.1.3, 3.2.2, 3.2.3, 3.2.4, 3.3.1, 3.4.2, 3.5, 3.7.4, 3.10, 3.11, 3.12, 3.16, 3.18, 4.1.3, 4.2, 5.2, 6.2.2, 7, 8.3.1, 9.2, 9.3, 9.4, 9.5, 9.7, 9.8, 9.9, 10.2.6, 10.3, 11.3.7, 12, 13.5, 15.1.2, 15.2. 1 Contractor's Representations 3.2.1,3.2.2,3.5,3.12.6,6.2.2,8.2.1,9.3.3,9.8.2 Contractor's Responsibility for Those Performing the Work 3.3.2, 3.18, 5.3, 6.1.3, 6.2, 9.5.1, 10.2.8 Contractor's Review of Contract Documents 3.2 Contractor's Right to Stop the Work 9.7 Contractor's Right to Terminate the Contract 14.1, 15.1.6 Contractor's Submittals 3.10, 3.11, 3.12.4, 4.2.7, 5.2.1, 5.2.3, 9.2, 9.3, 9.8.2, 9.8.3, 9.9.1, 9.10.2, 9,10.3, 11.1.3, 11.4.2 Contractor's Superintendent 3.9, 10.2.6 Contractor's Supervision and Construction Procedures 1.2.2, 3.3, 3.4, 3.12.10, 4.2.2, 4.2.7, 6.1.3, 6.2.4, 7.1.3, 7.3.5, 7.3.7, 8.2, 10, 12, 14, 15.1.3 Contractual Liability Insurance 11.1.1.8, 11.2 Coordination and Correlation 1.2, 3.2.1, 3.3.1, 3.10, 3.12.6, 6.1.3, 6.2.1 Copies furnished of Drawings and Specifications 1.5, 2.2.5, 3.11 Copyrights 1.5, 3.17 Correction of Work 2.3, 2.4, 3.7.3, 9.4.2, 9.8.2, 9.8.3, 9.9.1, 12.1.2, 12.2 Correlation and Intent of the Contract Documents 1.2 Cost, Definition of 7.3.7 Costs 2.4,3.2.4,3.7.3,3.8.2,3.15.2,5.4.2,6.1.1,6.2.3, 7.3.3.3, 7.3.7, 7.3.8, 7.3.9, 9.102, 10.3.2, 10,16, 11.3, 12.1.2, 12.2.1, 12.2.4, 13.5, 14 Cutting and Patching 3.14, 6.2.5 Damage to Construction of Owner or Separate Contractors 3.14.2, 6.2.4, 10.2.1.2, 10.2.5, 10.4, 11.1.1, 11.3, 12.2.4 Damage to the Work 3.14.2,9.9.1,10.2.1.2,10.2.5,10.4,11.3.1,12.2.4 Damages, Claims for 3.2.4,3.18,6.1.1,8.3.3,9.5.1,9.6.7,10.3.3,11.1.1, 11.3.5, 11.3.7, 14.1.3, 14.2.4, 15.1.6 Damages for Delay 6.1.1,8.3.3,9.5.1.6,9.7, 10.3.2 Date of Commencement of the Work, Definition of 8.1.2 Date of Substantial Completion, Definition of 81.3 Day, Definition of 8.1.4 Decisions of the Architect 3.7.4, 4.2.6, 4.2.7, 4.2.11, 4.2.12, 4.2.13, 15.2, 6.3, 7.3.7, 7.3.9, 8.1.3, 8.3.1, 9.2, 9.4, 9.5.1, 9.8.4, 9.9.1, 13.5.2, 14.2.2, 14.2.4, 15.1, 15.2 Decisions to Withhold Certification 9.4.1, 9.5, 9.7, 14.1.1.3 Defective or Nonconforming Work, Acceptance, Rejection and Correction of 2.3, 2.4, 3.5, 4.2.6, 6.2.5, 9.5.1, 9.5.2, 9.6.6, 9.8.2, 9.9.3, 9.10.4, 12.2.1 Definitions 1.1, 2.1.1, 3.1.1, 3.5, 3.12.1, 3,12.2, 3.12.3, 4.1.1, 15.1.1, 5.1, 6.1.2, 7.2.1, 7.3.1, 8.1, 9.1, 9.8.1 Delays and Extensions of Time 3.2, 3.7.4, 5.2.3, 7.2.1, 7,11, 7A, 8.3, 9.5.1, 9.7, 10.3.2, 10.4, 14.3.2, 15.1.5, 15.2.5 Disputes 6.3, 7.3.9, 15.1, 15.2 Documents and Samples at the Site 3.11 Drawings, Definition of 1.1.5 Drawings and Specifications, Use and Ownership of 3,11 Effective Date of Insurance 8.2.2, 11.1.2 Emergencies 10.4, 14.1.1.2, 15.1.4 Employees, Contractor's 3.3.2, 3.4.3, 3.8.1, 3.9, 3.18.2, 4.2.3, 42.6, 10.2, 10.3.3, 11.1.1, 11.3.7, 14.1, 14.2.1.1 Init. AIA Document A2011— 2007. Copyright 0 1911,1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997 and 2007 by The American Institute of Architects. All rights reserved. WARNING: This AIA° Document is protected by U.S. Copyright Law and International Treaties. Unauthorized 4 reproduction or distribution of this AIA® Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 08:46:34 on 09/2812015 under Order No.04001 W02_1 which expires on 11/18/2015, and is not for resale_ User Notes: (960835436) Equipment, Labor, Materials or 1.1.3, 1.1.6, 3.4, 3.5, 3.8.2, 3.8.3, 3.12, 3.13, 3.15.1, 4.2.6, 4.2.7, 5.2.1, 6.2.1, 7.3.7, 9.3.2, 9.3.3, 9.5.1.3, 9.10.2,10.2.1,10.2.4,14.2.1.1,14.2.1.2 Execution and Progress of the Work 1. 1.3, 1.2.1, 1.2.2, 2.2.3, 2.2.5, 3.1, 3.3.1, 3A.1, 3.5, 3.7.1,3.10.1,3.12,3.14,4.2,6.2.2,7.1.3,7.3.5,8.2, 9.5.1, 9.9.1, 10.2, 10.3, 12.2, 14.2, 14.3.1, 15.1.3 Extensions of Time 3.2.4, 3.7.4, 5.2.3, 7.2.1, 7.3, 7.4, 9.5.1, 9.7, 10.3.2, 10.4, 14.3, 15.1.5, 15.2.5 Failure of Payment 9.5.1.3, 9.7, 9.10.2, 13.6, 14.1.1.3, 14.2.1.2 Faulty Work (See Defective or Nonconforming Work) Final Completion and Final Payment 4.2.1, 4.2.9, 9.8.2, 9.10, 11.1.2, 11.1.3, 11.3.1, 11.3.5, 12.3, 14.2.4, 14.4.3 Financial Arrangements, Owner's 2.2.1, 13.2.2, 14.1.1.4 Fire and Extended Coverage Insurance 11.3.1.1 GENERAL PROVISIONS 1 Governing Law 13.1 Guarantees (See Warranty) Hazardous Materials 10.2.4,10.3 Identification of Subcontractors and Suppliers 5.2.1 Indemnification 3.17, 3.18, 9,10.2, 10.3. 3, 10.3.5, 10.3.6, 11.3.1.2, 11.3.7 Information and Services Required of the Owner 2.1.2, 2.2, 3.2.2, 3.12.4, 3.12.10, 6.1.3, 6.1.4, 6.2.5, 9.6.1, 9.6.4, 9.9.2, 9.10.3, 10.3.3, 11.2, 11.4, 13.5.1, 13.5.2, 14.1.1.4, 14.1.4, 15.1.3 Initial Decision 15.2 Initial Decision Maker, Definition of 1.1.8 Initial Decision Maker, Decisions 14.2.2,14.2.4,15.2.1,15.2.2,15.2.3,15.2.4,15.2.5 Initial Decision Maker, Extent of Authority 14.2.2,14.2.4,15.1.3,15.2.1,15.2.2,15.2.3, 15.2.4, 15.2.5 Injury or Damage to Person or Property 10.2.8, 10.4 Inspections 3.1.3, 3.3.3, 3.7.1, 4.2.2, 4.2.6, 4.2.9, 9.4.2, 9.8.3, 9.9.2, 9.10.1, 12.2.1, 13.5 Instructions to Bidders 1.1.1 Instructions to the Contractor 3.2.4, 3.3.1, 3.8.1, 5.2.1, 7, 8.2.2, 12, 13.5.2 Instruments of Service, Definition of 1.1.7 Insurance 3.18.1,6.1.1,7.3.7,9.3.2,9.8.4,9.9.1,9,10.2,11 Insurance, Boiler and Machinery 11.3.2 Insurance, Contractor's Liability 11.1 Insurance, Effective Date of 8.2.2, 11.1.2 Insurance, Loss of Use 11.3.3 Insurance, Owner's Liability 11.2 Insurance, Property 10.2.5,11.3 Insurance, Stored Materials 9.3.2 INSURANCE AND BONDS 11 Insurance Companies, Consent to Partial Occupancy 9.9.1 Intent of the Contract Documents 1.2.1, 4.2.7, 4.2.12, 4.2.13, 7.4 Interest 13.6 Interpretation 1.2.3, 1.4, 4.1.1, 5.1, 6.1.2, 15. 1.1 Interpretations, Written 4.2.11, 4.2.12, 15.1.4 Judgment on Final Award 15.4.2 Labor and Materials, Equipment 1.1.3, 1.1.6, 3.4, 3.5, 3.8.2, 3.8.3, 3.12, 3.13, 3,15.1, 4.2.6, 4.2.7, 5.2.1, 6.2.1, 7.3.7, 9.3.2, 9.3.3, 9.5.1.3, 9.10.2, 10.2.1, 10.2.4, 14.2.1.1, 14.2.1.2 Labor Disputes 8.3.1 Laws and Regulations 1.5,3.2.3,3.6,3.7,3.12.10,3.13,4.1.1,9.6.4,9.9.1, 10.2.2,11.1.1,11.3,13.1,13.4,13.5.1,13.5.2,13.6, 14, 15.2.8, 15.4 Liens 2.1.2, 9.3.3, 9.10.2, 9.10A, 15.2.8 Limitations, Statutes of 12.2.5, 13.7, 15.4.1.1 Limitations of Liability 2.3, 3.2.2, 3.5, 3.12.10, 3.17, 3.18.1, 4.2.6, 4.2.7, 4.2.12, 6.2.2, 9.4.2, 9.6.4, 9.6.7, 10.2.5, 10.3.3, 11.1.2, 11.2, 11.3.7, 12.2.5, 13.4.2 Limitations of Time 2.1.2, 2.2, 2.4, 3.2.2, 3,10, 3.11, 3.12.5, 3.15.1, 4.2.7, 5.2, 5.3, 5.4.1, 6.2.4, 7.3, 7.4, 8.2, 9.2, 9.3.1, 9.3.3, 9.4.1, 9.5, 9.6, 9.7, 9.8, 9.9, 9.10, 11.1.3, 11.3.1.5, 11. 3.6, 11.3.10, 12.2, 13.5, 13.7, 14, 15 Loss of Use Insurance 11.3.3 Init. AIA Document A201 TM — 2007. Copyright ®1911, 1916. 1918, 1925, 1937, 1951, 1968, 1961, 1963, 1966, 1970, 1976, 1987, 1997 and 2007 by The American Institute of Architects. All rights reserved. WARNING: This Ale Document is protected by U.S. Copyright Law and International Treaties. Unauthorized 5 reproduction or distribution of this Ale Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 08:46:34 on 0912812015 under Order No.0400198402_1 which expires on 1111812015, and is not for resale. User Notes: (960836436) Material Suppliers 1.5,3.12.1,4.2.4,4.2.6,5.2.1,9.3,9.4.2,9.6,9.10.5 Materials, Hazardous 10.2.4,10.3 Materials, Labor, Equipment and 1.1.3, 1.1.6, 1.5.1, 3.4.1, 3.5, 3.8.2, 3.8.3, 3.12, 3.13, 3.15.1, 4.2.6, 4.2.7, 5.2.1, 6.2.1, 7.3.7, 9.3.2, 9.3.3, 9.5.1.3, 9.10.2, 10.2.1.2, 10.2.4, 14.2.1.1, 14.2.1.2 Means, Methods, Techniques, Sequences and Procedures of Construction 3.3.1, 3.12.10, 4.2.2, 4.2.7, 9.4.2 Mechanic's Lien 2.1.2, 15.2.8 Mediation 8.3.1,10.3.5,10.3.6,15.2.1,15.2.5,15.2.6,15.3, 15.4.1 Minor Changes in the Work 1. 1. 1, 3.12.8, 4.2.8, 7.1, 7.4 MISCELLANEOUS PROVISIONS 13 Modifications, Definition. of 1.1.1 Modifications to the Contract 1.1.1, 1.1.2, 3.11, 4.1.2, 4.2.1, 5.2.3, 7, 8.3.1, 9.7, 10.32, 11.3.1 Mutual Responsibility 6.2 Nonconforming Work, Acceptance of 9.6.6, 9.9.3, 12.3 Nonconforming Work, Rejection and Correction of 2.3, 2A, 3.5, 4.2.6, 6.2.4, 9.5.1, 9.8.2, 99.3, 9.10.4, 12.2.1 Notice 2.2.1, 2.3, 2.4, 3.2.4, 3.3.1, 3.7.2, 3.12.9, 5.2.1, 9.7, 9.10, 10.2.2, 11.1.3, 12.2.2.1, 13.3, 13.5.1, 13.5.2, 14.1,14.2,15.2.8,15.4.1 Notice, Written 2.3, 2.4, 3.3.1, 3.9.2, 3.12.9, 3.12.10, 5.2.1, 9.7, 9. 10, 10.2.2, 10.3, 11.1.3, 11.3.6, 12.2.2.1, 13.3, 14, 15.2.8, 15.4.1 Notice of Claims 3.7.4, 102.8, 15.1.2, 15.4 Notice of Testing and Inspections 13.5.1, 13.5.2 Observations, Contractor's 3.2, 3.7.4 Occupancy 2.2.2, 9.6.6, 9.8, 11.3.1.5 Orders, Written 1.1.1, 2.3, 3.9.2, 7, 8.2.2, 11.3.9, 12.1, 12.2.2.1, 13.5.2, 14.3.1 OWNER 2 Owner, Definition of 2.1.1 Owner, Information and Services Required of the 2.1.2, 2.2, 3.2.2, 3.12.10, 6.1.3, 6.1.4, 6.2.5, 9.3.2, 9.6.1, 9.6.4, 9.9.2, 9.10.3, 10.3.3, 11.2, 11.3, 13.5.1, 13.5.2, 14.1.1.4, 14.1.4, 15.1.3 Owner's Authority 1.5,2.1.1,2.3,2.4,3.4.2,3.8.1,3.12.10,3.14.2,4.1.2, 4.1.3, 4.2.4, 4.2.9, 5.2.1, 5.2.4, 5.4.1, 6.1, 6.3, 7.2.1, 7.3.1, 8.2.2, 8.3.1, 9.3.1, 9.3.2, 9.5.1, 9.6.4, 9.9.1, 9.10.2, 10.3.2, 11.1.3, 11.3.3, 11.3,10, 12.2.2, 12.3, 132.2,14.3,14.4,15.2.7 Owner's Financial Capability 2.2.1, 13.2.2, 14.1.1.4 Owner's Liability Insurance 11.2 Owner's Relationship with Subcontractors 1.1.2, 5.2, 5.3, 5.4, 9.6.4, 9.10.2, 14.2.2 Owner's Right to Carry Out the Work 2.4, 14.2.2 Owner's Right to Clean Up 6.3 Owner's Right to Perform Construction and to Award Separate Contracts 6.1 Owner's Right to Stop the Work 2.3 Owner's Right to Suspend the Work 14.3 Owner's Right to Terminate the Contract 14.2 Ownership and Use of Drawings, Specifications and Other Instruments of Service 1.1.1, 1.1.6, 1.1.7, 1.5, 2.2.5, 3.2.2, 3.11, 3.17, 4.2.12, 5.3 Partial Occupancy or Use 9.6.6, 9.9, 11.3.1.5 Patching, Cutting and 3.14, 6.2.5 Patents 3.17 Payment, Applications for 4.2.5, 7.3.9, 9.2, 9.3, 9.4, 9.5, 9.6.3, 9.7, 9.8.5, 9.10.1, 14.2.3, 14.2.4, 14.4.3 Payment, Certificates for 4.2.5, 4.2.9, 9.3.3, 9.4, 9.5, 9.6.1, 9.6.6, 9.7, 9. 10. 1, 9.10.3, 13.7, 14.1.1.3, 14.2.4 Payment, Failure of 9.5.1.3, 9.7, 9.10.2, 13.6, 14.1.1.3, 14.2.1.2 Payment, Final 4.2.1, 4.2.9, 9.8.2, 9.10, 11.1.2, 11.1.3, 11.4.1, 12.3, 13.7, 14.2.4, 14.4.3 Payment Bond, Performance Bond and 7.3.7.4, 9.6.7, 9.10.3, 11 A Payments, Progress 9.3, 9.6, 9.8.5, 9.10.3, 13.6, 14.2.3, 15.1.3 PAYMENTS AND COMPLETION 9 AIA Document A201 TM — 2007. Copyright 0 1911, 1915, 1918, 1925, 1937, 1951,1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997 and 2007 by The American Init. Institute of Architects. All rights reserved. WARNING: This AIA' Document is protected by U.S. Copyright Law and International Treaties. Unauthorized 6 reproduction or distribution of this AIAe Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 08:46:34 on 09/2812015 under Order N0.0400198402-1 which expires on 11118/2015, and is not for resale. User Notes: (960836436) Payments to Subcontractors 5A.2, 9.5.1.3, 9.6.2, 9.6.3, 9.6.4, 9.6.7, 14.2.1.2 PCB 10.3.1 Performance Bond and Payment Bond 7.3.7.4, 9.6.7, 9.10.3, 11 A Permits, Fees, Notices and Compliance with Laws 2.2.2, 3.7, 3.13, 7.3.7.4, 10.2.2 PERSONS AND PROPERTY, PROTECTION OF 10 Polychlorinated Biphenyl 10.3.1 Product Data, Definition of 3.12.2 Product Data and Samples, Shop Drawings 3.11, 3.12, 4.2.7 Progress and Completion 4.2.2, 8.2, 9.8, 9.9.1, 14.1.4, 15.1.3 Progress Payments 9.3, 9.6, 9.8.5, 9.10.3, 13.6, 14.2.3, 15.1.3 Project, Definition of 1.1.4 Project Representatives 4.2.10 Property Insurance 10.2.5, 11.3 PROTECTION OF PERSONS AND PROPERTY 10 Regulations and Laves 1.5,3.2.3,3.6,3.7,3.12.10,3.13,4.1.1,9.6.4,9.9.1, 10.2.2,11.1,11.4,13.1,13.4,13.5.1,13.5.2,13.6,14, 15,18, 15.4 Rejection of Work 3.5, 4.2.6, 12.2.1 Releases and Waivers of Liens 9,10.2 Representations 3.2.1, 3.5, 3.12.6, 6.2.2, 8.2.1, 9.3.3, 9.4.2, 9.5. 1, 9.8.2, 9.10.1 Representatives 2.1.1, 3.1.1, 3.9, 41.1, 4.2.1, 4.2.2, 4,2.10, 5.1.1, 5.1.2, 13.2.1 Responsibility for Those Performing the Work 3.3.2, 3.18, 4.2.3, 5.3, 6.1.3, 6.2, 6.3, 9.5.1, 10 Retainage 9.3.1, 9.6.2, 9.8.5, 9.9.1, 9.10.2, 9.10.3 Review of Contract Documents and Field Conditions by Contractor 3.2,112.7, 6.1.3 Review of Contractor's Submittals by Owner and Architect 3.10.1,3.10.2,3.11,3.12,4.2,5.2,6.1.3,9.2,9.8.2 Review of Shop Drawings, Product Data and Samples by Contractor 3.12 Rights and Remedies 1.1.2, 2.3, 2.4, 3.5, 3.7.4, 3.15.2, 4.2.6, 5.3, 5.4, 61, 6.3, 7.3.1, 8.3, 9.5.1, 9.7, 10.2.5, 10.3, 12.2.2, 112.4, 13.4, 14, 15.4 Royalties, Patents and Copyrights 3.17 Rules and Notices for Arbitration 15.4.1 Safety of Persons and Property 10.2, 10.4 Safety Precautions and Programs 3.3.1, 4.2.2, 4.2.7, 5.3,101, 10.2, 10.4 Samples, Definition of 312.3 Samples, Shop Drawings, Product Data and 3.11, 3.12, 4.2.7 Samples at the Site, Documents and 3.11 Schedule of Values 9.2, 9.3.1 Schedules, Construction 3.10, 3.12.1, 3,12.2, 6.1.3, 15.1.5.2 Separate Contracts and Contractors 1.1.4, 3.12.5, 3.14.2, 4.2.4, 4.2.7, 6, 8.3.1, 12.1.2 Shop Drawings, Definition of 3.12.1 Shop Drawings, Product Data and Samples 3.11, 3.12, 4.2.7 Site, Use of 3.13, 6.1.1, 6.2.1 Site Inspections 3.2.2,3.3.3,3.7.1,3.7.4,4.2,9.4.2,9.10.1, 13.5 Site Visits, Architect's 3.7.4, 4.2.2, 4.2.9, 9.4.2, 9.5.1, 9.9.2, 9.10.1, 13.5 Special Inspections and Testing 4.2.6, 12.2.1, 13.5 Specifications, Definition of 1.1.6 Specifications 1.1.1,11.6, 1.2.2, 1.5, 3.11, 3,12.10, 3.17, 4.2.14 Statute of Limitations 13.7, 15.4.1.1 Stopping the Work 2.3,9.7,10.3,14.1 Stored Materials 6.2.1, 9.3.2, 10.2.1.2, 10.2.4 Subcontractor, Definition of 5.1.1 SUBCONTRACTORS 5 Subcontractors, Work by 1.2.2, 3.3.2, 3.12.1, 4.2.3, 5.2.3, 5.3, 5A, 9.3.1.2, 9.6.7 Subcontractual Relations 5.3, 5.4, 9.3.1.2, 9.6, 9.10, 10.2.1, 14.1, 14.2.1 Init. AIA Document A201 TM — 2007. Copyright ®1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997 and 2007 by The American Institute of Architects. All rights reserved. WARNING: This AIA0 Document is protected by U.S. Copyright Law and International Treaties. Unauthorized 7 reproduction or distribution of this Ale Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 08:46:34 on 0912812015 under Order No,0400198402_1 which expires on 11/1812015, and is not for resale. User Notes: (960836436) Submittals Tests and Inspections 3.10, 3.11, 3.12, 4.2.7, 5.2.1, 5.2.3, 7.3.7, 9.2, 9.3, 3.1.3,3.3.3,4.2.2,4.2.6,4.2.9,9.4.2,9.8.3,9.9.2, 9.8, 9.9.1, 9.10.2, 9.10.3, 11.1.3 9.10.1, 10.3.2, 11.4.1, 12.2.1, 13.5 Submittal Schedule TIME 3.10.2, 3.12.5, 4.2.7 8 Subrogation, Waivers of Time, Delays and Extensions of 6.1.1,11.3.7 3.2.4,3.7.4,5.2.3,7.2.1,7.3.1,7.4,8.3,9.51,9.7, Substantial Completion 10.3.2, 10.4, 14.3.2, 15.1.5, 15.2.5 4.2.9, 8.1.1, 8.1.3, 8.2.3, 9.4.2, 9.8, 9.9.1, 9,10.3, Time Limits 12.2, 13.7 2.1.2, 2.2, 2.4, 3.2.2, 3.10, 3.11, 3.12.5, 3,15.1, 4.2, Substantial Completion, Definition of 5.2, 5.3, 5.4, 6.2.4, 7.3, 7.4, 8.2, 9.2, 9.3.1, 9.3.3, 9.8.1 9.4.1, 9.5, 9.6, 9.7, 9.8, 99, 9.10, 11.1.3, 12.2, 13.5, Substitution of Subcontractors 13.7, 14, 15.1.2, 15.4 5.2.3, 5.2.4 Time Limits on Claims Substitution of Architect 3.7.4, 10.2.8, 13.7, 15.1.2 4.1.3 Title to Work Substitutions of Materials 9.3.2, 9.3.3 3A.2, 3.5, 7.3.8 Transmission of Data in Digital Form Sub -subcontractor, Definition of 1.6 5.1.2 UNCOVERING AND CORRECTION OF Subsurface Conditions WORK 3.7.4 12 Successors and Assigns Uncovering of Work 13.2 12.1 Superintendent Unforeseen Conditions, Concealed or Unknown 3.9, 10.2.6 3.7.4, 8.3.1, 10.3 Supervision and Construction Procedures Unit Prices 1.2.2, 3.3, 3.4, 3.12.10, 4.2.2, 4.2.7, 6.1.3, 6,2.4, 7.3.3.2, 7.3.4 7.1.3, 7.3.7, 8.2, 8.3.1, 9.4.2, 10, 12, 14, 15.1.3 Use of Documents Surety 1.1.1, 1.5, 2.2.5, 3.12.6, 5.3 5.4.1.2, 9.8.5, 9.10.2, 9.10.3, 14.2.2, 15.2.7 Use of Site Surety, Consent of 3.13, 6.1.1, 6.2.1 9.10.2, 9.10.3 Values, Schedule of Surveys 9.2, 9.3.1 2.2.3 Waiver of Claims by the Architect Suspension by the Owner for Convenience 13.4.2 14.3 Waiver of Claims by the Contractor Suspension of the Work 9.10.5, 13.4.2, 15.1.6 5.4.2, 14,3 Waiver of Claims by the Owner Suspension or Termination of the Contract 9.9.3, 9.10.3, 9.10.4, 12.2.2.1, 13.4.2, 14.2.4, 15.1.6 5.4,1.1, 14 Waiver of Consequential Damages Taxes 14,14,15.1.6 3.6, 3.8.2.1, 7.3.7A Waiver of Liens Termination by the Contractor 9.10.2, 9.10.4 14.1, 15.1.6 Waivers of Subrogation Termination by the Owner for Cause 6.1.1, 11.3.7 5.4.1.1, 14.2, 15.1.6 Warranty Termination by the Owner for Convenience 3.5, 4.29, 9.3.3, 9.8.4, 9.9.1, 9.10.4, 12.2.2, 13.7 14.4 Weather Delays Termination of the Architect 15.1.5.2 4.1.3 Work, Definition of Termination of the Contractor 1.1.3 14.2.2 Written Consent TERMINATION OR SUSPENSION OF THE 1.5.2, 3.4.2, 3.7.4, 3.12.8, 3.14.2, 4.1.2, 9.3.2, 9.8.5, CONTRACT 9.9.1, 9.10.2, 9.10.3, 11.4.1, 13.2, 13.4.2, 15.4.4.2 14 Written Interpretations 4.2.11, 4.2.12 AIA Document A201 T — 2007. Copyright @ 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997 and 2007 by The American Init. Institute of Architects. All rights reserved. WARNING: This Ale Document is protected by u.5. Copyright Law and Intemational Treaties. unauthorized S reproduction or distribution of this Ale Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to f the maximum extent possible under the taw. This document was produced by AIA software at 08:46:34 on 09/2812015 under Order No.0400198402 1 which expires on 1111812015, and is not for resale. User Notes: (960836436) Written Notice 2.3,2.4,3.3.1,39,3.12.9,3.12.10,5.2.1,8.2.2,9.7, 9.10, 10.2.2, 10.3, 11.1.3, 12.2.2, 12.2.4, 13.3, 14, 15.4.1 Written Orders 1.1.1, 2.3, 3.9, 7, 8.2.2, 12.1, 12.2, 13.5.2, 14.3.1, 15.1.2 AIA Document A201 T" — 2007. Copyright 01911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997 and 2007 by The American [nit. Institute of Architects. All rights reserved. WARNING: This Ale Document is protected by U.S. Copyright Law and Intemationai Treaties. Unauthorized 9 reproduction or distribution of this Ale Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to 1 the maximum extent possible under the law. This document was produced by AIA software at 08:46:34 on 0912812015 under Order No.0400198402_1 which expires on 11118/2015, and is not for resale. User Notes: (960836436) ARTICLE 1 GENERAL PROVISIONS § 1.1 BASIC DEFINITIONS § 1.1.1 THE CONTRACT DOCUMENTS The Contract Documents are enumerated in the Agreement between the Owner and Contractor (hereinafter the Agreement) and consist of the Agreement, Conditions of the Contract (General, Supplementary and other Conditions), Drawings, Specifications, Addenda issued prior to execution of the Contract, other documents listed in the Agreement and Modifications issued after execution of the Contract. A Modification is (1) a written amendment to the Contract signed by both parties, (2) a Change Order, (3) a Construction Change Directive or (4) a written order for a minor change in the Work issued by the Architect. Unless specifically enumerated in the Agreement, the Contract Documents do not include the advertisement or invitation to bid, Instructions to Bidders, sample forms, other information furnished by the Owner in anticipation of receiving bids or proposals, the Contractor's bid or proposal, or portions of Addenda relating to bidding requirements. § 1.1.2 THE CONTRACT The Contract Documents form the Contract for Construction. The Contract represents the entire and integrated agreement between the parties hereto and supersedes prior negotiations, representations or agreements, either written or oral. The Contract may be amended or modified only by a Modification. The Contract Documents shall not be construed to create a contractual relationship of any kind (1) between the Contractor and the Architect or the Architect's consultants, (2) between the Owner and a Subcontractor or a Sub -subcontractor, (3) between the Owner and the Architect or the Architect's consultants or (4) between any persons or entities other than the Owner and the Contractor. The Architect shall, however, be entitled to performance and enforcement of obligations under the Contract intended to facilitate performance of the Architect's duties. § 1.1.3 THE WORK The term "Work" means the construction and services required by the Contract Documents, whether completed or partially completed, and includes all other labor, materials, equipment and services provided or to be provided by the Contractor to fulfill the Contractor's obligations. The Work may constitute the whole or a part of the Project. § 1.1.4 THE PROJECT The Project is the total construction of which the Work performed under the Contract Documents may be the whole or a part and which may include construction by the Owner and by separate contractors. § 1.1.5 THE DRAWINGS The Drawings are the graphic and pictorial portions of the Contract Documents showing the design, location and dimensions of the Work, generally including plans, elevations, sections, details, schedules and diagrams. § 1.1.6 THE SPECIFICATIONS The Specifications are that portion of the Contract Documents consisting of the written requirements for materials, equipment, systems, standards and workmanship for the Work, and performance of related services. § 1.1.7INSTRUMENTS OF SERVICE Instruments of Service are representations, in any medium of expression now known or later developed, of the tangible and intangible creative work performed by the Architect and the Architect's consultants under their respective professional services agreements. Instruments of Service may include, without limitation, studies, surveys, models, sketches, drawings, specifications, and other similar materials. § 1.1.8INITIAL DECISION MAKER The Initial Decision Maker is the person identified in the Agreement to render initial decisions on Claims in accordance with Section 15.2 and certify termination of the Agreement under Section 14.2.2. § 1.2 CORRELATION AND INTENT OF THE CONTRACT DOCUMENTS § 1.2.1 The intent of the Contract Documents is to include all items necessary for the proper execution and completion of the Work by the Contractor. The Contract Documents are complementary, and what is required by one shall be as binding as if required by all; performance by the Contractor shall be required only to the extent consistent with the Contract Documents and reasonably inferable from them as being necessary to produce the indicated results. AtA Document A201 r'" — 2007. Copyright 0 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997 and 2007 by The American Init. Institute of Architects. All rights reserved. WARNING: This Al e Document is protected by U.S. Copyright Law and International Treaties. Unauthorized 10 reproduction or distribution of this AlA® Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 08:46:34 on 09/28/2015 under Order No.0400198402_1 which expires on 11/1812015, and is not for resale. User Notes: (960836436) § 1.2,2 Organization of the Specifications into divisions, sections and articles, and arrangement of Drawings shall not control the Contractor in dividing the Work among Subcontractors or in establishing the extent of Work to be performed by any trade. § 1.2.3 Unless otherwise stated in the Contract Documents, words that have well-known technical or construction industry meanings are used in the Contract Documents in accordance with such recognized meanings. § 1.3 CAPITALIZATION Terms capitalized in these General Conditions include those that are (1) specifically defined, (2) the titles of numbered articles or (3) the titles of other documents published by the American Institute of Architects. § 1.4INTERPRETATION In the interest of brevity the Contract Documents frequently omit modifying words such as "all" and "any" and articles such as "the" and "an," but the fact that a modifier or an article is absent from one statement and appears in another is not intended to affect the interpretation of either statement. § 1.5 OWNERSHIP AND USE OF DRAWINGS, SPECIFICATIONS AND OTHER INSTRUMENTS OF SERVICE § 1.5.1 The Architect and the Architect's consultants shall be deemed the authors and owners of their respective Instruments of Service, including the Drawings and Specifications, and will retain all common law, statutory and other reserved rights, including copyrights. The Contractor, Subcontractors, Sub -subcontractors, and material or equipment suppliers shall not own or claim a copyright in the Instruments of Service. Submittal or distribution to meet official regulatory requirements or for other purposes in connection with this Project is not to be construed as publication in derogation of the Architect's or Architect's consultants' reserved rights. § 1.5.2 The Contractor, Subcontractors, Sub -subcontractors and material or equipment suppliers are authorized to use and reproduce the Instruments of Service provided to them solely and exclusively for execution of the Work. All copies made under this authorization shall bear the copyright notice, if any, shown on the Instruments of Service. The Contractor, Subcontractors, Sub -subcontractors, and material or equipment suppliers may not use the Instruments of Service on other projects or for additions to this Project outside the scope of the Work without the specific written consent of the Owner, Architect and the Architect's consultants. § 1.6 TRANSMISSION OF DATA IN DIGITAL FORM If the parties intend to transmit Instruments of Service or any other information or documentation in digital form, they shall endeavor to establish necessary protocols governing such transmissions, unless otherwise already provided in the Agreement or the Contract Documents. ARTICLE 2 OWNER § 2.1 GENERAL § 2.1.1 The Owner is the person or entity identified as such in the Agreement and is referred to throughout the Contract Documents as if singular in number. The Owner shall designate in writing a representative who shall have express authority to bind the Owner with respect to all matters requiring the Owner's approval or authorization. Except as otherwise provided in Section 4.2.1, the Architect does not have such authority. The term "Owner" means the Owner or the Owner's authorized representative. § 2.1.2 The Owner shall Punish to the Contractor within fifteen days after receipt of a written request, information necessary and relevant for the Contractor to evaluate, give notice of or enforce mechanic's lien rights. Such information shall include a correct statement of the record legal title to the property on which the Project is located, usually referred to as the site, and the Owner's interest therein. § 2.2INFORMATION AND SERVICES REQUIRED OF THE OWNER § 2.2.1 Prior to commencement of the Work, the Contractor may request in writing that the Owner provide reasonable evidence that the Owner has made financial arrangements to fulfill the Owner's obligations under the Contract. Thereafter, the Contractor may only request such evidence if (1) the Owner fails to make payments to the Contractor as the Contract Documents require; (2) a change in the Work materially changes the Contract Sum; or (3) the Contractor identifies in writing a reasonable concern regarding the Owner's ability to make payment when due. The Owner shall furnish such evidence as a condition precedent to commencement or continuation of the Work or AIA Document A2011 — 2007. Copyright @ 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 19B7, 1997 and 2007 by The American Init. Institute of Architects. All rights reserved. WARNING: This Ale Document is protected by U.S. Copyright Law and International Treaties. Unauthorized 11 reproduction or distribution of this Ale Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 08:46:34 on 0912812015 under Order No.0400198402 1 which expires on 11118/2015, and is not for resale. User Notes: (960836436) the portion of the Work affected by a material change. After the Owner furnishes the evidence, the Owner shall not materially vary such financial arrangements without prior notice to the Contractor. § 2.2,2 Except for permits and fees that are the responsibility of the Contractor under the Contract Documents, including those required under Section 3.7.1, the Owner shall secure and pay for necessary approvals, easements, assessments and charges required for construction, use or occupancy of permanent structures or for permanent changes in existing facilities. § 2.2.3 The Owner shall furnish surveys describing physical characteristics, legal limitations and utility locations for the site of the Project, and a legal description of the site. The Contractor shall be entitled to rely on the accuracy of information furnished by the Owner but shall exercise proper precautions relating to the safe performance of the Work. § 2.2.4 The Owner shall furnish information or services required of the Owner by the Contract Documents with reasonable promptness. The Owner shall also furnish any other information or services under the Owner's control and relevant to the Contractor's performance of the Work with reasonable promptness after receiving the Contractor's written request for such information or services. § 2.2.5 Unless otherwise provided in the Contract Documents, the Owner shall furnish to the Contractor one copy of the Contract Documents for purposes of making reproductions pursuant to Section 1.5.2. § 2.3 OWNER'S RIGHT TO STOP THE WORK If the Contractor fails to correct Work that is not in accordance with the requirements of the Contract Documents as required by Section 12.2 or repeatedly fails to carry out Work in accordance with the Contract Documents, the Owner may issue a written order to the Contractor to stop the Work, or any portion thereof, until the cause for such order has been climinated; however, the right of the Owner to stop the Work shall not give rise to a duty on the part of the Owner to exercise this right for the benefit of the Contractor or any other person or entity, except to the extent required by Section 6.1.3. § 2.4 OWNER'S RIGHT TO CARRY OUT THE WORK If the Contractor defaults or neglects to carry out the Work in accordance with the Contract Documents and fails within a ten-day period after receipt of written notice from the Owner to commence and continue correction of such default or neglect with diligence and promptness, the Owner may, without prejudice to other remedies the Owner may have, correct such deficiencies. In such case an appropriate Change Order shall be issued deducting from payments then or thereafter due the Contractor the reasonable cost of correcting such deficiencies, including Owner's expenses and compensation for the Architect's additional services made necessary by such default, neglect or failure. Such action by the Owner and amounts charged to the Contractor are both subject to prior approval of the Architect. If payments then or thereafter due the Contractor are not sufficient to cover such amounts, the Contractor shall pay the difference to the Owner. ARTICLE 3 CONTRACTOR § 3.1 GENERAL § 3.1.1 The Contractor is the person or entity identified as such in the Agreement and is referred to throughout the Contract Documents as if singular in number. The Contractor shall be lawfully licensed, if required in the jurisdiction where the Project is located. The Contractor shall designate in writing a representative who shall have express authority to bind the Contractor with respect to all matters under this Contract. The term "Contractor" means the Contractor or the Contractor's authorized representative. § 3.1.2 The Contractor shall perform the Work in accordance with the Contract Documents. § 3.1.3 The Contractor shall not be relieved of obligations to perform the Work in accordance with the Contract Documents either by activities or duties of the Architect in the Architect's administration of the Contract, or by tests, inspections or approvals required or performed by persons or entities other than the Contractor. AIA Document A201 "' — 2007. Copyright ®1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997 and 2007 by The American Init. Institute of Architects. All rights reserved. WARNING: This AIAr' Document is protected by U.S. Copyright Law and International Treaties. Unauthorized 12 reproduction or distribution of this AIA Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the taw. This document was produced by AIA software at 08:46:34 on 09/28/2015 under Order No.0400198402_1 which expires on 11/1812015, and is not for resale. User Notes: (960836436) § 3.2 REVIEW OF CONTRACT DOCUMENTS AND FIELD CONDITIONS BY CONTRACTOR § 3.2.1 Execution of the Contract by the Contractor is a representation that the Contractor has visited the site, become generally familiar with local conditions under which the Work is to be performed and correlated personal observations with requirements of the Contract Documents. § 3.2.2 Because the Contract Documents are complementary, the Contractor shall, before starting each portion of the Work, carefully study and compare the various Contract Documents relative to that portion of the Work, as well as the information furnished by the Owner pursuant to Section 2.2.3, shall take field measurements of any existing conditions related to that portion of the Work, and shall observe any conditions at the site affecting it. 'These obligations are for the purpose of facilitating coordination and construction by the Contractor and are not for the purpose of discovering errors, omissions, or inconsistencies in the Contract Documents; however, the Contractor shall promptly report to the Architect any errors, inconsistencies or omissions discovered by or made known to the Contractor as a request for information in such form as the Architect may require. It is recognized that the Contractor's review is made in the Contractor's capacity as a contractor and not as a licensed design professional, unless otherwise specifically provided in the Contract Documents. § 3.2.3 The Contractor is not required to ascertain that the Contract Documents are in accordance with applicable laws, statutes, ordinances, codes, rules and regulations, or lawful orders of public authorities, but the Contractor shall promptly report to the Architect any nonconformity discovered by or made known to the Contractor as a request for information in such form as the Architect may require. § 3.2.4 If the Contractor believes that additional cost or time is involved because of clarifications or instructions the Architect issues in response to the Contractor's notices or requests for information pursuant to Sections 3.2.2 or 3.2.3, the Contractor shall make Claims as provided in Article 15. If the Contractor fails to perform the obligations of Sections 3.2.2 or 3.2.3, the Contractor shall pay such costs and damages to the Owner as would have been avoided if the Contractor had performed such obligations. If the Contractor performs those obligations, the Contractor shall not be liable to the Owner or Architect for damages resulting from errors, inconsistencies or omissions in the Contract Documents, for differences between field measurements or conditions and the Contract Documents, or for nonconformities of the Contract Documents to applicable laws, statutes, ordinances, codes, rules and regulations, and lawful orders of public authorities. § 3.3 SUPERVISION AND CONSTRUCTION PROCEDURES § 3.3.1 The Contractor shall supervise and direct the Work, using the Contractor's best skill and attention. The Contractor shall be solely responsible for, and have control over, construction means, methods, techniques, sequences and procedures and for coordinating all portions of the Work under the Contract, unless the Contract Documents give other specific instructions concerning these matters. If the Contract Documents give specific instructions concerning construction means, methods, techniques, sequences or procedures, the Contractor shall evaluate the jobsite safety thereof and, except as stated below, shall be fully and solely responsible for the jobsite safety of such means, methods, techniques, sequences or procedures. If the Contractor determines that such means, methods, techniques, sequences or procedures may not be safe, the Contractor shall give timely written notice to the Owner and Architect and shall not proceed with that portion of the Work without further written instructions from the Architect. If the Contractor is then instructed to proceed with the required means, methods, techniques, sequences or procedures without acceptance of changes proposed by the Contractor, the Owner shall be solely responsible for any loss or damage arising solely from those Owner -required means, methods, techniques, sequences or procedures. § 3.3.2 The Contractor shall be responsible to the Owner for acts and omissions of the Contractor's employees, Subcontractors and their agents and employees, and other persons or entities performing portions of the Work for, or on behalf of, the Contractor or any of its Subcontractors. § 3.3.3 The Contractor shall be responsible for inspection of portions of Work already performed to determine that such portions are in proper condition to receive subsequent Work. § 3.4 LABOR AND MATERIALS § 3.4.1 Unless otherwise provided in the Contract Documents, the Contractor shall provide and pay for labor, materials, equipment, tools, construction equipment and machinery, water, heat, utilities, transportation, and other AIA Document A2011 — 2007. Copyright @ 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997 and 2007 by The American Init. Institute of Architects. All rights reserved. WARNING: This Al a Document is protected by U.S. Copyright Law and International Treaties. Unauthorized 13 reproduction or distribution of this AtA® Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 00:46:34 on 09/2812015 under Order No.0400198402�1 which expires on 11/18/2015, and is not for resale. User Notes: (960836436) facilities and services necessary for proper execution and completion of the Work, whether temporary or permanent and whether or not incorporated or to be incorporated in the Work. § 3.4.2 Except in the case of minor changes in the Work authorized by the Architect in accordance with Sections 3.12.8 or 7.4, the Contractor may make substitutions only with the consent of the Owner, after evaluation by the Architect and in accordance with a Change Order or Construction Change Directive. § 3.4.3 The Contractor shall enforce strict discipline and good order among the Contractor's employees and other persons carrying out the Work. The Contractor shall not permit employment of unfit persons or persons not properly skilled in tasks assigned to them. § 3.5 WARRANTY The Contractor warrants to the Owner and Architect that materials and equipment furnished under the Contract will be of good quality and new unless the Contract Documents require or permit otherwise. The Contractor further warrants that the Work will conform to the requirements of the Contract Documents and will be free from defects, except for those inherent in the quality of the Work the Contract Documents require or permit. Work, materials, or equipment not conforming to these requirements may be considered defective. The Contractor's warranty excludes remedy for damage or defect caused by abuse, alterations to the Work not executed by the Contractor, improper or insufficient maintenance, improper operation, or normal wear and tear and normal usage. If required by the Architect, the Contractor shall furnish satisfactory evidence as to the kind and quality of materials and equipment. § 3.6 TAXES The Contractor shall pay sales, consumer, use and similar taxes for the Work provided by the Contractor that are legally enacted when bids are received or negotiations concluded, whether or not yet effective or merely scheduled to go into effect. § 3.7 PERMITS, FEES, NOTICES AND COMPLIANCE WITH LAWS § 3.7,1 Unless otherwise provided in the Contract Documents, the Contractor shall secure and pay for the building permit as well as for other permits, fees, licenses, and inspections by government agencies necessary for proper execution and completion of the Work that are customarily secured after execution of the Contract and legally required at the time bids are received or negotiations concluded. § 3.7.2 The Contractor shall comply with and give notices required by applicable laws, statutes, ordinances, codes, rules and regulations, and lawful orders of public authorities applicable to performance of the Work. § 3.7.3 If the Contractor performs Work knowing it to be contrary to applicable laws, statutes, ordinances, codes, rules and regulations, or lawful orders of public authorities, the Contractor shall assume appropriate responsibility for such Work and shall bear the costs attributable to correction. § 3.7.4 Concealed or Unknown Conditions. If the Contractor encounters conditions at the site that are (1) subsurface or otherwise concealed physical conditions that differ materially from those indicated in the Contract Documents or (2) unknown physical conditions of an unusual nature, that differ materially from those ordinarily found to exist and generally recognized as inherent in construction activities of the character provided for in the Contract Documents, the Contractor shall promptly provide notice to the Owner and the Architect before conditions are disturbed and in no event later than 21 days after first observance of the conditions. The Architect will promptly investigate such conditions and, if the Architect determines that they differ materially and cause an increase or decrease in the Contractor's cost of, or time required for, performance of any part of the Work, will recommend an equitable adjustment in the Contract Sum or Contract Time, or both. If the Architect determines that the conditions at the site are not materially different from those indicated in the Contract Documents and that no change in the terms of the Contract is justified, the Architect shall promptly notify the Owner and Contractor in writing, stating the reasons. If either party disputes the Architect's determination or recommendation, that party may proceed as provided in Article 15. § 3.7.5 If, in the course of the Work, the Contractor encounters human remains or recognizes the existence of burial markers, archaeological sites or wetlands not indicated in the Contract Documents, the Contractor shall immediately suspend any operations that would affect them and shall notify the Owner and Architect. Upon receipt of such notice, the Owner shall promptly take any action necessary to obtain governmental authorization required to resume AIA Document A201'--2007. Copyright®1911, t9t5, 1918, 1925, 1937, 1951, 1958, 1961, 1963. t966, 1970, 1976, 1987, 1997 and 2007 by The American Institute of Architects. All rights reserved. WARNING: This Ale Document is protected by U.S. Copyright Law and International Treaties. Unauthorized 14 reproduction or distribution of this Ale Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 08:46:34 on 0912812015 under Order No.0400196402_1 which expires on 11118/2015, and is not for resale. User Notes: (960836436) the operations. The Contractor shall continue to suspend such operations until otherwise instructed by the Owner but shall continue with all other operations that do not affect those remains or features. Requests for adjustments in the Contract Sum and Contract Time arising from the existence of such remains or features may be made as provided in Article 15. § 3.8 ALLOWANCES § 3.8.1 The Contractor shall include in the Contract Sum all allowances stated in the Contract Documents. Items covered by allowances shall be supplied for such amounts and by such persons or entities as the Owner may direct, but the Contractor shall not be required to employ persons or entities to whom the Contractor has reasonable objection. § 3.8.2 Unless otherwise provided in the Contract Documents, .1 Allowances shall cover the cost to the Contractor of materials and equipment delivered at the site and all required taxes, less applicable trade discounts; .2 Contractor's costs for unloading and handling at the site, labor, installation costs, overhead, profit and other expenses contemplated for stated allowance amounts shall be included in the Contract Sum but not in the allowances; and .3 Whenever costs are more than or less than allowances, the Contract Sum shall be adjusted accordingly by Change Order. The amount of the Change Order shall reflect (1) the difference between actual costs and the allowances under Section 3.8.2.1 and (2) changes in Contractor's costs under Section 3.8.2.2. § 3.8.3 Materials and equipment under an allowance shall be selected by the Owner with reasonable promptness. § 3.9 SUPERINTENDENT § 3.9.1 The Contractor shall employ a competent superintendent and necessary assistants who shall be in attendance at the Project site during performance of the Work. The superintendent shall represent the Contractor, and communications given to the superintendent shall be as binding as if given to the Contractor. § 3.9.2 The Contractor, as soon as practicable after award of the Contract, shall furnish in writing to the Owner through the Architect the name and qualifications of a proposed superintendent. The Architect may reply within 14 days to the Contractor in writing stating (1) whether the Owner or the Architect has reasonable objection to the proposed superintendent or (2) that the Architect requires additional time to review. Failure of the Architect to reply within the 14 day period shall constitute notice of no reasonable objection. § 3.9.3 The Contractor shall not employ a proposed superintendent to whom the Owner or Architect has made reasonable and timely objection. The Contractor shall not change the superintendent without the Owner's consent, which shall not unreasonably be withheld or delayed. § 3.10 CONTRACTOR'S CONSTRUCTION SCHEDULES § 3.10.1 The Contractor, promptly after being awarded the Contract, shall prepare and submit for the Owner's and Architect's information a Contractor's construction schedule for the Work. The schedule shall not exceed time limits current under the Contract Documents, shall be revised at appropriate intervals as required by the conditions of the Work and Project, shall be related to the entire Project to the extent required by the Contract Documents, and shall provide for expeditious and practicable execution of the Work. § 3.10.2 The Contractor shall prepare a submittal schedule, promptly after being awarded the Contract and thereafter as necessary to maintain a current submittal schedule, and shall submit the schedule(s) for the Architect's approval. The Architect's approval shall not unreasonably be delayed or withheld. The submittal schedule shall (1) be coordinated with the Contractor's construction schedule, and (2) allow the Architect reasonable time to review submittals. If the Contractor fails to submit a submittal schedule, the Contractor shall not be entitled to any increase in Contract Sum or extension of Contract Time based on the time required for review of submittals. § 3.10.3 The Contractor shall perform the Work in general accordance with the most recent schedules submitted to the Owner and Architect. AIA Document A201 Tx — 2007. Copyright @ 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997 and 2007 by The American Init. institute of Architects. All rights reserved. WARNING: This Ale Document is protected by U.S. Copyright Law and International Treaties, Unauthorized 15 reproduction or distribution of this Ale Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 08:46:34 on 09/2812015 under Order No.0900198402_1 which expires on 11118/2015, and is not for resale. User Notes: (960836436) § 3.11 DOCUMENTS AND SAMPLES AT THE SITE The Contractor shall maintain at the site for the Owner one copy of the Drawings, Specifications, Addenda, Change Orders and other Modifications, in good order and marked currently to indicate field changes and selections made during construction, and one copy of approved Shop Drawings, Product Data, Samples and similar required submittals. 'These shall be available to the Architect and shall be delivered to the Architect for submittal to the Owner upon completion of the Work as a record of the Work as constructed. § 3.12 SHOP DRAWINGS, PRODUCT DATA AND SAMPLES § 3.12.1 Shop Drawings are drawings, diagrams, schedules and other data specially prepared for the Work by the Contractor or a Subcontractor, Sub -subcontractor, manufacturer, supplier or distributor to illustrate some portion of the Work. § 3.12.2 Product Data are illustrations, standard schedules, performance charts, instructions, brochures, diagrams and other information famished by the Contractor to illustrate materials or equipment for some portion of the Work. § 3.12.3 Samples are physical examples that illustrate materials, equipment or workmanship and establish standards by which the Work will be judged. § 3.12.4 Shop Drawings, Product Data, Samples and similar submittals are not Contract Documents. Their purpose is to demonstrate the way by which the Contractor proposes to conform to the information given and the design concept expressed in the Contract Documents for those portions of the Work for which the Contract Documents require submittals. Review by the Architect is subject to the limitations of Section 4.2.7. Informational submittals upon which the Architect is not expected to take responsive action may be so identified in the Contract Documents. Submittals that are not required by the Contract Documents may be returned by the Architect without action. § 3.12.5 The Contractor shall review for compliance with the Contract Documents, approve and submit to the Architect Shop Drawings, Product Data, Samples and similar submittals required by the Contract Documents in accordance with the submittal schedule approved by the Architect or, in the absence of an approved submittal schedule, with reasonable promptness and in such sequence as to cause no delay in the Work or in the activities of the Owner or of separate contractors. § 3.12.6 By submitting Shop Drawings, Product Data, Samples and similar submittals, the Contractor represents to the Owner and Architect that the Contractor has (1) reviewed and approved them, (2) determined and verified materials, field measurements and field construction criteria related thereto, or will do so and (3) checked and coordinated the information contained within such submittals with the requirements of the Work and of the Contract Documents. § 3.12.7 The Contractor shall perform no portion of the Work for which the Contract Documents require submittal and review of Shop Drawings, Product Data, Samples or similar submittals until the respective submittal has been approved by the Architect. § 3.12.8 The Work shall be in accordance with approved submittals except that the Contractor shall not be relieved of responsibility for deviations from requirements of the Contract Documents by the Architect's approval of Shop Drawings, Product Data, Samples or similar submittals unless the Contractor has specifically informed the Architect in writing of such deviation at the time of submittal and (1) the Architect has given written approval to the specific deviation as a minor change in the Work, or (2) a Change Order or Construction Change Directive has been issued authorizing the deviation. The Contractor shall not be relieved of responsibility for errors or omissions in Shop Drawings, Product Data, Samples or similar submittals by the Architect's approval thereof. § 3.12.9 The Contractor shall direct specific attention, in writing or on resubmitted Shop Drawings, Product Data, Samples or similar submittals, to revisions other than those requested by the Architect on previous submittals. In the absence of such written notice, the Architect's approval of a resubmission shall not apply to such revisions. § 3.12.10 The Contractor shall not be required to provide professional services that constitute the practice of architecture or engineering unless such services are specifically required by the Contract Documents for a portion of the Work or unless the Contractor needs to provide such services in order to carry out the Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. The Contractor shall not be AIA Document A201 T"' — 2007. Copyright 01911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997 and 2007 by The American Init. Institute of Architects. All rights reserved. WARNING: This AIA° Document is protected by U.S. Copyright Law and International Treaties. Unauthorized 16 reproduction or distribution of this AIA' Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to 1 the maximum extent possible under the law. This document was produced by AIA software at 08:46:34 an 09/2812015 under Order No.0400198402_1 which expires on 11118/2015, and is not for resale. User Notes: (960836436) required to provide professional services in violation of applicable law. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of the Contractor by the Contract Documents, the Owner and the Architect will specify all performance and design criteria that such services must satisfy. The Contractor shall cause such services or certifications to be provided by a properly licensed design professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, Shop Drawings and other submittals prepared by such professional. Shop Drawings and other submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to the Architect. The Owner and the Architect shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications and approvals performed or provided by such design professionals, provided the Owner and Architect have specified to the Contractor all performance and design criteria that such services must satisfy. Pursuant to this Section 3.12.10, the Architect will review, approve or take other appropriate action on submittals only for the limited purpose of checking for conformance with information given and the design concept expressed in the Contract Documents. The Contractor shall not be responsible for the adequacy of the performance and design criteria specified in the Contract Documents. § 3.13 USE OF SITE The Contractor shall confine operations at the site to areas permitted by applicable laws, statutes, ordinances, codes, rules and regulations, and lawful orders of public authorities and the Contract Documents and shall not unreasonably encumber the site with materials or equipment. § 3.14 CUTTING AND PATCHING § 3.14.1 The Contractor shall be responsible for cutting, fitting or patching required to complete the Work or to make its parts fit together properly. All areas requiring cutting, fitting and patching shall be restored to the condition existing prior to the cutting, fitting and patching, unless otherwise required by the Contract Documents. § 3.14.2 The Contractor shall not damage or endanger a portion of the Work or fully or partially completed construction of the Owner or separate contractors by cutting, patching or otherwise altering such construction, or by excavation. The Contractor shall not cut or otherwise alter such construction by the Owner or a separate contractor except with written consent of the Owner and of such separate contractor; such consent shall not be unreasonably withheld. The Contractor shall not unreasonably withhold from the Owner or a separate contractor the Contractor's consent to cutting or otherwise altering the Work. § 3.15 CLEANING UP § 3.15.1 The Contractor shall keep the premises and surrounding area free from accumulation of waste materials or rubbish caused by operations under the Contract. At completion of the Work, the Contractor shall remove waste materials, rubbish, the Contractor's tools, construction equipment, machinery and surplus materials from and about the Project. § 3.15.2 If the Contractor fails to clean up as provided in the Contract Documents, the Owner may do so and Owner shall be entitled to reimbursement from the Contractor. § 3.16 ACCESS TO WORK The Contractor shall provide the Owner and Architect access to the Work in preparation and progress wherever located. § 3.17 ROYALTIES, PATENTS AND COPYRIGHTS The Contractor shall pay all royalties and license fees. The Contractor shall defend suits or claims for infringement of copyrights and patent rights and shall hold the Owner and Architect harmless from loss on account thereof, but shall not be responsible for such defense or loss when a particular design, process or product of a particular manufacturer or manufacturers is required by the Contract Documents, or where the copyright violations are contained in Drawings, Specifications or other documents prepared by the Owner or Architect. However, if the Contractor has reason to believe that the required design, process or product is an infringement of a copyright or a patent, the Contractor shall be responsible for such loss unless such information is promptly furnished to the Architect. AIA Document A2011 — 2007. Copyright 01911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997 and 2007 by The American Init. Institute of Architects. All rights reserved. WARNING: This AIAr Document is protected by U.S. Copyright Law and International Treaties, Unauthorized 17 reproduction or distribution of this A!A® Document, or any portion of it, may result in severe civil and criminal penalties, and wilt be prosecuted to the maximum extent possible under the law_ This document was produced by AEA software at 08:4624 on 09/2812015 under Order No.0400198402_1 which expires on 11118/2015, and is not for resale. User Notes: (960836436) § 3.18 INDEMNIFICATION § 3.18.1 To the fullest extent permitted by law the Contractor shall indemnify and hold harmless the Owner, Architect, Architect's consultants, and agents and employees of any of them from and against claims, damages, losses and expenses, including but not limited to attorneys' fees, arising out of or resulting from performance of the Work, provided that such claim, damage, loss or expense is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself), but only to the extent caused by the negligent acts or omissions of the Contractor, a Subcontractor, anyone directly or indirectly employed by them or anyone for whose acts they may be liable, regardless of whether or not such claim, damage, loss or expense is caused in part by a party indemnified hereunder. Such obligation shall not be construed to negate, abridge, or reduce other rights or obligations of indemnity that would otherwise exist as to a party or person described in this Section 3.18. § 3.18.2 In claims against any person or entity indemnified under this Section 3.18 by an employee of the Contractor, a Subcontractor, anyone directly or indirectly employed by them or anyone for whose acts they may be liable, the indemnification obligation under Section 3.18.1 shall not be limited by a limitation on amount or type of damages, compensation or benefits payable by or for the Contractor or a Subcontractor under workers' compensation acts, disability benefit acts or other employee benefit acts. ARTICLE 4 ARCHITECT § 4.1 GENERAL § 4.1.1 The Owner shall retain an architect lawfully licensed to practice architecture or an entity lawfully practicing architecture in the jurisdiction where the Project is located. That person or entity is identified as the Architect in the Agreement and is referred to throughout the Contract Documents as if singular in number. § 4.1.2 Duties, responsibilities and limitations of authority of the Architect as set forth in the Contract Documents shall not be restricted, modified or extended without written consent of the Owner, Contractor and Architect. Consent shall not be unreasonably withheld. § 4.1.3 If the employment of the Architect is terminated, the Owner shall employ a successor architect as to whom the Contractor has no reasonable objection and whose status under the Contract Documents shall be that of the Architect. § 4.2 ADMINISTRATION OF THE CONTRACT § 4.2.1 The Architect will provide administration of the Contract as described in the Contract Documents and will be an Owner's representative during construction until the date the Architect issues the final Certificate for Payment. The Architect will have authority to act on behalf of the Owner only to the extent provided in the Contract Documents. § 4.2.2 The Architect will visit the site at intervals appropriate to the stage of construction, or as otherwise agreed with the Owner, to become generally familiar with the progress and quality of the portion of the Work completed, and to determine in general if the Work observed is being performed in a manner indicating that the Work, when fully completed, will be in accordance with the Contract Documents. However, the Architect will not be required to make exhaustive or continuous on -site inspections to check the quality or quantity of the Work. The Architect will not have control over, charge of, or responsibility for, the construction means, methods, techniques, sequences or procedures, or for the safety precautions and programs in connection with the Work, since these are solely the Contractor's rights and responsibilities under the Contract Documents, except as provided in Section 3.3.1. § 4.2.3 On the basis of the site visits, the Architect will keep the Owner reasonably informed about the progress and quality of the portion of the Work completed, and report to the Owner (1) known deviations from the Contract Documents and from the most recent construction schedule submitted by the Contractor, and (2) defects and deficiencies observed in the Work. The Architect will not be responsible for the Contractor's failure to perform the Work in accordance with the requirements of the Contract Documents. The Architect will not have control over or charge of and will not be responsible for acts or omissions of the Contractor, Subcontractors, or their agents or employees, or any other persons or entities performing portions of the Work. AIA Document A201 TM -- 2007. Copyright 8 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997 and 2007 by The American Init. Institute of Architects. All rights reserved. WARNING: This Ale Document is protected by U.S. Copyright Law and International Treaties. Unauthorized 18 reproduction or distribution of this AJe Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 08:46:34 on 0912812015 under Order No.0400198402_1 which expires on 11118/2015, and is not for resale_ User Notes: (960836436) § 4.2.4 COMMUNICATIONS FACILITATING CONTRACT ADMINISTRATION Except as otherwise provided in the Contract Documents or when direct communications have been specially authorized, the Owner and Contractor shall endeavor to communicate with each other through the Architect about matters arising out of or relating to the Contract. Communications by and with the Architect's consultants shall be through the Architect. Communications by and with Subcontractors and material suppliers shall be through the Contractor. Communications by and with separate contractors shall be through the Owner. § 4.2.5 Based on the Architect's evaluations of the Contractor's Applications for Payment, the Architect will review and certify the amounts due the Contractor and will issue Certificates for Payment in such amounts. § 4.2.6 The Architect has authority to reject Work that does not conform to the Contract Documents. Whenever the Architect considers it necessary or advisable, the Architect will have authority to require inspection or testing of the Work in accordance with Sections 13.5.2 and 13.5.3, whether or not such Work is fabricated, installed or completed. However, neither this authority of the Architect nor a decision made in good faith either to exercise or not to exercise such authority shall give rise to a duty or responsibility of the Architect to the Contractor, Subcontractors, material and equipment suppliers, their agents or employees, or other persons or entities performing portions of the Work. § 4.2.7 The Architect will review and approve, or take other appropriate action upon, the Contractor's submittals such as Shop Drawings, Product Data and Samples, but only for the limited purpose of checking for conformance with information given and the design concept expressed in the Contract Documents. The Architect's action will be taken in accordance with the submittal schedule approved by the Architect or, in the absence of an approved submittal schedule, with reasonable promptness while allowing sufficient time in the Architect's professional judgment to permit adequate review. Review of such submittals is not conducted for the purpose of determining the accuracy and completeness of other details such as dimensions and quantities, or for substantiating instructions for installation or performance of equipment or systems, all of which remain the responsibility of the Contractor as required by the Contract Documents. The Architect's review of the Contractor's submittals shall not relieve the Contractor of the obligations under Sections 3.3, 3.5 and 3.12. The Architect's review shall not constitute approval of safety precautions or, unless otherwise specifically stated by the Architect, of any construction means, methods, techniques, sequences or procedures. The Architect's approval of a specific item shall not indicate approval of an assembly of which the item is a component. § 4.2.8 The Architect will prepare Change Orders and Construction Change Directives, and may authorize minor changes in the Work as provided in Section 7.4. The Architect will investigate and make determinations and recommendations regarding concealed and unknown conditions as provided in Section 3.7.4. § 4.2.9 The Architect will conduct inspections to determine the date or dates of Substantial Completion and the date of final completion; issue Certificates of Substantial Completion pursuant to Section 9.8; receive and forward to the Owner, for the Owner's review and records, written warranties and related documents required by the Contract and assembled by the Contractor pursuant to Section 9.10; and issue a finial Certificate for Payment pursuant to Section 9.10. § 4.2.10 If the Owner and Architect agree, the Architect will provide one or more project representatives to assist in carrying out the Architect's responsibilities at the site. The duties, responsibilities and limitations of authority of such project representatives shall be as set forth in an exhibit to be incorporated in the Contract Documents. § 4.2.11 The Architect will interpret and decide matters concerning performance under, and requirements of, the Contract Documents on written request of either the Owner or Contractor. The Architect's response to such requests will be made in writing within any time limits agreed upon or otherwise with reasonable promptness. § 4.2.12 Interpretations and decisions of the Architect will be consistent with the intent of, and reasonably inferable from, the Contract Documents and will be in writing or in the form of drawings. When making such interpretations and decisions, the Architect will endeavor to secure faithful performance by both Owner and Contractor, will not show partiality to either and will not be liable for results of interpretations or decisions rendered in good faith. § 4.2.13 The Architect's decisions on matters relating to aesthetic effect will be final if consistent with the intent expressed in the Contract Documents. AIA Document A201 TM — 2007. Copyright 01911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997 and 2007 by The American Init. Institute of Architects. All rights reserved. WARNING: This AWA Document is protected by U.S. copyright Law and Intemational Treaties. Unauthorized 19 reproduction or distribution of this Ale Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 08:46:34 on 0912812015 under Order No.0400198402_1 which expires on 11118/2015, and is not for resale. User Notes: (960836436) § 4.2.14 The Architect will review and respond to requests for information about the Contract Documents. The Architect's response to such requests will be made in writing within any time limits agreed upon or otherwise with reasonable promptness. If appropriate, the Architect will prepare and issue supplemental Drawings and Specifications in response to the requests for information. ARTICLE 5 SUBCONTRACTORS § 5.1 DEFINITIONS § 5.1.1 A Subcontractor is a person or entity who has a direct contract with the Contractor to perform a portion of the Work at the site. The term "Subcontractor" is referred to throughout the Contract Documents as if singular in number and means a Subcontractor or an authorized representative of the Subcontractor. The term "Subcontractor" does not include a separate contractor or subcontractors of a separate contractor. § 5.1.2 A Sub -subcontractor is a person or entity who has a direct or indirect contract with a Subcontractor to perform a portion of the Work at the site. The term "Sub -subcontractor" is referred to throughout the Contract Documents as if singular in number and means a Sub -subcontractor or an authorized representative of the Sub -subcontractor. § 5.2 AWARD OF SUBCONTRACTS AND OTHER CONTRACTS FOR PORTIONS OF THE WORK § 5.2.1 Unless otherwise stated in the Contract Documents or the bidding requirements, the Contractor, as soon as practicable after award of the Contract, shall furnish in writing to the Owner through the Architect the names of persons or entities (including those who are to furnish materials or equipment fabricated to a special design) proposed for each principal portion of the Work. The Architect may reply within 14 days to the Contractor in writing stating (1) whether the Owner or the Architect has reasonable objection to any such proposed person or entity or (2) that the Architect requires additional time for review. Failure of the Owner or Architect to reply within the 14-day period shall constitute notice of no reasonable objection. § 5.2.2 The Contractor shall not contract with a proposed person or entity to whom the Owner or Architect has made reasonable and timely objection. The Contractor shall not be required to contract with anyone to whom the Contractor has made reasonable objection. § 5.2.3 If the Owner or Architect has reasonable objection to a person or entity proposed by the Contractor, the Contractor shall propose another to whom the Owner or Architect has no reasonable objection. If the proposed but rejected Subcontractor was reasonably capable of performing the Work, the Contract Sum and Contract Time shall be increased or decreased by the difference, if any, occasioned by such change, and an appropriate Change Order shall be issued before commencement of the substitute Subcontractor's Work. However, no increase in the Contract Sum or Contract Time shall be allowed for such change unless the Contractor has acted promptly and responsively in submitting names as required. § 5.2.4 The Contractor shall not substitute a Subcontractor, person or entity previously selected if the Owner or Architect makes reasonable objection to such substitution. § 5.3 SUBCONTRACTUAL RELATIONS By appropriate agreement, written where legally required for validity, the Contractor shall require each Subcontractor, to the extent of the Work to be performed by the Subcontractor, to be bound to the Contractor by terms of the Contract Documents, and to assume toward the Contractor all the obligations and responsibilities, including the responsibility for safety of the Subcontractor's Work, which the Contractor, by these Documents, assumes toward the Owner and Architect. Each subcontract agreement shall preserve and protect the rights of the Owner and Architect under the Contract Documents with respect to the Work to be performed by the Subcontractor so that subcontracting thereof will not prejudice such rights, and shall allow to the Subcontractor, unless specifically provided otherwise in the subcontract agreement, the benefit of all rights, remedies and redress against the Contractor that the Contractor, by the Contract Documents, has against the Owner. Where appropriate, the Contractor shall require each Subcontractor to enter into similar agreements with Sub -subcontractors. The Contractor shall make available to each proposed Subcontractor, prior to the execution of the subcontract agreement, copies of the Contract Documents to which the Subcontractor will be bound, and, upon written request of the Subcontractor, identify to the Subcontractor terms and conditions of the proposed subcontract agreement that may AIA Document A201 TM — 2007. Copyright @ 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997 and 2007 by The American Init. Institute of Architects. All rights reserved. WARNING_ This Ale Document is protected by U.S. Copyright Law and International Treaties. Unauthorized 20 reproduction or distribution of this Ale Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced byAlA software at 08:46:34 on 0912812016 under Order No.0400198402_1 which expires on 11118/2015, and is not for resale. User Notes: (960836436) be at variance with the Contract Documents. Subcontractors will similarly make copies of applicable portions of such documents available to their respective proposed Sub -subcontractors. § 5.4 CONTINGENT ASSIGNMENT OF SUBCONTRACTS § 5.4.1 Each subcontract agreement for a portion of the Work is assigned by the Contractor to the Owner, provided that .1 assignment is effective only after termination of the Contract by the Owner for cause pursuant to Section 14.2 and only for those subcontract agreements that the Owner accepts by notifying the Subcontractor and Contractor in writing; and .2 assignment is subject to the prior rights of the surety, if any, obligated under bond relating to the Contract. When the Owner accepts the assignment of a subcontract agreement, the Owner assumes the Contractor's rights and obligations under the subcontract. § 5.4.2 Upon such assignment, if the Work has been suspended for more than 30 days, the Subcontractor's compensation shall be equitably adjusted for increases in cost resulting from the suspension. § 5.4.3 Upon such assignment to the Owner under this Section 5.4, the Owner may fimher assign the subcontract to a successor contractor or other entity. If the Owner assigns the subcontract to a successor contractor or other entity, the Owner shall nevertheless remain legally responsible for all of the successor contractor's obligations under the subcontract. ARTICLE 6 CONSTRUCTION BY OWNER OR BY SEPARATE CONTRACTORS § 6.1 OWNER'S RIGHT TO PERFORM CONSTRUCTION AND TO AWARD SEPARATE CONTRACTS § 6.1.1 The Owner reserves the right to perform construction or operations related to the Project with the Owner's own forces, and to award separate contracts in connection with other portions of the Project or other construction or operations on the site under Conditions of the Contract identical or substantially similar to these including those portions related to insurance and waiver of subrogation. If the Contractor claims that delay or additional cost is involved because of such action by the Owner, the Contractor shall make such CIaim as provided in Article 15. § 6.1.2 When separate contracts are awarded for different portions of the Project or other construction or operations on the site, the term "Contractor" in the Contract Documents in each case shall mean the Contractor who executes each separate Owner -Contractor Agreement. § 6.1.3 The Owner shall provide for coordination of the activities of the Owner's own forces and of each separate contractor with the Work of the Contractor, who shall cooperate with them. The Contractor shall participate with other separate contractors and the Owner in reviewing their construction schedules. The Contractor shall make any revisions to the construction schedule deemed necessary after a joint review and mutual agreement. The construction schedules shall then constitute the schedules to be used by the Contractor, separate contractors and the Owner until subsequently revised. § 6.1.4 Unless otherwise provided in the Contract Documents, when the Owner performs construction or operations related to the Project with the Owner's own forces, the Owner shall be deemed to be subject to the same obligations and to have the same rights that apply to the Contractor under the Conditions of the Contract, including, without excluding others, those stated in Article 3, this Article b and Articles 10, 11 and 12. § 6.2 MUTUAL RESPONSIBILITY § 6.2.1 The Contractor shall afford the Owner and separate contractors reasonable opportunity for introduction and storage of their materials and equipment and performance of their activities, and shall connect and coordinate the Contractor's construction and operations with theirs as required by the Contract Documents. § 6.2.2 If part of the Contractor's Work depends for proper execution or results upon construction or operations by the Owner or a separate contractor, the Contractor shall, prior to proceeding with that portion of the Work, promptly report to the Architect apparent discrepancies or defects in such other construction that would render it unsuitable for such proper execution and results. Failure of the Contractor so to report shall constitute an acknowledgment that Init. AIA Document A201 TM — 2007. Copyright 01911. 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997 and 2007 by The American Institute of Architects. All rights reserved. WARNING: This Ale Document is protected by U.S. Copyright Law and International Treaties_ Unauthorized 21 reproduction or distribution of this Ale Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AlA software at 08:46:34 on 0912812015 under Order No.0400198402_1 which expires on 1111812016, and is not for resale. User Notes: (960836436) the Owner's or separate contractor's completed or partially completed construction is fit and proper to receive the Contractor's Work, except as to defects not then reasonably discoverable. § 6.2.3 The Contractor shall reimburse the Owner for costs the Owner incurs that are payable to a separate contractor because of the Contractor's delays, improperly timed activities or defective construction. The Owner shall be responsible to the Contractor for costs the Contractor incurs because of a separate contractor's delays, improperly timed activities, damage to the Work or defective construction. § 6,2.4 The Contractor shall promptly remedy damage the Contractor wrongfully causes to completed or partially completed construction or to property of the Owner or separate contractors as provided in Section 10.2.5. § 6,2.5 The Owner and each separate contractor shall have the same responsibilities for cutting and patching as are described for the Contractor in Section 3.14. § 6.3 OWNER'S RIGHT TO CLEAN UP If a dispute arises among the Contractor, separate contractors and the Owner as to the responsibility under their respective contracts for maintaining the premises and surrounding area free from waste materials and rubbish, the Owner may clean up and the Architect will allocate the cost among those responsible. ARTICLE 7 CHANGES IN THE WORK § 7.1 GENERAL § 7.1.1 Changes in the Work may be accomplished after execution of the Contract, and without invalidating the Contract, by Change Order, Construction Change Directive or order for a minor change in the Work, subject to the limitations stated in this Article 7 and elsewhere in the Contract Documents. § 7.1.2 A Change Order shall be based upon agreement among the Owner, Contractor and Architect; a Construction Change Directive requires agreement by the Owner and Architect and may or may not be agreed to by the Contractor; an order for a minor change in the Work may be issued by the Architect alone. § 7.1.3 Changes in the Work shall be performed under applicable provisions of the Contract Documents, and the Contractor shall proceed promptly, unless otherwise provided in the Change Order, Construction Change Directive or order for a minor change in the Work. § 7.2 CHANGE ORDERS § 7.2.1 A Change Order is a written instrument prepared by the Architect and signed by the Owner, Contractor and Architect stating their agreement upon all of the following: .1 The change in the Work; .2 The amount of the adjustment, if any, in the Contract Sum; and .3 The extent of the adjustment, if any, in the Contract Time. § 7.3 CONSTRUCTION CHANGE DIRECTIVES § 7.3.1 A Construction Change Directive is a written order prepared by the Architect and signed by the Owner and Architect, directing a change in the Work prior to agreement on adjustment, if any, in the Contract Sum or Contract Time, or both. The Owner may by Construction Change Directive, without invalidating the Contract, order changes in the Work within the general scope of the Contract consisting of additions, deletions or other revisions, the Contract Sum and Contract Time being adjusted accordingly. § 7.3.2 A Construction Change Directive shall be used in the absence of total agreement on the terms of a Change Order. § 7.3.3 If the Construction Change Directive provides for an adjustment to the Contract Sum, the adjustment shall be based on one of the following methods: .1 Mutual acceptance of a lump sum properly itemized and supported by sufficient substantiating data to permit evaluation; .2 Unit prices stated in the Contract Documents or subsequently agreed upon; .3 Cost to be determined in a manner agreed upon by the parties and a mutually acceptable fixed or percentage fee; or AIA Document A201TM — 2007. Copyright Q 1911, 1916, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997 and 2007 by The American Init. Institute of Architects. All rights reserved. WARNING: This Al a Document is protected by U.S. Copyright Law and International Treaties, Unauthorized 22 reproduction or distribution of this Ale Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 08:46:34 on 09128/2015 under Order No.0400198402_1 which expires on 1111812015, and is not for resale. User Notes: (960836436) .4 As provided in Section 7.3.7. § 7.3.4 If unit prices are stated in the Contract Documents or subsequently agreed upon, and if quantities originally contemplated are materially changed in a proposed Change Order or Construction Change Directive so that application of such unit prices to quantities of Work proposed will cause substantial inequity to the Owner or Contractor, the applicable unit prices shall be equitably adjusted. § 7.3.5 Upon receipt of a Construction Change Directive, the Contractor shall promptly proceed with the change in the Work involved and advise the Architect of the Contractor's agreement or disagreement with the method, if any, provided in the Construction Change Directive for determining the proposed adjustment in the Contract Sum or Contract Time. § 7.3.6 A Construction Change Directive signed by the Contractor indicates the Contractor's agreement therewith, including adjustment in Contract Sum and Contract Time or the method for determining them. Such agreement shall be effective immediately and shall be recorded as a Change Order. § 7.3.7 If the Contractor does not respond promptly or disagrees with the method for adjustment in the Contract Sum, the Architect shall determine the method and the adjustment on the basis of reasonable expenditures and savings of those performing the Work attributable to the change, including, in case of an increase in the Contract Sum, an amount for overhead and profit as set forth in the Agreement, or if no such amount is set forth in the Agreement, a reasonable amount. In such case, and also under Section 7.3.3.3, the Contractor shall keep and present, in such form as the Architect may prescribe, an itemized accounting together with appropriate supporting data. Unless otherwise provided in the Contract Documents, costs for the purposes of this Section 7.3.7 shall be limited to the following: .1 Costs of labor, including social security, old age and unemployment insurance, fringe benefits required by agreement or custom, and workers' compensation insurance; .2 Costs of materials, supplies and equipment, including cost of transportation, whether incorporated or consumed; .3 Rental costs of machinery and equipment, exclusive of hand tools, whether rented from the Contractor or others; .4 Costs of premiums for all bonds and insurance, pen -nit fees, and sales, use or similar taxes related to the Work; and .5 Additional costs of supervision and field office personnel directly attributable to the change. § 7.3.8 The amount of credit to be allowed by the Contractor to the Owner for a deletion or change that results in a net decrease in the Contract Sum shall be actual net cost as confirmed by the Architect. When both additions and credits covering related Work or substitutions are involved in a change, the allowance for overhead and profit shall be figured on the basis of net increase, if any, with respect to that change. § 7.3.9 Pending final determination of the total cost of a Construction Change Directive to the Owner, the Contractor may request payment for Work completed under the Construction Change Directive in Applications for Payment. The Architect will make an interim determination for purposes of monthly certification for payment for those costs and certify for payment the amount that the Architect determines, in the Architect's professional judgment, to be reasonably justified. The Architect's interim determination of cost shall adjust the Contract Sum on the same basis as a Change Order, subject to the right of either party to disagree and assert a Claim in accordance with Article 15. § 7.3.10 When the Owner and Contractor agree with a determination made by the Architect concerning the adjustments in the Contract Sum and Contract Time, or otherwise reach agreement upon the adjustments, such agreement shall be effective immediately and the Architect will prepare a Change Order. Change Orders may be issued for all or any part of a Construction Change Directive. § 7.4 MINOR CHANGES IN THE WORK The Architect has authority to order minor changes in the Work not involving adjustment in the Contract Sum or extension of the Contract Time and not inconsistent with the intent of the Contract Documents. Such changes will be effected by written order signed by the Architect and shall be binding on the Owner and Contractor. AIA Document A201 T — 2007. Copyright Q 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 19B7, 1997 and 2007 by The American Init. Institute of Architects. All rights reserved. WARNING: This AIAP Document is protected by U.S. Copyright Law and International Treaties. Unauthorized 23 reproduction or distribution of this Ale Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 08:46:34 on 09/28/2015 under Order No.0400198402_1 which expires on 1111812015, and is not for resale. User Notes: (960836436) ARTICLE 8 TIME § 8.1 DEFINITIONS § 8.1.1 Unless otherwise provided, Contract Time is the period of time, including authorized adjustments, allotted in the Contract Documents for Substantial Completion of the Work. § 8.1.2 The date of commencement of the Work is the date established in the Agreement. § 8.1.3 The date of Substantial Completion is the date certified by the Architect in accordance with Section 9.8. § 8.1.4 The term "day" as used in the Contract Documents shall mean calendar day unless otherwise specifically defined. § 8.2 PROGRESS AND COMPLETION § 8.2.1 Time limits stated in the Contract Documents are of the essence of the Contract. By executing the Agreement the Contractor confirms that the Contract Time is a reasonable period for performing the Work. § 8.2.2 The Contractor shall not knowingly, except by agreement or instruction of the Owner in writing, prematurely commence operations on the site or elsewhere prior to the effective date of insurance required by Article 11 to be furnished by the Contractor and Owner. The date of commencement of the Work shall not be changed by the effective date of such insurance. § 8.2.3 The Contractor shall proceed expeditiously with adequate forces and shall achieve Substantial Completion within the Contract Time. § 8.3 DELAYS AND EXTENSIONS OF TIME § 8.3.1 1f the Contractor is delayed at any time in the commencement or progress of the Work by an act or neglect of the Owner or Architect, or of an employee of either, or of a separate contractor employed by the Owner; or by changes ordered in the Work; or by labor disputes, fire, unusual delay in deliveries, unavoidable casualties or other causes beyond the Contractor's control; or by delay authorized by the Owner pending mediation and arbitration; or by other causes that the Architect determines may justify delay, then the Contract Time shall be extended by Change Order for such reasonable time as the Architect may determine. § 8.3.2 Claims relating to time shall be made in accordance with applicable provisions of Article 15. § 8.3.3 This Section 8.3 does not preclude recovery of damages for delay by either party under other provisions of the Contract Documents. ARTICLE 9 PAYMENTS AND COMPLETION § 9.1 CONTRACT SUM The Contract Sum is stated in the Agreement and, including authorized adjustments, is the total amount payable by the Owner to the Contractor for performance of the Work under the Contract Documents. § 9.2 SCHEDULE OF VALUES Where the Contract is based on a stipulated sum or Guaranteed Maximum Price, the Contractor shall submit to the Architect, before the first Application for Payment, a schedule of values allocating the entire Contract Sum to the various portions of the Work and prepared in such form and supported by such data to substantiate its accuracy as the Architect may require. This schedule, unless objected to by the Architect, shall be used as a basis for reviewing the Contractor's Applications for Payment. § 9.3 APPLICATIONS FOR PAYMENT § 9.3.1 At least ten days before the date established for each progress payment, the Contractor shall submit to the Architect an itemized Application for Payment prepared in accordance with the schedule of values, if required under Section 9.2, for completed portions of the Work. Such application shall be notarized, if required, and supported by such data substantiating the Contractor's right to payment as the Owner or Architect may require, such as copies of requisitions from Subcontractors and material suppliers, and shall reflect retainage if provided for in the Contract Documents. AIA Document A201 TM — 2007. Copyright O 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997 and 2007 by The American Init. Institute of Architects. All rights reserved. WARNING: This AIA° Document is protected by U.S. Copyright Law and International Treaties, Unauthorized 24 reproduction or distribution of this AIAe Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 08:46:34 on 0912812015 under Order No.0400198402_1 which expires on 11/1812015, and is not for resale. User Notes: (960836436) § 9.3.1,1 As provided in Section 7.3.9, such applications may include requests for payment on account of changes in the Work that have been properly authorized by Construction Change Directives, or by interim determinations of the Architect, but not yet included in Change Orders. § 9.3.1.2 Applications for Payment shall not include requests for payment for portions of the Work for which the Contractor does not intend to pay a Subcontractor or material supplier, unless such Work has been performed by others whom the Contractor intends to pay. § 9.3.2 Unless otherwise provided in the Contract Documents, payments shall be made on account of materials and equipment delivered and suitably stored at the site for subsequent incorporation in the Work. If approved in advance by the Owner, payment may similarly be made for materials and equipment suitably stored off the site at a location agreed upon in writing. Payment for materials and equipment stored on or off the site shall be conditioned upon compliance by the Contractor with procedures satisfactory to the Owner to establish the Owner's title to such materials and equipment or otherwise protect the Owner's interest, and shall include the costs of applicable insurance, storage and transportation to the site for such materials and equipment stored off the site. § 9.3.3 The Contractor warrants that title to all Work covered by an Application for Payment will pass to the Owner no later than the time of payment. The Contractor further warrants that upon submittal of an Application for Payment all Work for which Certificates for Payment have been previously issued and payments received from the Owner shall, to the best of the Contractor's knowledge, information and belief, be free and clear of liens, claims, security interests or encumbrances in favor of the Contractor, Subcontractors, material suppliers, or other persons or entities making a claim by reason of having provided labor, materials and equipment relating to the Work. § 9.4 CERTIFICATES FOR PAYMENT § 9.4.1 The Architect will, within seven days after receipt of the Contractor's Application for Payment, either issue to the Owner a Certificate for Payment, with a copy to the Contractor, for such amount as the Architect determines is properly due, or notify the Contractor and Owner in writing of the Architect's reasons for withholding certification in whole or in part as provided in Section 9.5.1. § 9.4.2 The issuance of a Certificate for Payment will constitute a representation by the Architect to the Owner, based on the Architect's evaluation of the Work and the data comprising the Application for Payment, that, to the best of the Architect's knowledge, information and belief, the Work has progressed to the point indicated and that the quality of the Work is in accordance with the Contract Documents. The foregoing representations are subject to an evaluation of the Work for conformance with the Contract Documents upon Substantial Completion, to results of subsequent tests and inspections, to correction of minor deviations from the Contract Documents prior to completion and to specific qualifications expressed by the Architect. The issuance of a Certificate for Payment will further constitute a representation that the Contractor is entitled to payment in the amount certified. However, the issuance of a Certificate for Payment will not be a representation that the Architect has (1) made exhaustive or continuous on -site inspections to check the quality or quantity of the Work, (2) reviewed construction means, methods, techniques, sequences or procedures, (3) reviewed copies of requisitions received from Subcontractors and material suppliers and other data requested by the Owner to substantiate the Contractor's right to payment, or (4) made examination to ascertain how or for what purpose the Contractor has used money previously paid on account of the Contract Sum. § 9.5 DECISIONS TO WITHHOLD CERTIFICATION § 9.5.1 The Architect may withhold a Certificate for Payment in whole or in part, to the extent reasonably necessary to protect the Owner, if in the Architect's opinion the representations to the Owner required by Section 9.4.2 cannot be made. If the Architect is unable to certify payment in the amount of the Application, the Architect will notify the Contractor and Owner as provided in Section 9.4.1. If the Contractor and Architect cannot agree on a revised amount, the Architect will promptly issue a Certificate for Payment for the amount for which the Architect is able to make such representations to the Owner. The Architect may also withhold a Certificate for Payment or, because of subsequently discovered evidence, may nullify the whole or a part of a Certificate for Payment previously issued, to such extent as may be necessary in the Architect's opinion to protect the Owner from loss for which the Contractor is responsible, including loss resulting from acts and omissions described in Section 3.3.2, because of .1 defective Work not remedied; .2 third party claims filed or reasonable evidence indicating probable filing of such claims unless security acceptable to the Owner is provided by the Contractor; [nit AAA Document A201 T — 2007, Copyright @ 1911, 1915, 1918, 1925, 1937, 1951, 1958. 1961, 1963, 1966, 1970, 1976, 1987, 1997 and 2007 by The American Institute of Architects. All rights reserved. WARNING: This Aie Document is protected by U.S. Copyright Law and International Treaties, Unauthorized 25 reproduction or distribution of this AIA® Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to Jr the maximum extent possible under the law. This document was produced byAIA software at 08:46:34 an 0912812015 under Order No.0400198402_1 which expires on 11/18/2015, and is not for resale. User Notes: (960836436) .3 failure of the Contractor to make payments properly to Subcontractors or for labor, materials or equipment; .4 reasonable evidence that the Work cannot be completed for the unpaid balance of the Contract Sum; .5 damage to the Owner or a separate contractor; .6 reasonable evidence that the Work will not be completed within the Contract Time, and that the unpaid balance would not be adequate to cover actual or liquidated damages for the anticipated delay; or .7 repeated failure to carry out the Work in accordance with the Contract Documents. § 9.5.2 When the above reasons for withholding certification are removed, certification will be made for amounts previously withheld. § 9.5.3 If the Architect withholds certification for payment under Section 9.5.1.3, the Owner may, at its sole option, issue joint checks to the Contractor and to any Subcontractor or material or equipment suppliers to whom the Contractor failed to make payment for Work properly performed or material or equipment suitably delivered. If the Owner makes payments by joint check, the Owner shall notify the Architect and the Architect will reflect such payment on the next Certificate for Payment. § 9.6 PROGRESS PAYMENTS § 9.6.1 After the Architect has issued a Certificate for Payment, the Owner shall make payment in the manner and within the time provided in the Contract Documents, and shall so notify the Architect. § 9.6,2 The Contractor shall pay each Subcontractor no later than seven days after receipt of payment from the Owner the amount to which the Subcontractor is entitled, reflecting percentages actually retained from payments to the Contractor on account of the Subcontractor's portion of the Work. The Contractor shall, by appropriate agreement with each Subcontractor, require each Subcontractor to make payments to Sub -subcontractors in a similar manner. § 9.6.3 The Architect will, on request, furnish to a Subcontractor, if practicable, information regarding percentages of completion or amounts applied for by the Contractor and action taken thereon by the Architect and Owner on account of portions of the Work done by such Subcontractor. § 9.6.4 The Owner has the right to request written evidence from the Contractor that the Contractor has properly paid Subcontractors and material and equipment suppliers amounts paid by the Owner to the Contractor for subcontracted Work. If the Contractor fails to furnish such evidence within seven days, the Owner shall have the right to contact Subcontractors to ascertain whether they have been properly paid. Neither the Owner nor Architect shall have an obligation to pay or to see to the payment of money to a Subcontractor, except as may otherwise be required by law. § 9.6.5 Contractor payments to material and equipment suppliers shall be treated in a manner similar to that provided in Sections 9.6.2, 9.6.3 and 9.6.4. § 9.6.6 A Certificate for Payment, a progress payment, or partial or entire use or occupancy of the Project by the Owner shall not constitute acceptance of Work not in accordance with the Contract Documents. § 9.6.7 Unless the Contractor provides the Owner with a payment bond in the full penal sum of the Contract Sum, payments received by the Contractor for Work properly performed by Subcontractors and suppliers shall be held by the Contractor for those Subcontractors or suppliers who performed Work or furnished materials, or both, under contract with the Contractor for which payment was made by the Owner. Nothing contained herein shall require money to be placed in a separate account and not commingled with money of the Contractor, shall create any fiduciary liability or tort liability on the part of the Contractor for breach of trust or shall entitle any person or entity to an award of punitive damages against the Contractor for breach of the requirements of this provision. § 9.7 FAILURE OF PAYMENT If the Architect does not issue a Certificate for Payment, through no fault of the Contractor, within seven days after receipt of the Contractor's Application for Payment, or if the Owner does not pay the Contractor within seven days after the date established in the Contract Documents the amount certified by the Architect or awarded by binding AIA Document A201T — 2007. Copyright® 1911, 1915, 1918. 1925, 1937, 1951, 1958, 1961, 1963, 1966, i970, 1976, 1987, 1997 and 2007 by The American Init. Institute of Architects. All rights reserved. WARNING: This AfAe Document is protected by U.S. Copyright Law and International Treaties. Unauthorized 26 reproduction or distribution of this AIA® Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced byAIA software at 08:46:34 on 0912812015 under Order No.0400198402_1 which expires on 11118/2015, and is not for resale. User Notes: (960836436) dispute resolution, then the Contractor may, upon seven additional days' written notice to the Owner and Architect, stop the Work until payment of the amount owing has been received. The Contract Time shall be extended appropriately and the Contract Sum shall be increased by the amount of the Contractor's reasonable costs of shut -down, delay and start-up, plus interest as provided for in the Contract Documents. § 9.8 SUBSTANTIAL COMPLETION § 9.8.1 Substantial Completion is the stage in the progress of the Work when the Work or designated portion thereof is sufficiently complete in accordance with the Contract Documents so that the Owner can occupy or utilize the Work for its intended use. § 9.8,2 When the Contractor considers that the Work, or a portion thereof which the Owner agrees to accept separately, is substantially complete, the Contractor shall prepare and submit to the Architect a comprehensive list of items to be completed or corrected prior to final payment. Failure to include an item on such list does not alter the responsibility of the Contractor to complete all Work in accordance with the Contract Documents. § 9.83 Upon receipt of the Contractor's list, the Architect will make an inspection to determine whether the Work or designated portion thereof is substantially complete. if the Architect's inspection discloses any item, whether or not included on the Contractor's list, which is not sufficiently complete in accordance with the Contract Documents so that the Owner can occupy or utilize the Work or designated portion thereof for its intended use, the Contractor shall, before issuance of the Certificate of Substantial Completion, complete or correct such item upon notification by the Architect. In such case, the Contractor shall then submit a request for another inspection by the Architect to determine Substantial Completion. § 9.8.4 When the Work or designated portion thereof is substantially complete, the Architect will prepare a Certificate of Substantial Completion that shall establish the date of Substantial Completion, shall establish responsibilities of the Owner and Contractor for security, maintenance, heat, utilities, damage to the Work and insurance, and shall fix the time within which the Contractor shall finish all items on the list accompanying the Certificate. Warranties required by the Contract Documents shall commence on the date of Substantial Completion of the Work or designated portion thereof unless otherwise provided in the Certificate of Substantial Completion. § 9.8.5 The Certificate of Substantial Completion shall be submitted to the Owner and Contractor for their written acceptance of responsibilities assigned to them in such Certificate. Upon such acceptance and consent of surety, if any, the Owner shall make payment of retainage applying to such Work or designated portion thereof. Such payment shall be adjusted for Work that is incomplete or not in accordance with the requirements of the Contract Documents. § 9.9 PARTIAL OCCUPANCY OR USE § 9.9.1 The Owner may occupy or use any completed or partially completed portion of the Work at any stage when such portion is designated by separate agreement with the Contractor, provided such occupancy or use is consented to by the insurer as required under Section 11.3.1.5 and authorized by public authorities having jurisdiction over the Project. Such partial occupancy or use may commence whether or not the portion is substantially complete, provided the Owner and Contractor have accepted in writing the responsibilities assigned to each of them for payments, retainage, if any, security, maintenance, heat, utilities, damage to the Work and insurance, and have agreed in writing concerning the period for correction of the Work and commencement of warranties required by the Contract Documents. When the Contractor considers a portion substantially complete, the Contractor shall prepare and submit a list to the Architect as provided under Section 9.8.2. Consent of the Contractor to partial occupancy or use shall not be unreasonably withheld. The stage of the progress of the Work shall be determined by written agreement between the Owner and Contractor or, if no agreement is reached, by decision of the Architect. § 9.9.2 Immediately prior to such partial occupancy or use, the Owner, Contractor and Architect shall jointly inspect the area to be occupied or portion of the Work to be used in order to determine and record the condition of the Work. § 9.9.3 Unless otherwise agreed upon, partial occupancy or use of a portion or portions of the Work shall not constitute acceptance of Work not complying with the requirements of the Contract Documents. AIA Document A201 T" — 2007. Copyright @ 1911, 1915, 1918, 1925, 1937, 1951, 195B, 1961, 1963, 1966, 1970, 1976, 19B7, 1997 and 2007 by The American Inlf. Institute of Architects. All rights reserved. WARNING: This AIA° Document is protected by U.S. Copyright Law and International Treaties. Unauthorized 27 reproduction or distribution of this Ale Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to f the maximum extent possible under the law. This document was produced by AIA software at 013:46:34 on 09/28/2015 under Order No.0400198402_1 which expires on 1111812015, and is not for resale. User Notes: (960836436) § 9.10 FINAL COMPLETION AND FINAL PAYMENT § 9.10.1 Upon receipt of the Contractor's written notice that the Work is ready for final inspection and acceptance and upon receipt of a final Application for Payment, the Architect will promptly make such inspection and, when the Architect finds the Work acceptable under the Contract Documents and the Contract fully performed, the Architect will promptly issue a final Certificate for Payment stating that to the best of the Architect's knowledge, information and belief, and on the basis of the Architect's on -site visits and inspections, the Work has been completed in accordance with terms and conditions of the Contract Documents and that the entire balance found to be due the Contractor and noted in the final Certificate is due and payable. The Architect's final Certificate for Payment will constitute a further representation that conditions listed in Section 9.10.2 as precedent to the Contractor's being entitled to final payment have been fulfilled. § 9.10.2 Neither final payment nor any remaining retained percentage shall become due until the Contractor submits to the Architect (1) an affidavit that payrolls, bills for materials and equipment, and other indebtedness connected with the Work for which the Owner or the Owner's property might be responsible or encumbered (less amounts withheld by Owner) have been paid or otherwise satisfied, (2) a certificate evidencing that insurance required by the Contract Documents to remain in force after final payment is currently in effect and will not be canceled or allowed to expire until at least 30 days' prior written notice has been given to the Owner, (3) a written statement that the Contractor knows of no substantial reason that the insurance will not be renewable to cover the period required by the Contract Documents, (4) consent of surety, if any, to final payment and (5), if required by the Owner, other data establishing payment or satisfaction of obligations, such as receipts, releases and waivers of liens, claims, security interests or encumbrances arising out of the Contract, to the extent and in such form as may be designated by the Owner. If a Subcontractor refuses to furnish a release or waiver required by the Owner, the Contractor may furnish a bond satisfactory to the Owner to indemnify the Owner against such lien. If such lien remains unsatisfied after payments are made, the Contractor shall refund to the Owner all money that the Owner may be compelled to pay in discharging such lien, including all costs and reasonable attorneys' fees. § 9.10.3 If, after Substantial Completion of the Work, final completion thereof is materially delayed through no fault of the Contractor or by issuance of Change Orders affecting final completion, and the Architect so confirms, the Owner shall, upon application by the Contractor and certification by the Architect, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance for Work not fully completed or corrected is less than retainage stipulated in the Contract Documents, and if bonds have been furnished, the written consent of surety to payment of the balance due for that portion of the Work fully completed and accepted shall be submitted by the Contractor to the Architect prior to certification of such payment. Such payment shall be made under terms and conditions governing final payment, except that it shall not constitute a waiver of claims. § 9.10.4 The making of final payment shall constitute a waiver of Claims by the Owner except those arising from .1 liens, CIaims, security interests or encumbrances arising out of the Contract and unsettled; .2 failure of the Work to comply with the requirements of the Contract Documents; or .3 terms of special warranties required by the Contract Documents. § 9.10.5 Acceptance of final payment by the Contractor, a Subcontractor or material supplier shall constitute a waiver of claims by that payee except those previously made in writing and identified by that payee as unsettled at the time of final Application for Payment. ARTICLE 10 PROTECTION OF PERSONS AND PROPERTY § 10.1 SAFETY PRECAUTIONS AND PROGRAMS The Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the performance of the Contract. § 10.2 SAFETY OF PERSONS AND PROPERTY § 10.2.1 The Contractor shall take reasonable precautions for safety of, and shall provide reasonable protection to prevent damage, injury or loss to .1 employees on the Work and other persons who may be affected thereby; .2 the Work and materials and equipment to be incorporated therein, whether in storage on or off the site, under care, custody or control of the Contractor or the Contractor's Subcontractors or Sub -subcontractors; and AiA Document A201 TM — 2007. Copyright @ 1911. 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997 and 2007 by The American Init. Institute of Architects. All rights reserved. WARNING: This AIA� Document is protected by U.S. Copyright Law and International Treaties. Unauthorized 28 reproduction or distribution of this Ale Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 08:46:34 on 09128/2015 under Order No.0400198402_1 which expires on 11118/2015, and is not for resale. User Notes: (960836436) .3 other property at the site or adjacent thereto, such as trees, shrubs, lawns, walks, pavements, roadways, structures and utilities not designated for removal, relocation or replacement in the course of construction. § 10.2.2 The Contractor shall comply with and give notices required by applicable laws, statutes, ordinances, codes, rules and regulations, and lawful orders of public authorities bearing on safety of persons or property or their protection from damage, injury or loss. § 10.2.3 The Contractor shall erect and maintain, as required by existing conditions and performance of the Contract, reasonable safeguards for safety and protection, including posting danger signs and other warnings against hazards, promulgating safety regulations and notifying owners and users of adjacent sites and utilities. § 10.2.4 When use or storage of explosives or other hazardous materials or equipment or unusual methods are necessary for execution of the Work, the Contractor shall exercise utmost care and carry on such activities under supervision of properly qualified personnel. § 10.2.5 The Contractor shall promptly remedy damage and loss (other than damage or loss insured under property insurance required by the Contract Documents) to property referred to in Sections 10.2.1.2 and 10.2.1.3 caused in whole or in part by the Contractor, a Subcontractor, a Sub -subcontractor, or anyone directly or indirectly employed by any of them, or by anyone for whose acts they may be liable and for which the Contractor is responsible under Sections 10.2.1.2 and 10.2.1.3, except damage or loss attributable to acts or omissions of the Owner or Architect or anyone directly or indirectly employed by either of them, or by anyone for whose acts either of them may be liable, and not attributable to the fault or negligence of the Contractor. The foregoing obligations of the Contractor are in addition to the Contractor's obligations under Section 3.18. § 10.2.6 The Contractor shall designate a responsible member of the Contractor's organization at the site whose duty shall be the prevention of accidents. This person shall be the Contractor's superintendent unless otherwise designated by the Contractor in writing to the Owner and Architect. § 10.2.7 The Contractor shall not permit any part of the construction or site to be loaded so as to cause damage or create an unsafe condition. § 10.2.8INJURY OR DAMAGE TO PERSON OR PROPERTY If either party suffers injury or damage to person or property because of an act or omission of the other party, or of others for whose acts such party is legally responsible, written notice of such injury or damage, whether or not insured, shall be given to the other party within a reasonable time not exceeding 21 days after discovery. The notice shall provide sufficient detail to enable the other party to investigate the matter. § 10.3 HAZARDOUS MATERIALS § 10.3.1 The Contractor is responsible for compliance with any requirements included in the Contract Documents regarding hazardous materials. If the Contractor encounters a hazardous material or substance not addressed in the Contract Documents and if reasonable precautions will be inadequate to prevent foreseeable bodily injury or death to persons resulting from a material or substance, including but not limited to asbestos or polychlorinated biphenyl (PCB), encountered on the site by the Contractor, the Contractor shall, upon recognizing the condition, immediately stop Work in the affected area and report the condition to the Owner and Architect in writing. § 10.3.2 Upon receipt of the Contractor's written notice, the Owner shall obtain the services of a licensed laboratory to verify the presence or absence of the material or substance reported by the Contractor and, in the event such material or substance is found to be present, to cause it to be rendered harmless. Unless otherwise required by the Contract Documents, the Owner shall furnish in writing to the Contractor and Architect the names and qualifications of persons or entities who are to perform tests verifying the presence or absence of such material or substance or who are to perform the task of removal or safe containment of such material or substance. The Contractor and the Architect will promptly reply to the Owner in writing stating whether or not either has reasonable objection to the persons or entities proposed by the Owner. If either the Contractor or Architect has an objection to a person or entity proposed by the Owner, the Owner shall propose another to whom the Contractor and the Architect have no reasonable objection. When the material or substance has been rendered harmless, Work in the affected area shall resume upon written agreement of the Owner and Contractor. By Change Order, the Contract Time shall be Init. AIA Document A201T —2007. Copyright 91911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997 and 2007 by The American Institute of Architects. All rights reserved. WARNING: This AIAe Document is protected by U.S. Copyright Law and International Treaties. Unauthorized 29 reproduction or distribution of this Ale Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 08:46:34 on 0912812015 under Order No.0400198402_1 which expires on 11/18/2015, and is not for resale. User Notes: (960836436) extended appropriately and the Contract Sum shall be increased in the amount of the Contractor's reasonable additional costs of shut -down, delay and start-up. § 10.3.3 To the fullest extent permitted by law, the Owner shall indemnify and hold harmless the Contractor, Subcontractors, Architect, Architect's consultants and agents and employees of any of them from and against claims, damages, losses and expenses, including but not limited to attorneys' fees, arising out of or resulting from performance of the Work in the affected area if in fact the material or substance presents the risk of bodily injury or death as described in Section 10.3.1 and has not been rendered harmless, provided that such claim, damage, loss or expense is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself), except to the extent that such damage, loss or expense is due to the fault or negligence of the party seeking indemnity. § 10.3.4 The Owner shall not be responsible under this Section 10.3 for materials or substances the Contractor brings to the site unless such materials or substances are required by the Contract Documents. The Owner shall be responsible for materials or substances required by the Contract Documents, except to the extent of the Contractor's fault or negligence in the use and handling of such materials or substances. § 10.3.5 The Contractor shall indemnify the Owner for the cost and expense the Owner incurs (1) for remediation of a material or substance the Contractor brings to the site and negligently handles, or (2) where the Contractor fails to perform its obligations under Section 10.3.1, except to the extent that the cost and expense are due to the Owner's fault or negligence. § 10.3.6 If, without negligence on the part of the Contractor, the Contractor is held liable by a government agency for the cost of remediation of a hazardous material or substance solely by reason of performing Work as required by the Contract Documents, the Owner shall indemnify the Contractor for all cost and expense thereby incurred. § 10.4 EMERGENCIES In an emergency affecting safety of persons or property, the Contractor shall act, at the Contractor's discretion, to prevent threatened damage, injury or loss. Additional compensation or extension of time claimed by the Contractor on account of an emergency shall be determined as provided in Article 15 and Article 7. ARTICLE 11 INSURANCE AND BONDS § 11.1 CONTRACTOR'S LIABILITY INSURANCE § 11.1.1 The Contractor shall purchase from and maintain in a company or companies lawfully authorized to do business in the jurisdiction in which the Project is located such insurance as will protect the Contractor from claims set forth below which may arise out of or result from the Contractor's operations and completed operations under the Contract and for which the Contractor may be legally liable, whether such operations be by the Contractor or by a Subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable: .1 Claims under workers' compensation, disability benefit and other similar employee benefit acts that are applicable to the Work to be performed; ,2 Claims for damages because of bodily injury, occupational sickness or disease, or death of the Contractor's employees; .3 Claims for damages because of bodily injury, sickness or disease, or death of any person other than the Contractor's employees; .4 Claims for damages insured by usual personal injury liability coverage; .5 Claims for damages, other than to the Work itself, because of injury to or destruction of tangible property, including loss of use resulting therefrom; .6 Claims for damages because of bodily injury, death of a person or property damage arising out of ownership, maintenance or use of a motor vehicle; .7 Claims for bodily injury or property damage arising out of completed operations; and .8 Claims involving contractual liability insurance applicable to the Contractor's obligations under Section 3.18. § 11.1.2 The insurance required by Section 11.1.1 shall be written for not less than limits of liability specified in the Contract Documents or required by law, whichever coverage is greater. Coverages, whether written on an occurrence or claims -made basis, shall be maintained without interruption from the date of commencement of the Init. AM Document A201 TM — 2007. Copyright 01911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997 and 2007 by The American Institute of Architects. AEI rights reserved. WARNING: This Ale Document is protected by U-S. Copyright Law and International Treaties. Unauthorized 30 reproduction or distribution of this Ale Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 08:46:34 on 09128/2015 under Order No.0400198402�1 which expires on 1111812015, and is not for resale. User Notes: (960836436) Work until the date of final payment and termination of any coverage required to be maintained after final payment, and, with respect to the Contractor's completed operations coverage, until the expiration of the period for correction of Work or for such other period for maintenance of completed operations coverage as specified in the Contract Documents. § 11.1.3 Certificates of insurance acceptable to the Owner shaII be filed with the Owner prior to commencement of the Work and thereafter upon renewal or replacement of each required policy of insurance. These certificates and the insurance policies required by this Section 11.1 shall contain a provision that coverages afforded under the policies will not be canceled or allowed to expire until at least 30 days' prior written notice has been given to the Owner. An additional certificate evidencing continuation of liability coverage, including coverage for completed operations, shall be submitted with the final Application for Payment as required by Section 9.10.2 and thereafter upon renewal or replacement of such coverage until the expiration of the time required by Section 11.1.2. Information concerning reduction of coverage on account of revised limits or claims paid under the General Aggregate, or both, shall be furnished by the Contractor with reasonable promptness. § 11.1.4 The Contractor shall cause the commercial liability coverage required by the Contract Documents to include (1) the Owner, the Architect and the Architect's consultants as additional insureds for claims caused in whole or in part by the Contractor's negligent acts or omissions during the Contractor's operations; and (2) the Owner as an additional insured for claims caused in whole or in part by the Contractor's negligent acts or omissions during the Contractor's completed operations. § 11.2 OWNER'S LIABILITY INSURANCE The Owner shall be responsible for purchasing and maintaining the Owner's usual liability insurance. § 11.3 PROPERTY INSURANCE § 11.3.1 Unless otherwise provided, the Owner shall purchase and maintain, in a company or companies lawfully authorized to do business in the jurisdiction in which the Project is located, property insurance written on a builder's risk "all-risk" or equivalent policy form in the amount of the initial Contract Sum, plus value of subsequent Contract Modifications and cost of materials supplied or installed by others, comprising total value for the entire Project at the site on a replacement cost basis without optional deductibles. Such property insurance shall be maintained, unless otherwise provided in the Contract Documents or otherwise agreed in writing by all persons and entities who are beneficiaries of such insurance, until final payment has been made as provided in Section 9.10 or until no person or entity other than the Owner has an insurable interest in the property required by this Section 11.3 to be covered, whichever is later. This insurance shall include interests of the Owner, the Contractor, Subcontractors and Sub -subcontractors in the Project. § 11.3.1.1 Property insurance shall be on an "all-risk" or equivalent policy form and shall include, without limitation, insurance against the perils of fire (with extended coverage) and physical loss or damage including, without duplication of coverage, theft, vandalism, malicious mischief, collapse, earthquake, flood, windstorm, falsework, testing and startup, temporary buildings and debris removal including demolition occasioned by enforcement of any applicable legal requirements, and shall cover reasonable compensation for Architect's and Contractor's services and expenses required as a result of such insured loss. § 11.3.1.2 If the Owner does not intend to purchase such property insurance required by the Contract and with all of the coverages in the amount described above, the Owner shall so inform the Contractor in writing prior to commencement of the Work. The Contractor may then effect insurance that will protect the interests of the Contractor, Subcontractors and Sub -subcontractors in the Work, and by appropriate Change Order the cost thereof shall be charged to the Owner. If the Contractor is damaged by the failure or neglect of the Owner to purchase or maintain insurance as described above, without so notifying the Contractor in writing, then the Owner shall bear all reasonable costs properly attributable thereto. § 11.3.1.3 If the property insurance requires deductibles, the Owner shall pay costs not covered because of such deductibles. § 11.3.1.4 This property insurance shall cover portions of the Work stored off the site, and also portions of the Work in transit. AIA Document A201; — 2007. Copyright @ 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997 and 2007 by The American Init. Institute of Architects. All rights reserved. WARNING: This Al e Document is protected by U.S. Copyright Law and International Treaties_ Unauthorized 31 reproduction or distribution of this Al a Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 08:46:34 on 09/2812015 under Order No.0400198402_1 which expires on 11/18/2015, and is not for resale. User Notes: (960836436) § 11.3.1.5 Partial occupancy or use in accordance with Section 9.9 shall not commence until the insurance company or companies providing property insurance have consented to such partial occupancy or use by endorsement or otherwise. The Owner and the Contractor shall take reasonable steps to obtain consent of the insurance company or companies and shall, without mutual written consent, take no action with respect to partial occupancy or use that would cause cancellation, lapse or reduction of insurance. § 11.3.2 BOILER AND MACHINERY INSURANCE The Owner shall purchase and maintain boiler and machinery insurance required by the Contract Documents or by law, which shall specifically cover such insured objects during installation and until final acceptance by the Owner; this insurance shall include interests of the Owner, Contractor, Subcontractors and Sub -subcontractors in the Work, and the Owner and Contractor shall be named insureds. § 11.3.3 LOSS OF USE INSURANCE The Owner, at the Owner's option, may purchase and maintain such insurance as will insure the Owner against loss of use of the Owner's property due to fire or other hazards, however caused. The Owner waives all rights of action against the Contractor for loss of use of the Owner's property, including consequential losses due to fire or other hazards however caused. § 11.3.4 If the Contractor requests in writing that insurance for risks other than those described herein or other special causes of loss be included in the property insurance policy, the Owner shall, if possible, include such insurance, and the cost thereof shall be charged to the Contractor by appropriate Change Order. § 11.3.5 If during the Project construction period the Owner insures properties, real or personal or both, at or adjacent to the site by property insurance under policies separate from those insuring the Project, or if after final payment property insurance is to be provided on the completed Project through a policy or policies other than those insuring the Project during the construction period, the Owner shall waive all rights in accordance with the terms of Section 11.3.7 for damages caused by fire or other causes of loss covered by this separate property insurance. All separate policies shall provide this waiver of subrogation by endorsement or otherwise. § 11.3.6 Before an exposure to loss may occur, the Owner shall file with the Contractor a copy of each policy that includes insurance coverages required by this Section 11.3. Each policy shall contain all generally applicable conditions, definitions, exclusions and endorsements related to this Project. Each policy shall contain a provision that the policy will not be canceled or allowed to expire, and that its limits will not be reduced, until at least 30 days' prior written notice has been given to the Contractor. § 11.3.7 WAIVERS OF SUBROGATION The Owner and Contractor waive all rights against (1) each other and any of their subcontractors, sub -subcontractors, agents and employees, each of the other, and (2) the Architect, Architect's consultants, separate contractors described in Article 6, if any, and any of their subcontractors, sub -subcontractors, agents and employees, for damages caused by fire or other causes of loss to the extent covered by property insurance obtained pursuant to this Section 11.3 or other property insurance applicable to the Work, except such rights as they have to proceeds of such insurance held by the Owner as fiduciary. The Owner or Contractor, as appropriate, shall require of the Architect, Architect's consultants, separate contractors described in Article 6, if any, and the subcontractors, sub -subcontractors, agents and employees of any of them, by appropriate agreements, written where legally required for validity, similar waivers each in favor of other parties enumerated herein. The policies shall provide such waivers of subrogation by endorsement or otherwise. A waiver of subrogation shall be effective as to a person or entity even though that person or entity would otherwise have a duty of indemnification, contractual or otherwise, did not pay the insurance premium directly or indirectly, and whether or not the person or entity had an insurable interest in the property damaged. § 11.3.8 A loss insured under the Owner's property insurance shall be adjusted by the Owner as fiduciary and made payable to the Owner as fiduciary for the insureds, as their interests may appear, subject to requirements of any applicable mortgagee clause and of Section 11.3.10. The Contractor shall pay Subcontractors their just shares of insurance proceeds received by the Contractor, and by appropriate agreements, written where legally required for validity, shall require Subcontractors to make payments to their Sub -subcontractors in similar manner. AIA Document A2011 — 2007. Copyright® 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997 and 2007 by The American Init. institute of Architects. All rights reserved. WARNING: This AIA" Document is protected by U.S. Copyright Law and Intemational Treaties. unauthorized 32 reproduction or distribution of this AIA Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to J the maximum extent possible under the law. This document was produced by AIA software at 08:46:34 on 09/28/2016 under order No.0400198402 1 which expires on 1111812015, and is not for resale. User Notes: (960836436) § 11.3,9 If required in writing by a party in interest, the Owner as fiduciary shall, upon occurrence of an insured loss, give bond for proper performance of the Owner's duties. The cost of required bonds shall be charged against proceeds received as fiduciary. The Owner shall deposit in a separate account proceeds so received, which the Owner shall distribute in accordance with such agreement as the parties in interest may reach, or as determined in accordance with the method of binding dispute resolution selected in the Agreement between the Owner and Contractor. If after such loss no other special agreement is made and unless the Owner terminates the Contract for convenience, replacement of damaged property shall be performed by the Contractor after notification of a Change in the Work in accordance with Article 7. § 11.3.10 The Owner as fiduciary shall have power to adjust and settle a loss with insurers unless one of the parties in interest shall object in writing within five days after occurrence of loss to the Owner's exercise of this power; if such objection is made, the dispute shall be resolved in the manner selected by the Owner and Contractor as the method of binding dispute resolution in the Agreement. If the Owner and Contractor have selected arbitration as the method of binding dispute resolution, the Owner as fiduciary shall make settlement with insurers or, in the case of a dispute over distribution of insurance proceeds, in accordance with the directions of the arbitrators. § 11.4 PERFORMANCE BOND AND PAYMENT BOND § 11.4.1 The Owner shall have the right to require the Contractor to fiunish bonds covering faithful performance of the Contract and payment of obligations arising thereunder as stipulated in bidding requirements or specifically required in the Contract Documents on the date of execution of the Contract. § 11.4.2 Upon the request of any person or entity appearing to be a potential beneficiary of bonds covering payment of obligations arising under the Contract, the Contractor shall promptly famish a copy of the bonds or shall authorize a copy to be furnished. ARTICLE 12 UNCOVERING AND CORRECTION OF WORK § 12.1 UNCOVERING OF WORK § 12.1.1 If a portion of the Work is covered contrary to the Architect's request or to requirements specifically expressed in the Contract Documents, it must, if requested in writing by the Architect, be uncovered for the Architect's examination and be replaced at the Contractor's expense without change in the Contract Time. § 12.1.2 If a portion of the Work has been covered that the Architect has not specifically requested to examine prior to its being covered, the Architect may request to see such Work and it shall be uncovered by the Contractor. If such Work is in accordance with the Contract Documents, costs of uncovering and replacement shall, by appropriate Change Order, be at the Owner's expense. If such Work is not in accordance with the Contract Documents, such costs and the cost of correction shall be at the Contractor's expense unless the condition was caused by the Owner or a separate contractor in which event the Owner shall be responsible for payment of such costs. § 12.2 CORRECTION OF WORK § 12.2.1 BEFORE OR AFTER SUBSTANTIAL COMPLETION The Contractor shall promptly correct Work rejected by the Architect or failing to conform to the requirements of the Contract Documents, whether discovered before or after Substantial Completion and whether or not fabricated, installed or completed. Costs of correcting such rejected Work, including additional testing and inspections, the cost of uncovering and replacement, and compensation for the Architect's services and expenses made necessary thereby, shall be at the Contractor's expense. § 12.2.2 AFTER SUBSTANTIAL COMPLETION § 12.2.2.1 In addition to the Contractor's obligations under Section 3.5, if, within one year after the date of Substantial Completion of the Work or designated portion thereof or after the date for commencement of warranties established under Section 9.9.1, or by terms of an applicable special warranty required by the Contract Documents, any of the Work is found to be not in accordance with the requirements of the Contract Documents, the Contractor shall correct it promptly after receipt of written notice from the Owner to do so unless the Owner has previously given the Contractor a written acceptance of such condition. The Owner shall give such notice promptly after discovery of the condition. During the one-year period for correction of Work, if the Owner fails to notify the Contractor and give the Contractor an opportunity to make the correction, the Owner waives the rights to require correction by the Contractor and to make a claim for breach of warranty. If the Contractor fails to correct AIA Document A201 TM — 2007. Copyright @ 1911. 1915. 1918, 1925, 1937, 1951.1968, 1961, 1963, 1966, 1970, 1976, 1987, 1997 and 2007 by The American Init. institute of Architects. All rights reserved. WARNING: This AIA� Document is protected by U.S. Copyright Law and International Treaties. Unauthorized 33 reproduction or distribution of this AEA® Document, or any portion of it, may result in severe civil and criminal penalties, And will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 08:46:34 on 0912812015 under Order No.0400198402-1 which expires on 11/1812015, and is not for resale. User Notes: (960836436) nonconforming Work within a reasonable time during that period after receipt of notice from the Owner or Architect, the Owner may correct it in accordance with Section 2.4. § 12.2,2.2 The one-year period for correction of Work shall be extended with respect to portions of Work first performed after Substantial Completion by the period of time between Substantial Completion and the actual completion of that portion of the Work. § 12.2.2.3 The one-year period for correction of Work shall not be extended by corrective Work performed by the Contractor pursuant to this Section 12.2. § 12.2.3 The Contractor shaII remove from the site portions of the Work that are not in accordance with the requirements of the Contract Documents and are neither corrected by the Contractor nor accepted by the Owner. § 12.2.4 The Contractor shall bear the cost of correcting destroyed or damaged construction, whether completed or partially completed, of the Owner or separate contractors caused by the Contractor's correction or removal of Work that is not in accordance with the requirements of the Contract Documents. § 12.2.5 Nothing contained in this Section 12.2 shall be construed to establish a period of limitation with respect to other obligations the Contractor has under the Contract Documents. Establishment of the one-year period for correction of Work as described in Section 12.2.2 relates only to the specific obligation of the Contractor to correct the Work, and has no relationship to the time within which the obligation to comply with the Contract Documents may be sought to be enforced, nor to the time within which proceedings may be commenced to establish the Contractor's liability with respect to the Contractor's obligations other than specifically to correct the Work. § 12.3 ACCEPTANCE OF NONCONFORMING WORK If the Owner prefers to accept Work that is not in accordance with the requirements of the Contract Documents, the Owner may do so instead of requiring its removal and correction, in which case the Contract Sum will be reduced as appropriate and equitable. Such adjustment shall be effected whether or not final payment has been made. ARTICLE 13 MISCELLANEOUS PROVISIONS § 13.1 GOVERNING LAW The Contract shall be governed by the law of the place where the Project is located except that, if the parties have selected arbitration as the method of binding dispute resolution, the Federal Arbitration Act shall govern Section 15.4. § 13.2 SUCCESSORS AND ASSIGNS § 13.2.1 The Owner and Contractor respectively bind themselves, their partners, successors, assigns and legal representatives to covenants, agreements and obligations contained in the Contract Documents. Except as provided in Section 13.2.2, neither party to the Contract shall assign. the Contract as a whole without written consent of the other. If either party attempts to make such an assignment without such consent, that party shall nevertheless remain legally responsible for all obligations under the Contract. § 13.2.2 The Owner may, without consent of the Contractor, assign the Contract to a lender providing construction financing for the Project, if the lender assumes the Owner's rights and obligations under the Contract Documents. The Contractor shall execute all consents reasonably required to facilitate such assignment. § 13.3 WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual, to a member of the firm or entity, or to an officer of the corporation for which it was intended; or if delivered at, or sent by registered or certified mail or by courier service providing proof of delivery to, the last business address known to the party giving notice. § 13.4 RIGHTS AND REMEDIES § 13.4.1 Duties and obligations imposed by the Contract Documents and rights and remedies available thereunder shall be in addition to and not a limitation of duties, obligations, rights and remedies otherwise imposed or available by law. AIA Document A209 TM — 2007. Copyright Q 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997 and 2007 by The American [nit. Institute of Architects. All rights reserved. WARNING: This AIAr Document is protected by U.S. Copyright Law and International Treaties. Unauthorized 34 reproduction or distribution of this AIA' Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 08:46:34 on 09/281201 Sunder Order No.0400198402_1 which expires on 1111812015. and is not for resale. User Notes: (960836436) § 13.4.2 No action or failure to act by the Owner, Architect or Contractor shall constitute a waiver of a right or duty afforded them under the Contract, nor shall such action or failure to act constitute approval of or acquiescence in a breach there under, except as may be specifically agreed in writing. § 13.5 TESTS AND INSPECTIONS § 13.5.1 Tests, inspections and approvals of portions of the Work shall be made as required by the Contract Documents and by applicable laws, statutes, ordinances, codes, rules and regulations or lawful orders of public authorities. Unless otherwise provided, the Contractor shall make arrangements for such tests, inspections and approvals with an independent testing laboratory or entity acceptable to the Owner, or with the appropriate public authority, and shall bear all related costs of tests, inspections and approvals. The Contractor shall give the Architect timely notice of when and where tests and inspections are to be made so that the Architect may be present for such procedures. The Owner shall bear costs of (1) tests, inspections or approvals that do not become requirements until after bids are received or negotiations concluded, and (2) tests, inspections or approvals where building codes or applicable laws or regulations prohibit the Owner from delegating their cost to the Contractor. § 13.5.2 If the Architect, Owner or public authorities having jurisdiction determine that portions of the Work require additional testing, inspection or approval not included under Section 13.5.1, the Architect will, upon written authorization from the Owner, instruct the Contractor to make arrangements for such additional testing, inspection or approval by an entity acceptable to the Owner, and the Contractor shall give timely notice to the Architect of when and where tests and inspections are to be made so that the Architect may be present for such procedures. Such costs, except as provided in Section 13.5.3, shall be at the Owner's expense. § 13.5.3 If such procedures for testing, inspection or approval under Sections 13.5.1 and 13.5.2 reveal failure of the portions of the Work to comply with requirements established by the Contract Documents, all costs made necessary by such failure including those of repeated procedures and compensation for the Architect's services and expenses shall be at the Contractor's expense. § 13.5.4 Required certificates of testing, inspection or approval shall, unless otherwise required by the Contract Documents, be secured by the Contractor and promptly delivered to the Architect. § 13.5.5 If the Architect is to observe tests, inspections or approvals required by the Contract Documents, the Architect will do so promptly and, where practicable, at the normal place of testing. § 13.5.6 Tests or inspections conducted pursuant to the Contract Documents shall be made promptly to avoid unreasonable delay in the Work. § 13.6INTEREST Payments due and unpaid under the Contract Documents shall bear interest from the date payment is due at such rate as the parties may agree upon in writing or, in the absence thereof, at the legal rate prevailing from time to time at the place where the Project is located. § 13.7 TIME LIMITS ON CLAIMS The Owner and Contractor shall commence all claims and causes of action, whether in contract, tort, breach of warranty or otherwise, against the other arising out of or related to the Contract in accordance with the requirements of the final dispute resolution method selected in the Agreement within the time period specified by applicable law, but in any case not more than 10 years after the date of Substantial Completion of the Work. The Owner and Contractor waive all claims and causes of action not commenced in accordance with this Section 13.7. ARTICLE 14 TERMINATION OR SUSPENSION OF THE CONTRACT § 14.1 TERMINATION BY THE CONTRACTOR § 14.1.1 The Contractor may terminate the Contract if the Work is stopped for a period of 30 consecutive days through no act or fault of the Contractor or a Subcontractor, Sub -subcontractor or their agents or employees or any other persons or entities performing portions of the Work under direct or indirect contract with the Contractor, for any of the following reasons: .1 Issuance of an order of a court or other public authority having jurisdiction that requires all Work to be stopped; [nit. AIA Document A2011 — 2007. Copyright 0 1911,1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963. 1966. 1970, 1976, 1987, 1997 and 2007 by The American Institute of Architects. All rights reserved. WARNING: This AIA® Document is protected by U.S. Copyright Law and International Treaties. Unauthorized 35 reproduction or distribution of this AIA° Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 08:46:34 on 09128/2015 under Order No.0400198402_1 which expires on 11110/2015. and is not for resale. User Notes: (960836436) .2 An act of government, such as a declaration of national emergency that requires all Work to be stopped; .3 Because the Architect has not issued a Certificate for Payment and has not notified the Contractor of the reason for withholding certification as provided in Section 9.4.1, or because the Owner has not made payment on a Certificate for Payment within the time stated in the Contract Documents; or .4 The Owner has failed to furnish to the Contractor promptly, upon the Contractor's request, reasonable evidence as required by Section 2.2.1. § 14.1.2 The Contractor may terminate the Contract if, through no act or fault of the Contractor or a Subcontractor, Sub -subcontractor or their agents or employees or any other persons or entities performing portions of the Work under direct or indirect contract with the Contractor, repeated suspensions, delays or interruptions of the entire Work by the Owner as described in Section 14.3 constitute in the aggregate more than 100 percent of the total number of days scheduled for completion, or 120 days in any 365-day period, whichever is less. § 14.1.3 If one of the reasons described in Section 14.1.1 or 14.1.2 exists, the Contractor may, upon seven days' written notice to the Owner and Architect, terminate the Contract and recover from the Owner payment for Work executed, including reasonable overhead and profit, costs incurred by reason of such termination, and damages. § 14.1.4 If the Work is stopped for a period of 60 consecutive days through no act or fault of the Contractor or a Subcontractor or their agents or employees or any other persons performing portions of the Work under contract with the Contractor because the Owner has repeatedly failed to fulfill the Owner's obligations under the Contract Documents with respect to matters important to the progress of the Work, the Contractor may, upon seven additional days' written notice to the Owner and the Architect, terminate the Contract and recover from the Owner as provided in Section 14.1.3. § 14.2 TERMINATION BY THE OWNER FOR CAUSE § 14.2.1 The Owner may terminate the Contract if the Contractor .1 repeatedly refuses or fails to supply enough properly skilled workers or proper materials; .2 fails to make payment to Subcontractors for materials or labor in accordance with the respective agreements between the Contractor and the Subcontractors; .3 repeatedly disregards applicable laws, statutes, ordinances, codes, rules and regulations, or lawful orders of a public authority; or .4 otherwise is guilty of substantial breach of a provision of the Contract Documents. § 14.2.2 When any of the above treasons exist, the Owner, upon certification by the Initial Decision Maker that sufficient cause exists to justify such action, may without prejudice to any other rights or remedies of the Owner and after giving the Contractor and the Contractor's surety, if any, seven days' written notice, terminate employment of the Contractor and may, subject to any prior rights of the surety: .1 Exclude the Contractor from the site and take possession of all materials, equipment, tools, and construction equipment and machinery thereon owned by the Contractor; .2 Accept assignment of subcontracts pursuant to Section 5.4; and .3 Finish the Work by whatever reasonable method the Owner may deem expedient. Upon written request of the Contractor, the Owner shall furnish to the Contractor a detailed accounting of the costs incurred by the Owner in finishing the Work. § 14.2.3 When the Owner terminates the Contract for one of the reasons stated in Section 14.2.1, the Contractor shall not be entitled to receive further payment until the Work is finished. § 14.2.4 If the unpaid balance of the Contract Sum exceeds costs of finishing the Work, including compensation for the Architect's services and expenses made necessary thereby, and other damages incurred by the Owner and not expressly waived, such excess shall be paid to the Contractor. If such costs and damages exceed the unpaid balance, the Contractor shall pay the difference to the Owner. The amount to be paid to the Contractor or Owner, as the case may be, shall be certified by the Initial Decision Maker, upon application, and this obligation for payment shall survive termination of the Contract. AIA Document A201TM — 2007. Copyright @ 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997 and 2007 by The American ]nit. Institute of Architects. All rights reserved. WARNING: This Ale Document is protected by U.S. Copyright Law and International Treaties. Unauthorized 36 reproduction or distribution of this Ale Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to ! the maximum extent possible under the law. This document was produced byAlA software at 0B:46:34 on 0912812015 under Order No.040019B402_1 which expires on 1111812015, and is not for resale. User Notes: (960836436) § 14.3 SUSPENSION BY THE OWNER FOR CONVENIENCE § 14.3.1 The Owner may, without cause, order the Contractor in writing to suspend, delay or interrupt the Work in whole or in part for such period of time as the Owner may determine. § 14.3.2 The Contract Sums and Contract Time shall be adjusted for increases in the cost and time caused by suspension, delay or interruption as described in Section 14.3.1. Adjustment of the Contract Sum shall include profit. No adjustment shall be made to the extent .1 that performance is, was or would have been so suspended, delayed or interrupted by another cause for which the Contractor is responsible; or .2 that an equitable adjustment is made or denied under another provision of the Contract. § 14.4 TERMINATION BY THE OWNER FOR CONVENIENCE § 14.4.1 The Owner may, at any time, terminate the Contract for the Owner's convenience and without cause. § 14.4.2 Upon receipt of written notice from the Owner of such termination for the Owner's convenience, the Contractor shall .1 cease operations as directed by the Owner in the notice; .2 take actions necessary, or that the Owner may direct, for the protection and preservation of the Work; and .3 except for Work directed to be performed prior to the effective date of termination stated in the notice, terminate all existing subcontracts and purchase orders and enter into no further subcontracts and purchase orders. § 14.4.3 In case of such termination for the Owner's convenience, the Contractor shall be entitled to receive payment for Work executed, and costs incurred by reason of such termination, along with reasonable overhead and profit on the Work not executed. ARTICLE 15 CLAIMS AND DISPUTES § 15.1 CLAIMS § 15.1.1 DEFINITION A Claim is a demand or assertion by one of the parties seeking, as a matter of right, payment of money, or other relief with respect to the terms of the Contract. The term "Claim" also includes other disputes and matters in question between the Owner and Contractor arising out of or relating to the Contract. The responsibility to substantiate Claims shall rest with the party making the Claim. § 15.1.2 NOTICE OF CLAIMS Claims by either the Owner or Contractor must be initiated by written notice to the other party and to the initial Decision Maker with a copy sent to the Architect, if the Architect is not serving as the Initial Decision Maker. Claims by either party must be initiated within 21 days after occurrence of the event giving rise to such Claim or within 21 days after the claimant first recognizes the condition giving rise to the Claim, whichever is later. § 15.1.3 CONTINUING CONTRACT PERFORMANCE Pending final resolution of a Claim, except as otherwise agreed in writing or as provided in Section 9.7 and Article 14, the Contractor shall proceed diligently with performance of the Contract and the Owner shall continue to make payments in accordance with the Contract Documents. The Architect will prepare Change Orders and issue Certificates for Payment in accordance with the decisions of the Initial Decision Maker. § 15.1.4 CLAIMS FOR ADDITIONAL. COST If the Contractor wishes to make a Claim for an increase in the Contract Sum, written notice as provided herein shall be given before proceeding to execute the Work. Prior notice is not required for Claims relating to an emergency endangering life or property arising under Section 10.4. § 15.1.5 CLAIMS FOR ADDITIONAL TIME § 15.1.5.1 If the Contractor wishes to make a Claim for an increase in the Contract Time, written notice as provided herein shall be given. The Contractor's Claim shall include an estimate of cost and of probable effect of delay on progress of the Work. 1n the case of a continuing delay, only one Claim is necessary. AIA Document A201 T -- 2007. Copyright 01911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987. 1997 and 2007 by The American Init. Institute of Architects. All rights reserved. WARNING: This AlA° document is protected by U.S. Copyright Law and International Treaties. Unauthorized 37 reproduction or distribution of this ALA® Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to ! the maximum extent possible under the law. This document was produced byAIA software at 08:46:34 on 0912812015 under Order No.0400198402_1 which expires on 11/18/2015, and is not for resale. User Notes: (960836436) § 15.1.5.2 If adverse weather conditions are the basis for a Claim for additional time, such Claim shall be documented by data substantiating that weather conditions were abnormal for the period of time, could not have been reasonably anticipated and had an adverse effect on the scheduled construction. § 15.1,6 CLAIMS FOR CONSEQUENTIAL DAMAGES The Contractor and Owner waive Claims against each other for consequential damages arising out of or relating to this Contract. This mutual waiver includes .1 damages incurred by the Owner for rental expenses, for losses of use, income, profit, financing, business and reputation, and for loss of management or employee productivity or of the services of such persons; and .2 damages incurred by the Contractor for principal office expenses including the compensation of personnel stationed there, for losses of financing, business and reputation, and for loss of profit except anticipated profit arising directly from the Work. This mutual waiver is applicable, without limitation, to all consequential damages due to either party's termination in accordance with Article 14. Nothing contained in this Section 15.1.6 shall be deemed to preclude an award of liquidated damages, when applicable, in accordance with the requirements of the Contract Documents. § 15.2INITIAL DECISION § 15.2.1 Claims, excluding those arising under Sections 10.3, 10.4, 11.3.9, and 11.3.10, shall be referred to the Initial Decision Maker for initial decision. The Architect will serve as the Initial Decision Maker, unless otherwise indicated in the Agreement. Except for those Claims excluded by this Section 15.2.1, an initial decision shall be required as a condition precedent to mediation of any Claim arising prior to the date final payment is due, unless 30 days have passed after the Claim has been referred to the Initial Decision Maker with no decision having been rendered. Unless the Initial Decision Maker and all affected parties agree, the Initial Decision Maker will not decide disputes between the Contractor and persons or entities other than the Owner. § 15.2.2 The Initial Decision Maker will review Claims and within ten days of the receipt of a Claim take one or more of the following actions: (1) request additional supporting data from the claimant or a response with supporting data from the other party, (2) reject the Claim in whole or in part, (3) approve the Claim, (4) suggest a compromise, or (5) advise the parties that the Initial Decision Maker is unable to resolve the Claim if the Initial Decision Maker lacks sufficient information to evaluate the merits of the Claim or if the Initial Decision Maker concludes that, in the Initial Decision Maker's sole discretion, it would be inappropriate for the Initial Decision Maker to resolve the Claim. § 15.2.3 In evaluating Claims, the Initial Decision Maker may, but shall not be obligated to, consult with or seek information from either party or from persons with special knowledge or expertise who may assist the Initial Decision Maker in rendering a decision. The Initial Decision Maker may request the Owner to authorize retention of such persons at the Owner's expense. § 15.2.4 If the Initial Decision Maker requests a party to provide a response to a Claim or to furnish additional supporting data, such party shall respond, within ten days after receipt of such request, and shall either (1) provide a response on the requested supporting data, (2) advise the Initial Decision Maker when the response or supporting data will be furnished or (3) advise the Initial Decision Maker that no supporting data will be furnished. Upon receipt of the response or supporting data, if any, the Initial Decision Maker will either reject or approve the Claim in whole or in part. § 15.2.5 The Initial Decision Maker will render an initial decision approving or rejecting the Claim, or indicating that the Initial Decision Maker is unable to resolve the Claim. This initial decision shall (1) be in writing; (2) state the reasons therefor; and (3) notify the parties and the Architect, if the Architect is not serving as the Initial Decision Maker, of any change in the Contract Sum or Contract Time or both. The initial decision shall be final and binding on the parties but subject to mediation and, if the parties fail to resolve their dispute through mediation, to binding dispute resolution. § 15.2.6 Either party may file for mediation of an initial decision at any time, subject to the terms of Section 15.2.6.1. AIA Document A201" — 2007. Copyright O 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 19B7, 1997 and 2007 by The American ]nit. Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized 38 reproduction or distribution of this AIAe Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 08:46:34 on 09/28/2015 under Order No.0400198402_1 which expires on 11118/2015, and is not for resale. User Notes: (960836436) § 15.2.6.1 Either party may, within 30 days from the date of an initial decision, demand in writing that the other party file for mediation within 60 days of the initial decision. If such a demand is made and the party receiving the demand fails to file for mediation within the time required, then both parties waive their rights to mediate or pursue binding dispute resolution proceedings with respect to the initial decision. § 15.2.7 In the event of a Claim against the Contractor, the Owner may, but is not obligated to, notify the surety, if any, of the nature and amount of the Claim. If the Claim relates to a possibility of a Contractor's default, the Owner may, but is not obligated to, notify the surety and request the surety's assistance in resolving the controversy. § 15.2.8 If a Claim relates to or is the subject of a mechanic's lien, the party asserting such Claim may proceed in accordance with applicable law to comply with the lien notice or filing deadlines. § 15.3 MEDIATION § 1511 Claims, disputes, or other matters in controversy arising out of or related to the Contract except those waived as provided for in Sections 9.10.4, 9.10.5, and 15.1.6 shall be subject to mediation as a condition precedent to binding dispute resolution. § 15.3.2 The parties shall endeavor to resolve their Claims by mediation which, unless the parties mutually agree otherwise, shall be administered by the American Arbitration Association in accordance with its Construction Industry Mediation Procedures in effect on the date of the Agreement. A request for mediation shall be made in writing, delivered to the other party to the Contract, and filed with the person or entity administering the mediation. The request may be made concurrently with the filing of binding dispute resolution proceedings but, in such event, mediation shall proceed in advance of binding dispute resolution proceedings, which shall be stayed pending mediation for a period of 60 days from the date of filing, unless stayed for a longer period by agreement of the parties or court order. If an arbitration is stayed pursuant to this Section 15.32, the parties may nonetheless proceed to the selection of the arbitrator(s) and agree upon a schedule for later proceedings. § 15.3.3 The parties shall share the mediator's fee and any filing fees equally. The mediation shall be held in the place where the Project is located, unless another location is mutually agreed upon. Agreements reached in mediation shall be enforceable as settlement agreements in any court having jurisdiction thereof. § 15.4 ARBITRATION § 15.4.1 If the parties have selected arbitration as the method for binding dispute resolution in the Agreement, any Claim subject to, but not resolved by, mediation shall be subject to arbitration which, unless the parties mutually agree otherwise, shall be administered by the American Arbitration Association in accordance with its Construction Industry Arbitration Rules in effect on the date of the Agreement. A demand for arbitration shall be made in writing, delivered to the other party to the Contract, and filed with the person or entity administering the arbitration. The party filing a notice of demand for arbitration must assert in the demand all Claims then known to that party on which arbitration is permitted to be demanded. § 15.4.1.1 A demand for arbitration shall be made no earlier than concurrently with the filing of a request for mediation, but in no event shall it be made after the date when the institution of legal or equitable proceedings based on the Claim would be barred by the applicable statute of limitations. For statute of limitations purposes, receipt of a written demand for arbitration by the person or entity administering the arbitration shall constitute the institution of legal or equitable proceedings based on the Claim. § 15.4.2 The award rendered by the arbitrator or arbitrators shall be final, and judgment may be entered upon it in accordance with applicable law in any court having jurisdiction thereof. § 15.4.3 The foregoing agreement to arbitrate and other agreements to arbitrate with an additional person or entity duly consented to by parties to the Agreement shall be specifically enforceable under applicable law in any court having jurisdiction thereof. § 15.4.4 CONSOLIDATION OR JOINDER § 15.4.4.1 Either party, at its sole discretion, may consolidate an arbitration conducted under this Agrccment with any other arbitration to which it is a party provided that (1) the arbitration agreement governing the other arbitration Milt. Institute Document A20170 — 2007. Copyright® 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997 and 2007 by The American Institute of Architects. All rights reserved. WARNING: This AIA� Document is protected by U.S. Copyright Law and International Treaties, Unauthorized 3g reproduction or distribution of this Al a Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 08:46:34 on 09128/2015 under Order No.0400198402_1 which expires on 11/1812015, and is not for resale. User Notes: (980836436) permits consolidation, (2) the arbitrations to be consolidated substantially involve common questions of law or fact, and (3) the arbitrations employ materially similar procedural rules and methods for selecting arbitrator(s). § 15.4.4.2 Either party, at its sole discretion, may include by joinder persons or entities substantially involved in a common question of law or fact whose presence is required if complete relief is to be accorded in arbitration, provided that the party sought to be joined consents in writing to such joinder. Consent to arbitration involving an additional person or entity shall not constitute consent to arbitration of any claim, dispute or other matter in question not described in the written consent. § 15.4.4.3 The Owner and Contractor grant to any person or entity made a party to an arbitration conducted under this Section 15.4, whether by joinder or consolidation, the same rights of joinder and consolidation as the Owner and Contractor under this Agreement. AIA Document A201 TM — 2007. Copyright ®1911, 1915, 1918, 1925, 1937, 1951, 1958. 1961, 1963, 1966, 1970, 1976, 1987, 1997 and 2007 by The American ]nit. Institute of Architects. All rights reserved. WARNING: This Ale Document is protected by U.S_ Copyright Law and International Treaties. unauthorized 40 reproduction or distribution of this Ale Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the taw. This document was produced by AIA software at 08:46:34 on 09/28/2015 under Order No.0400198402_1 which expires on 11/18/2015, and is net for resale. User Notes: (960836436) SECTION 00800 — SUPPLEMENTARY CONDITIONS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Supplements: The following supplements modify, change, delete from or add to the "General Conditions of the Contract for Construction," AIA Document A201-2007. Where any article of the General Conditions is modified or any Paragraph, Subparagraph or Clause thereof is modified or deleted by these Supplementary Conditions, the unaltered provisions of that Article, Paragraph, Subparagraph or Clause shall remain in effect. B. Supplementary General Conditions supplement and modify the General Conditions and take precedence. The General Conditions, Supplementary General Conditions, and General Requirements are hereby made a part of each division of these specifications and any addenda as through repeated therein. C. Reference to Division 1: Where provisions of General Conditions relate to project administrative or work -related requirements of the Contract, some of those paragraphs are supplemented by Sections of Division 1, "Special Conditions" of the Specifications. PART 2 - SUPPLEMENTS ARTICLE 1: GENERAL PROVISIONS 1.2 Correlation and Intent of the Contract Documents: Add the following Subparagraphs: "1.2.4 The mention of certain items in the Specifications to the exclusion of others (whether in the general statement of the work in a section or paragraph or in itemized lists of any nature); or the mention of work to be done in a specific area to the exclusion of similar or like work required in other areas; or the failure to properly cross-reference related work specified elsewhere, shall not relieve the Contractor of his responsibilities under the Contract Documents. 1.2.5 The titles of sections and paragraphs are not necessarily fully descriptive of the work required thereby. The segregation of the various parts of the Work under headings, by trades, does not relieve the Contractor of the responsibility for furnishing every item shown on the drawings or specified in the specifications, or reasonably inferable therefrom as being necessary to produce the intended results, whether properly segregated or not. 1.2.6 If an item is addressed differently in two places of the contract documents the greater quality or quantity applies and is assumed to take precedence." ARTICLE 3: CONTRACTOR Paragraph 3.4, Labor and Material; this section is supplemented by addition of the requirements specified in Division 1, Section "Product Requirements". 3.4.4 Add: When one material or product is specified by brand, trade or manufacturer's name, that material or product shall establish a standard of quality. Another material or product having the required qualities or characteristics comparable to the specified materials or products may be substituted, subject to the conditions specified herein. Request for changes in materials or products shall be submitted to allow ample time for COL - Reno Muni Square RR 00800 - 1 J21518 consideration before approval or rejections without causing delays in the work. Proposals for substitution shall include sufficient data and physical samples, if requested, to enable the Architect to compare the characteristics of the proposed substitution with the materials or products specified. When no brand or trade name is specified, the materials, supplies, products and equipment shall be comparable in quality to similar items specifically indicated. Where two (2) or more brands of manufacturer's names are used, the Contractor may choose from the names mentioned. 3.5 WARRANTY (Article 3.5 General Conditions): 3.5.2 Add: The General Contractor shall, in case of work performed and guaranteed by his subcontractors, secure warranties from subcontractors and deliver copies to the Architect upon completion of the work. 3.5.3 Add: The General Contractor shall warrant all work performed by him directly, and where guarantees are required in the sections of these specifications, he guarantees the work of his various subcontractors for periods specified. 3.5.4 Add: The General Contractor shall warrant that all material and workmanship is of the quality and quantity and character specified and/or shown. Any defect due to the use of any improper workmanship or material, discovered and made known to him within ONE (1) year after the final acceptance of the project or for longer periods as noted in certain sections of the Specifications, shall be repaired, replaced, corrected and/or otherwise made good by him without additional expense to the Owner. 3.6 STATE SALES TAX (Article 3.6 General Conditions): 3.6.2 Add: (In lieu of 3.6.1) The Owner qualifies for exemption from State and Local Sales Tax pursuant to the provisions of the Texas Limited Sales, Excise and Use Tax Act. The Contractor will be required to provide a breakdown of costs to indicate the amounts of labor and material for the project. A copy of the Owner's exemption certificate is attached. See Exemption Certificate. 3.6.3 Add: The Contractor, on the purchase, rent or lease of all materials, supplies, equipment used or consumed in the performance of this Contract, may be exempt from applicable taxes by issuing to his suppliers an Exemption Certificate in lieu of the tax. 3.7 PERMITS, FEES, & NOTICES (Article 3.7 General Conditions): 3.7.1.1 Add: The Contractor and subcontractors shall secure all certifications of inspection and of occupancy that may be required by authorities having jurisdiction over the Work, including the Board of Fire Underwriters' certificates. He shall deliver same to the Architect upon completion of the Work. 3.7.4 Concealed or Unknown Conditions: Add the following Clauses 3.7.4.1 and 3.7.4.2: "3.7.4.1 The concealed conditions encountered below the surface of the ground mentioned in 3.7.4 shall apply to man-made conditions only. The materials to be excavated shall be considered as unclassified and the Contractor shall assume responsibility for excavating to the depths and limits required by the Contract Documents unless otherwise directed by the Architect, in which case the unit prices stated in the Contract Documents or subsequently agreed upon shall apply. COL - Reno Muni Square RR 00800 - 2 J21518 3.7.4.2 Failure of the drawings to show underground utility lines or other concealed piping, wiring and the like shall not be construed as a guarantee on the part of the Architect or the Owner that such conditions do not exist, though unknown. All operations involving excavation or removals shall be done at the risk of the Contractor who shall take the necessary precautions to protect employees and the public from injury or death and to avoid damage to existing systems." Paragraph 3.8, Allowances; this section is supplemented by the addition of the requirements specified in Division 1, Section "Allowances". Paragraph 3.12, Shop Drawings, Product Data and Samples; this section is supplemented by addition of the requirements specified in Division 1, Section "Submittal Procedures". ARTICLE 4: ARCHITECT 4.2 Administration of the Contract: Add the following Clause: "4.2.15 Where "as directed," "as directed by Architect," or similar notation appears in the Contract Documents, the Contractor shall ask for and receive the necessary instructions from the Architect before proceeding with that portion of the Work. Requests for instructions shall be made with reasonable promptness." 4.3 ARBITRATION — Delete this Section in its entirety. The City of Lubbock does not arbitrate. ARTICLE 5: SUBCONTRACTORS Paragraph 5.2.1; This section is supplemented by addition of the requirements specified in Division 1, Section "Payment Procedures". 5.2 Award of Subcontracts and Other Contracts for Portions of the Work: Add the following Clauses 5.2.2.1 and 5.2.2.2: "5.2.2.1 If required by the Architect, the Contractor shall submit evidence that the person or entity he proposes to use are competent, have had experience and have performed satisfactorily on jobs of similar size, complexity, type and scope. The information, if required, shall give complete experience records of the proposed person or entity which shall include: Name of Job, Type of Job, General Contractor, Architect, Date Completed, Approximate Cost (of subcontract). 5.2.2.2 The acceptance of a person or entity (including those who are to furnish materials or equipment fabricated to a special design) shall not constitute approval of the materials they customarily handle, unless the materials are acceptable to the Architect as being equal to those specified in quality, function, performance and appearance. The Architect shall be the sole judge as to acceptability of the materials as to appearance." 5.2.5 Add in place of last sentence the following sentence: No increase in the Contract sum shall be allowed for such substitutions unless the Contractor submits conclusive evidence that the rejected subcontractor can perform work required based upon a minimum of three (3) years satisfactory experience performing the type of work required. ARTICLE 7: CHANGES IN THE WORK 7.2.2 Add the following subparagraph and associated clauses: COL - Reno Muni Square RR 00800 - 3 J21518 7.2.2 In responding to a request for a proposed price for a change in the work, or in submitting a claim, the Contractor shall furnish a lump sum proposal supported by a complete breakdown as described hereafter, indicating the estimated or actual cost to the Contractor for performance of the changed work, including the applicable percentage of overhead and profit described hereafter. Any request for a time extension must be justified and presented in adequate detail, showing that the proposed change will delay the final Contract Completion Date, to permit evaluation. 7.2.2.1 The proposal for the adjustment of work which a Subcontractor directly performs shall contain the following items: a. Estimated cost, using any discounts to the trades, of the materials and supplies used, which shall be itemized completely to include unit cost, quantity and total cost. Estimated wages paid for skilled, semi -skilled or unskilled labor performing the additional work, which shall be itemized completely to include trade(s), hourly rate, hours and total cost. Such wages shall include labor required for performance of the changed work only. Working foremen may be included; all other supervisors shall be excluded and shall be considered as a part of field supervision. Labor for supporting services, including but not limited to safety provisions, layout, and trash removal, shall be excluded and shall be considered as a part of overhead. C. Estimated cost to the Contractor for additional construction equipment used solely on the Change Order work, to include rental rates of owned equipment rates for such items of equipment while in use, which shall be itemized completely to include type(s), the number(s) of each, hourly rate, hours and total cost. Equipment which is used regularly at the job shall be used in Change Order work at no extra charge. Rental of owned equipment rates shall be no greater than those established by the AGC for the local area. As used herein the terms "construction equipment" and "equipment" shall include wheeled vehicles and small tools. d. Estimated transportation costs for delivery and handling of materials and supplies, bringing to and removing from the site additional construction equipment and/or new items of installed equipment, if applicable, which shall be itemized separately. e. Estimated off -site storage costs in excess of thirty (30) calendar days for new items of installed equipment, if applicable. f. Percentage permitted to be added to total sum of a, b, c, d, and e above, to cover all field supervision (including superintendents), use of other tools and equipment already on the job as necessary for performance of the Change Order work, field and general home office services and expenses, interference with other work, adjustments to progress schedules and all other overhead (including bond and insurance, only if the work is by Contract Amendment. Changes deducted from the Contingency Allowance (if any) shall not include additional percentage for Bond and Insurance.) and profit combined with the Contractor's O&P shall not exceed ten percent (10%). g. g) To the total cost proposed for the Change Order work which is the sum of a, b, c, d, e and f above, may be added to the net cost of the following, if applicable, Social Security, Old Age Pension and/or other taxes of like nature imposed upon the Subcontractor, or Contractor (when it performs the work) by the State or Federal Government, or both, which are incident solely to such Change Order work and which the Contractor would be required to pay if or as it performs the work. 7.2.2.2 To the amount of the adjustment of Subcontractor proposal(s) as listed under paragraph 7.2.2.1 above, the Contractor will be allowed to add a percentage to cover all overhead expenses and profit, including supervision, small tools, insurance and bond, this shall not exceed the combined allowable COL - Reno Muni Square RR 00800 - 4 J21518 Subcontractor/Contractor percentage of ten percent (10%). It is expressly understood that when the Contractor performs the work with its own forces and there is no Subcontractor involved, the Contractor will be allowed the full maximum allowable markup of ten percent (10%). 7.2.2.3 In cases where changes in the work result in a credit to the Owner, the credit shall be limited to direct costs; that is, no overhead or profit shall be applied to such credit. In cases where a change in the work results in both credits and charges to the Owner, the Contractor will be allowed to add the overhead and profit percentages indicated in 7.2.2.1 and 7.2.2.2 to the net charge; if there is a net credit no overhead or profit shall be charged." 7.3.10 Add: In subparagraph 7.3.6, the allowance for the combined overhead and profit included in the total cost to the Owner shall be based on the following schedule: .1 For the Contractor, the Work performed by the Contractor's own forces, fifteen (15%) of the cost. .2 For the Contractor, for Work performed by the Contractor's sub -contractor, five (5%) percent of the amount due the sub -contractor. .3 For each subcontractor or sub -subcontractor involved, for Work performed by that subcontractor's or sub -subcontractor's own forces, fifteen (15%) percent of the cost. .4 Cost to which overhead and profit is to be applied shall be determined in accordance with Subparagraph 7.3.6. .5 In order to facilitate checking of quotations for extras or credits, all proposals, except those so minor that their propriety can be seen by inspection, shall be accompanied by a complete itemization of costs including labor, materials and subcontracts. Labor and materials shall be itemized in the manner prescribed above. Where major cost items are subcontracts, they shall be itemized also. In no case will a change be approved without such itemization. ARTICLE 9: PAYMENTS AND COMPLETION 9.2.2 Add: Break down the items of the Mechanical and Electrical Sections of the Project into logical sub- headings for better basis for review of the Contractor's application for payment. Section 9.3 Applications For Payment; This section is supplemented by additions of the requirements specified in Division 1, Section "Payment Procedures". 9.3 Applications for Payment: Change as follows: 9.3.1 Change Paragraph to Read: The Contractor shall make his application (according to breakdown) for monthly payments to the Architect on or about the twenty-eighth (28)day of each month. Certificates will be checked and forwarded to the Owner no later than the TENTH (loth) day of each month. The Owner shall make payment to the Contractor no later than the TWENTIETH (201h) day of the same month. If an Application for Payment is received by the Owner after the application date fixed above, payment shall be made by the Owner not later than TEN (10) days after the Owner receives the Application for Payment. The Contractor will be paid by the Owner NINETY (90%) percent of the value of materials and labor expended on the building less previous payments. Final payment will include the remaining TEN (10%) percent. "The form of Application for Payment shall be a notarized AIA Document G702-1992, Application and Certificate for Payment, supported by AIA Document G703-1992, Continuation Sheet, submitted in quadruplicate." COL - Reno Muni Square RR 00800 - 5 J21518 Add the following Clause 9.3.1.3: "9.3.1.3 Until Substantial Completion, the Owner will pay ninety percent of the amount due the Contractor on account of progress payments." 9.3.2 Add the following Clauses: "9.3.2.1 In preparing the Application for Payment, the Contractor shall verify the accuracy of the requests for payment submitted by his Subcontractors and materials suppliers and shall not include in his Application for Payment any sum which, in his opinion, if approved will result in an overpayment for their work performed or materials delivered. 9.3.2.2 All items which are shipped in crates or otherwise wrapped shall be uncrated or unwrapped and inspected by the Contractor upon arrival at the site. Materials shall be carefully inspected for quantities, sizes and color, if color selection is a consideration, damage, or defects; and if damaged, defective, or otherwise not in conformance with the Contract Documents, shall be recorded immediately. 9.3.2.3 The contractor shall not request payment for any items until he has inspected the items and any materials which are not in conformance with the contract documents shall not be included in any Application for Payment." 9.10.2 In addition to the items listed in 9.10.2, the Contractor shall deliver the following items to the Architect before final payment will be made: 1. All warranties and guarantees as required on specific products or portions of the Work, in triplicate. 2. Documents required by paragraph 9.10.2 of the General Conditions. 3. Project Record Documents required by Paragraph 3.11.1. 4. Operation and maintenance data specified in Project Manual including Division 15 and 16. 9.10.2.2 As a prerequisite to final payment, the Contractor shall submit the following items to the Architect, properly executed. 1. AIA Document G706 "Contractor's Affidavit of Payment of Debts and Claims". 2. AIA Document G706A "Contractor's Affidavit of Release of Liens", conditional upon receipt of final payment. 3. AIA Document G707 "Consent of Surety Company to Final Payment" along with Contractor's Release or Waiver of Lien (conditional upon receipt of final payment and Separate Releases or Waiver of Liens from all subcontractors and all material or equipment suppliers). 4. Written Guarantee by Contractor and each Subcontractor that work will be free of defects in materials and workmanship for a period of one year from date of Substantial Completion, except as otherwise specified. 5. Maintenance Manuals as required in Specifications. ARTICLE 10: PROTECTION OF PERSONS AND PROPERTY Add the following paragraph and associated subparagraphs: COL - Reno Muni Square RR 00800 - 6 J21518 10.1.1 Within a reasonable time after notification, the Owner will render harmless all asbestos or polychlorinated biphenyl (PCS) encountered during progress of the Work. 10.2.1.4 During the construction of the Project, Contractor shall comply with all applicable provisions of the Occupational Safety and Health Administration's (OSHA) standards for trench safety whenever trench excavation exceeds a depth of five feet. 10.5 AFFIDAVIT FOR ASBESTOS EXCLUSION AND NOTIFICATION; 10.5.1 Within thirty (30) days of "Notice to Proceed" the Contractor will submit a notarized affidavit that states, "The undersigned Contractor certifies that to the best of his knowledge, information and belief the Work covered by the Contract Documents for this project will be completed without the use of any asbestos, asbestos related materials, fibers or equipment, and that the Architect and Owner will be immediately notified if the Contractor, or any of his assigns or subcontractors, uncovers or has belief that asbestos products or materials are being used, installed or uncovered at the jobsite." 10.5.2 Upon completion of the project the Contractor will submit a notarized affidavit that states, "The undersigned Contractor certifies that to the best of his knowledge, information and belief the Work has been completed without the use of any asbestos related materials, fiber or equipment." In addition, the Contractor shall prepare a ring binder with indexed dividers for each specification section. Behind each divider the Contractor shall insert the MSDS for each product utilized in the construction of the project that are associated with that section. ARTICLE 11: INSURANCE AND BONDS 11.1 Contractor's Liability Insurance: Add the following Clauses 11.1.1.9, 11.1.1.10: "11.1.1.9 Liability Insurance shall include all major divisions of coverage and be on a comprehensive basis including: 1. Premises Operations (including X, C and U coverage's as applicable). 2. Independent Contractors' Protective. 3. Products and Completed Operations. 4. Personal Injury Liability with Employment Exclusion deleted. 5. Contractual, including specified provision for Contractor's obligation under Paragraph 3.18. 6. Owned, non -owned and hired motor vehicles. 7. Broad Form Property Damage including Completed Operations. 11.1.1.10 If the General Liability coverage's are provided by a Commercial General Liability Policy on a claims -made basis, the policy date or Retroactive Date shall predate the Contract; the termination date of the policy or applicable extended reporting period shall be no earlier than the termination date of coverage's required to be maintained after final payment, certified in accordance with Subparagraph 9.10.2. 11.1.2. Delete the first sentence of subparagraph 11.1.2 and replace with the following: COL - Reno Muni Square RR 00800 - 7 J21518 "The insurance required by Subparagraph 11.1.1 shall be written for not less than the following limits, or greater if required by law: 1. Workers'Compensation: (a) State: Statutory Limits (b) Employer's Liability, not less than: Bodily Injury by Accident (each accident) $ 100,000.00 Bodily Injury by Disease (each employee) $100,000.00 Bodily Injury by Disease (policy limit) $500,000.00 2. Comprehensive or Commercial General Liability including Premises Operations, Independent Contractors' Protective, Products and Completed Operations, Broad Form Property Damage, Contractual Insurance, and Personal Injury with coverage not less than the following: (a) General Aggregate: $1,000,000.00 and it shall apply, in total, to this Project only. (b) Products and Complete Operations Aggregate: $1,000,000.00 to be maintained for 1 year after final payment. (c) Personal Injury, with Employment Exclusion Deleted: $500,000.00. (d) Each Occurrence: $100,000.00 (e) Fire Damage (any one fire): $50,000.00 3. Business Auto Liability (including owned, non -owned and hired vehicles) with limits not less than the following: (a) Bodily injury $300,000 each person / $500,000 each occurrence and property damage $300,000 each occurrence. 4. Umbrella Excess Liability: (a) $ 1,000,000.00 over primary insurance. 5. Builders Risk Insurance (Owner to Provide): The Contractor shall, during the progress of the work, maintain insurance equal to the full amount of the cost of the project plus three per cent for additional costs. Policy shall be inland marine form, subject to the approval of the Owner as to form. The insurance shall cover all work incorporated in the building project and all materials for the same in or about the premises. Money received under any such insurance shall be paid in the same manner as monthly progress payments in relation to the costs incurred in the rebuilding or reparation of the work destroyed or damaged. Builders Risk Insurance shall be subject to a COL - Reno Muni Square RR 00800 - 8 J21518 deductible of $ 1,000.00 for all losses occasioned by perils insured. All other losses will be at the risk of the contractor(s). 6. Certificates of Insurance for the above coverage's shall be filed with the Owner before work is started." 11.1.5. Add subparagraphs 11.1.5 thru 11.1.15 as follows: 11.1.5 Required workers' compensation coverage's, 28 TAC 110.110(c)(7), adopted to implement Texas Labor Code 406.096. 11.1.5.1 Workers' Compensation - Statutory Limits 11.1.6 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 is required for the duration of the project. 11.1.6.1 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. 11.1.6.2 Persons providing services on the project ("subcontractor" in Texas Labor Code 406.096) include 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 that furnishes persons to provide services on the project. 11.1.6.3 Services include, without limitation, providing, hauling or delivering equipment or materials, or providing labor, transportation, or other service related to a project. Services do not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 11.1.7 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 401.011(44) for all employees of the contractor providing services on the project for the duration of the project. 11.1.7.1 The contractor must provide a certificate of coverage to the Owner prior to being awarded the contract. 11.1.8 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 Owner showing that coverage has been extended. 11.1.9 The contractor shall obtain from each person providing services on a project, and provide to the Owner: 1. 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 2. 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. COL - Reno Muni Square RR 00800 - 9 J21518 11.1.10 The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 11.1.11 The contractor shall notify the Owner in writing by certified mail or personal delivery, within ten 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. 11.1.12 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. 11.1.13 The contractor shall contractually require each person with whom it contracts to provide services on a project, to: 1. 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 401.011(44) for all of its employees providing services on the project for the duration of the project; 2. 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; 3. 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. 4. Obtain from each other person with whom it contracts, and provide to the contractor: a. A certificate of coverage, prior to the other person beginning work on the project; and b. 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, 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 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 7. Contractually require each person with whom it contracts to perform as required by items 1-7, with the certificates of coverage to be provided to the person for whom they are providing services. 11.1.14 By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self - insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. COL - Reno Muni Square RR 00800 - 10 J21518 11.1.15 The contractor's failure to comply with any of these provisions is a breach of contract by the contractor that 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. 11.3 PROPERTY INSURANCE: 11.3.1 Modify the first sentence of Subparagraph 11.3.1 as follows: Delete "unless otherwise provided, the Owner" and substitute "The Contractor." Add the following sentences: "The form of policy for this coverage shall be Completed Value. If the Owner is damaged by the failure of the Contractor to maintain such insurance, then the Contractor shall bear all reasonable costs properly attributable thereto." 11.3.1.2 Delete Clause 11.3.1.2. 11.3.1.3 Delete Clause 11.3.1.3. Add the following subparagraph 11.3.1.6: "11.3.1.6 The insurance required by Paragraph 11.3 is not intended to cover machinery, tools or equipment owned or rented by the Contractor which are utilized in the performance of the Work but not incorporated into the permanent improvements. The Contractor shall, at the Contractor's own expense, provide insurance coverage for owned or rented machinery, tools or equipment which shall be subject to the provisions of Subparagraph 11.3.7." 11.3.4 Delete Subparagraph 11.3.4. 11.3.6 Delete Subparagraph 11.3.6 and substitute the following: "11.3.6 Before an exposure to loss may occur, the Contractor shall file with the Owner two certified copies of the policy or policies providing his Property Insurance coverage, each containing those endorsements specifically related to the Project. Each policy shall contain a provision that the policy will not be canceled or allowed to expire until at least 30 days prior written notice has been given to the Contractor." 11.3.8 Modify Subparagraph 11.3.8 by substituting "Contractor" for "Owner" as fiduciary; except that at the first reference to "Owner" in the first sentence, substitute the word "this" for "Owner's." 11.3.9 Modify Subparagraph 11.3.9 by substituting "Contractor" for "Owner" each time the latter word appears. 11.3.10 Modify Subparagraph 11.3.10 by substituting "Contractor" for "Owner" each time the latter word appears. 11.4 PERFORMANCE BOND AND PAYMENT BOND: 11.4.1 The Contractor shall, at his expense, and prior to acceptance and signing of this contract by the Owner, furnish and deliver a Statutory Payment Bond and a Statutory Performance Bond in the sum of one hundred (100%) percent of the amount of the contract, and both in accordance with Article 5160, Public Work or 5472c and 5472d for Private Work, Revised Civil Statutes of the State of Texas as amended by acts of the Legislature COL - Reno Muni Square RR 00800 - 11 J21518 of the State of Texas. The surety furnishing such bond shall be authorized to perform in the State of Texas and shall be approved by the Owner. All bonds for this project shall be written by a surety company listed in the DEPARTMENT OF THE TREASURY FEDERAL REGISTER. Bonds shall guarantee the faithful performance of all the covenants, stipulations and agreements of the Contract, which bills or obligations might or will in any manner become a claim against the Owner, and guarantee the work included in this Contract against faulty methods or poor workmanship for the periods specified after the date of completion of Contract. All provisions of the Bond shall be complete and in full accordance with statutory requirements. Bonds shall be signed by an agent resident in state and date of bond shall be the date of execution of the Contract. If at any time during the continuance of the Contract, the surety of the Contractor's bond becomes irresponsible, the Owner shall have the right to require additional and sufficient sureties which the Contractor shall furnish to the satisfaction of the Owner within ten (10) days after notice to do so. In default thereof, the Contractor may be suspended, all payment or money due to the Contractor withhold. 11.4.1.1 The Contractor shall deliver the required bonds to the Owner not later than three (3) days following the date the Agreement is entered into, or if the Work is to be commenced prior thereto in response to a letter of intent, the Contractor shall, prior to the commencement of the Work, submit evidence satisfactory to the Owner that such bonds will be furnished. 11.4.1.2 The Contractor shall require the attorney -in -fact who executes the required bonds on behalf of the surety to affix thereto a certified and current copy of the power of attorney. ARTICLE 12: UNCOVERING AND CORRECTION OF WORK 12.2 Correction of Work, Paragraph 12.2.2; this section is supplemented by the addition of the requirements as in the clauses listed below: 12.2.2.1 Except where otherwise stipulated in the contract documents, the Contractor shall, as per his contract, provide the Owner with a warranty for all materials and workmanship furnished under this contract for a period of one (1) year after the date of substantial completion. The Contractor shall repair and make good, without expense to the Owner, any and all repair and make good, without expense to the Owner, any and all defects in his work which may develop within that time. 12.2.2.2 All required warranties shall be submitted to the Architect on an approved form before the building will be finally accepted, and all warranties and guarantees shall be dated the date of the Substantial Completion, regardless of the date of installation. 12.2.2.3 Just prior to termination of the one year warranty period, the Contractor shall accompany the Owner and Architect on an inspection tour of the building and shall note any defects and shall start remedying these defects within ten days of the inspection tour. For extended warranties or guarantees required by various sections, ie. roofing, compressors, mechanical equipment, the Owner will notify the Contractor of deficiencies and Contractor shall start remedying these defects within (7) seven days of initial notification from Owner. Contractor shall prosecute the work without interruption until accepted by the Owner and the Architect even though such prosecution should extend beyond the limits of the warranty period. ARTICLE 15: CLAIMS AND DISPUTES 15.3 Mediation — Omit this Section entirely. COL - Reno Muni Square RR 00800 - 12 J21518 15.4 Arbitration — Omit this Section entirely. ADDITIONAL CONTIDIONS 16.1 WAGE RATES Provisions of the Contract will require the successful Bidder to comply with all state laws, including the provisions of Article 5159A, Vernon's Texas Civil Statutes, concerning prevailing rates hourly rates, prevailing rates for legal holiday and overtime work, required payment of such rates and record keeping. As required by such Article 5159A, Owner specifies that these rates required to be paid by Contractor and each Subcontractor are as listed. See Prevailing Wage Rates. 16.2 CONTRACT TIME The Contract Time shall begin on the date specified in a written "Notice to Proceed" and continue until the completion date indicated in the proposal. The term "day" shall be a calendar day of twenty-four (24) hours beginning at 12:00 midnight. Neither the final payment nor any part of the retained percentage shall become due until the Contractor, if required, shall deliver to the Owner a complete release of all liens arising out of this Contract, or receipts in full in lieu thereof and, if required in either case, an affidavit that so far as he has knowledge or information the releases and receipts include all the labor and material for which a lien could be filed, but the Contractor may, if any subcontractor refuses to furnish a release or receipt in full, furnish a bond satisfactory to the Owner, to indemnify him against any lien. 16.3 TIME FOR 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 the time for completion as specified in the Contract of the Work to be done hereunder are ESSENTIAL CONTITIONS of this Contract; and it is further mutually understood and agreed that the Work embraced in this Contract shall be commenced on a date to be specified in the "Notice to Proceed". The Contractor agrees that said work shall be prosecuted regularly, diligently and uninterruptedly at such rate of progress as will insure full completion thereof within the time specified. It is expressly understood and agreed, by completion of the work described herein is a reasonable time for completion of the same, taking into consideration the average climatic range and usual industrial conditions prevailing in this locality. If the said Contractor shall neglect, fail or refuse to complete the work within the time indicated by the Bidder in his proposal, or any proper extension thereof granted by the Owner, then the Contractor does hereby agree, as a part consideration for the awarding of this contract, to pay to the Owner the amount specified in the contract, not as a penalty but as liquidated damages for such breach of contract as hereinafter set forth, for each and every calendar day that the Contractor shall be in default after the time stipulated in the Contract for completing the Work. The said amount is fixed and agreed upon by and between the Contractor and the Owner because of the impracticability and extreme difficulty of fixing and ascertaining the actual damages the Owner would in such even sustain, and said amount shall be retained from time to time by the Owner from current periodical estimates. It is further agreed that time is of the essence of each and every portion of this Contract and of the specifications wherein a definite and certain length of time is fixed for the performance of any act whatsoever, and where under the Contract an additional time is allowed for the completion of any work, the COL - Reno Muni Square RR 00800 - 13 J21518 new time fixed by such an extension shall be of the essence of this Contract. Provided, that the Contractor shall not be charged with liquidated damages or any excess cost when the delay in completion of the work is done: To any performance, priority or allocated order duly issued by the Government. To unforeseeable cause beyond the control and without the fault or negligence of the Contractor, including but not restricted to, acts of God, or of the public enemy, acts of the Owner, acts of another Contractor in the performance of a contract with the Owner, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, occasioned by any of the causes specified in subsections of this Article. Provided, further, that the Contractor shall, within ten (10) days from the beginning of such delay, unless the Owner shall grant a further period of time prior to the date of final settlement of the contract, notify the Owner, in writing, of the causes of the delay, who shall ascertain the facts and extent of the delay and notify the Contractor within a reasonable time of its decision in the matter. The Contractor hereby agrees to commence work under this contract on or before a date to be specified in a written "Notice to Proceed" of the Owner and to fully complete the project on or before the time indicated by the bidder's proposal. The Contractor further agrees to pay, as liquidated damage, the sum given below for each consecutive calendar day thereafter as hereinafter provided in Article 15.4 of the Supplementary General Conditions of the Contract for Construction: $200.00 per day. 16.4 CONSTRUCTION SAFETY ACT Contractors bidding on this project are advised that the provisions of 440 U.S. Code (U.S.C.) 333, as implemented by the Regulations of the Secretary of Labor, #37 Federal Register (F.R.) 75, Pages 7339- 7410, apply to this Contract and the successful Bidder will be required to comply therein. 16.5 ADDENDA Any addenda issued during the time of bidding shall be covered in the proposal, and in closing contract, they shall become a part thereof. 16.6 LITIGATION JURISDICTION Any and all litigation between any parties associated with this contract or the project in general shall reside in Lubbock County. END OF SECTION 00800 COL - Reno Muni Square RR 00800 - 14 J21518 SECTION 01010 - SPECIAL CONDITIONS 1.01 RELATED DOCUMENTS: A. Applicable requirements of the General Conditions and Supplementary General Conditions apply to work specified in this section. 1.02 EXAMINATION OF SITE: A. Bidders are expected to visit the site of the building and compare the drawings and specifications with existing conditions, and inform themselves of all conditions which will affect this work. Failure of the successful bidder to do so will in no way relieve the bidder from necessity of furnishing any materials, labor, or equipment, or performing any work that may be required to complete work in accordance with drawings and specifications, without additional cost to the Owner. 1.03 WORK COVERED BY CONTRACT DOCUMENTS: A. The Project consists of the Restroom Renovations for McWhorter Elementary School. 1. Project Location: 916 Texas Avenue, Lubbock, Texas 79401 2. Owner: City of Lubbock B. Contract Documents were prepared for the Project by: JDMA, Inc. 1402 Avenue N Lubbock, Texas 79401 (806) 744-4490 (806) 744-4494 Fax C. The Contractor shall supply all labor, materials, transportation, apparatus, light, energy, scaffolding and tools necessary for the entire proper and substantial completion of the work and shall install, maintain and remove all equipment of construction and other utensils or things and be responsible for the safe, proper and lawful construction maintenance and use of same, and shall construction in the best and most workmanlike manner these improvements and everything properly incidental thereto, as shown on Drawings, stated in Specifications or reasonably implied therefrom or in accordance with the Contract Document. D. The Work will be constructed under a single prime contract. 1.04 TIME OF COMPLETION: A. Adherence to the Time of Completion shall be a strict condition of this Contract. The Contractor agrees to commence work on or before the date specified in a written "Notice to Proceed" to be issued by the Owner. The Contractor shall be given Ninety (90) consecutive calendar days from the issuance of the "Notice to Proceed" to complete all work. A "Certificate of Substantial Completion" shall be issued upon completion of the work. 1.05 LIQUIDATED DAMAGES: A. The Contractor shall agree, if awarded the contract, to complete all the work within The Time of Completion or pay the Lubbock Independent School District Two Hundred Dollars ($200.00) per calendar day in liquidated damages until such time as the work is complete. 1.06 CONTRACTOR USE OF PREMISES: A. Use of the Site: Limit use of the premises to work in areas indicated. Confine operations to areas within contract limits indicated. Do not disturb portions of the site beyond the areas in which the Work is indicated. COL - Reno Muni Square RR 01010 - 1 J21518 Owner Occupancy: Allow for Owner occupancy of the facility and adjacent facilities. Driveways and Entrances: Keep driveways and entrances serving the premises clear and available to the Owner, the Owner's employees, and emergency vehicles at all times. Do not use these areas for parking or storage of materials. Schedule deliveries to minimize space and time requirements for storage of materials and equipment on -site. B. Buildings: Protect existing buildings from damage throughout the construction period. Repair damage caused by construction operations. Take all precautions necessary to protect the building and its occupants during the construction period. 1.07 OCCUPANCY REQUIREMENTS: A. Full Owner Occupancy: The Owner will occupy the site, the existing building and existing adjacent buildings during the entire construction period. Cooperate with the Owner during construction operations to minimize conflicts and facilitate owner usage. Perform the Work so as not to interfere with the Owner's operations. 1.08 WORK SEQUENCE: A. The Work will be conducted in One single phase. 1.09 NOTIFICATIONS: A. The Contractor shall give the Architect verbal notification at least 48 hours prior to commencing any of the following: Application of Roofing Painting Testing Various Utility Lines 1.10 PROTECTION AND ACCESS: A. The Contractor shall adequately protect the adjacent property at all times, and shall make good at his own expense any damage to such property arising out of any operation connected with his contract. B. The Contractor shall at all times protect the excavations, trenches, and/or the building from damage from rain water, spring water, ground water, backing up of drains or sewers, and all other water. He shall provide pumps and equipment and enclosures to provide this protection. C. The Contractor shall at all times provide protection against weather- rain, wind, storms, frost, or heat so as to maintain all work, materials, apparatus and fixtures from injury or damage. At the end of the day's work all new or old work likely to be damaged shall be protected. 1.11 AWARD OF SUBCONTRACTS AND OTHER CONTRACTS FOR PORTIONS OF THE WORK: A. Before the award of the Contract, the Contractor shall furnish to the Architect in writing for acceptance by the Owner and the Architect a list of the names of Subcontractors proposed for the various portions of the work, including the federal identification number of the Contractor and each Subcontractor. Pay estimates will not be considered until Subcontractors are approved. 1.12 SPECIAL PROJECT PROCEDURES: A. WORKING AND STORING AREAS: The areas indicated on the Site Plan limiting lines comprise the working and storing areas. Storing or working outside of the indicated space is prohibited. Keep areas outside the indicated working and storing spaces free from debris incident to this contract. All weeds must be cut and maintained at all time. COL - Reno Muni Square RR 01010 - 2 J21518 B. FACILITIES: The contractor shall take precautions to protect existing facilities and features within the designated construction limits and along the access to the construction site. Any damage caused by the Contractor or his Subcontractor shall be repaired immediately at his expense. C. REPAIR OF DAMAGE: The Contractor shall be responsible for any loss or damage caused by him, his workmen, or his subcontractors to the work or materials, to tools, and equipment of one another, to adjacent property and persons, and shall make good any loss, damage or injury without cost to the Owner. D. EXISTING UNDERGROUND UTILITIES: If existing underground lines occur in the site where the work is to be done, such lines will be staked by the Owner for the benefit of Owner and Contractor prior to start of the work. E. NEW UTILITY CONNECTIONS: Utility Service: Coordinate with utility companies for shut-off, capping and continuation of utility services as required. Outages: Two days prior notice of all utility outages must be given to the Owner, and all work of this nature must be approved and coordinated with the Owner. F. CONSTRUCTION SEQUENCE: Site work and site utilities work may begin immediately after pre -construction meeting with contractor and owner. Shop drawing preparation and materials acquisition shall occur immediately upon award of sub- contracts. The contractor shall proceed in an orderly manner to complete the project on schedule. 1.13 COORDINATION: A. The General Contractor and all subcontractors on the project shall coordinate their work with each other, advising on work schedules, equipment locations, etc. B. Mechanical and Electrical subcontractors shall coordinate routes of piping, ductwork, etc., with each other prior to start of installation. 1.14 FIELD ENGINEERING: A. LAYING OUT WORK: A competent foreman or superintendent initially approved by the Architect, shall be kept by the Contractor at the construction site at all times and in continuous superintendence during the progress of the work, to receive instructions and to act for the Contractor in the accurate laying out and direction of all work. 1.15 REGULATORY REQUIREMENTS: A. PERMITS AND LAWS: The Contractor shall comply with all Federal, State and Municipal Laws, Codes and Ordinances applicable to the work of this contract, and he shall also comply with all regulations of the National Board of Fire Underwriters having jurisdiction, and he shall obtain and pay for all permits required in connection with the execution of his work. The Architect shall be furnished with certified copies of these permits if requested. COL - Reno Muni Square RR 01010 - 3 J21518 If the above Laws, Codes or Ordinances conflict with the Contract Documents, then the laws, codes or ordinances shall govern instead of the documents, except in such cases where the documents exceed them in quality of materials, or labor; then the documents shall be followed. The Contractor shall be responsible for complying with all aspects of the Texas Accessibilities Standards (TAS), in particular, toilet room fixtures/accessories and mechanical/electrical switching devices, as required by TAS, in toilet rooms and all other spaces of work as defined within the Contract Documents. 1.16 PROJECT MEETINGS: A. PRECONSTRUCTION CONFERENCE: Prior to the Contractor beginning work at the site, the Architect will hold a preconstruction conference at a time and place to be established by the Architect. B. PROJECT REPORTS: At each bi-monthly meeting, the Contractor shall provide a written report to the Owner and Architect on project progress during the preceding period. A project schedule shall be submitted each progress meeting. C. BI-MONTHLY PROGRESS MEETINGS: Construction progress meetings will be held twice a month during the 2nd and 4d' week. Exact meeting dates to be established at pre -construction meeting. 1.17 SUBMITTALS: A. CONSTRUCTION SCHEDULE: Within fifteen (15) days after signing of Contract, the Contractor shall submit to the Architect a Progress Chart showing the sequence of construction, together with proposed completion dates for the various trades. Schedule shall indicate the start and finish dates for the various major subcontracts or operations. The Owner shall provide the Contractor with a monthly schedule of events which will occur during the course of construction so as to not to interfere with such activities. The Owner may request that certain activities of construction be halted or delayed if they interfere with special programs or events scheduled for the existing facility. 1.18 TEMPORARY UTILITIES: A. The Owner will provide power for the construction site. The Contractor shall make all arrangements with the Owner as necessary to connect to existing utility systems. B. The Contractor shall provide adequate temporary lighting in the building for all trades. C. Telephone: Contractor shall be responsible for his own telephone. The Contractor shall provide and pay for a telephone at the building site in order to expedite his work. Local telephone service shall be made available to all persons connected with the work. D. Toilets: The Construction Manager shall provide and maintain in good order temporary toilets on the site. Toilet shall be an approved chemical type. Toilets shall be completely enclosed and of neat appearance. Toilet locations shall be approved by the Architect. E. Temporary Heat and Ventilation: Provide temporary heat and ventilation as required to maintain adequate environmental conditions to facilitate progress of the Work, to meet specified minimum conditions for the installation of materials, and to protect materials and finishes from damage due to temperature or humidity. F. Cover trenches and holes when not in use. Erect barriers at changes in plane steeper than 45 degrees and more than 3 feet in height. COL - Reno Muni Square RR 01010 - 4 J21518 G. Provide facilities to exclude unauthorized visitors from the construction site. Provide personal safety equipment for authorized visitors. Provide temporary doors with locks where required. H. Provide and maintain warning lights and signs as necessary to prevent damage or injury. Keep warning lights burning from dusk to dawn. 1.19 BARRIERS: A. CONSTRUCTION FENCES: This Construction Manager shall construct and maintain protective temporary fences around new construction. Temporary fences shall be constructed from 6 x 6-10/10 welded wire reinforcing mesh. Fences shall be 60" high, and steel "T" posts shall be spaced as necessary to maintain fences in good repair. A top rail must be provided to hold fabric stable. Upon completion of the project, the storage and access areas shall be restored to pre -construction condition. 1.20 TEMPORARY CONTROL OF WEEDS AND OTHER MATERIALS: A. WEED CONTROL: The Contractor shall keep the streets and construction area free of weeds. Weeds shall be kept to a height of no more than 6 inches. B. DISPOSAL OF WASTE MATERIALS: The Contractor shall remove all combustible and non-combustible waste materials completely from the Owner's property and legally dispose of same. Burning of any materials will not be permitted within the boundaries of the Owner's property. C. DAILY SITE CLEANUP: The Contractor shall, on a daily basis, have all loose, discarded, material debris and packaging materials picked up and placed in a proper trash receptacle for removal from the site. The interior space shall have all construction debris picked up and held in designated area so as not to interfere with daily work progress. 1.21 FIRE PROTECTION DURING CONSTRUCTION: A. The Contractor, subcontractors, and their personnel are required to be in compliance with the fire protection and prevention requirements of the Occupational Safety and health Act for Construction. B. Fire extinguishers shall be available at all times while work is being performed. The number and type are to be as specified in Subpart F of OSHA. The Contractor is required to furnish his own extinguishers. C. Waste combustible materials shall not be allowed to accumulate at the work site and shall be removed from the site and disposed on a regular basis. 1.22 TRAFFIC REGULATION: A. PARKING: Parking of private cars permitted only in areas designated as working and storing area. Notify employees and subcontractors of this requirement at beginning of work. 1.23 PROJECT IDENTIFICATION REQUIREMENT: A. SIGNS: No signs or advertisements will be permitted without approval of the Architect. 1.24 MATERIAL AND EQUIPMENT: A. STORAGE AND PROTECTION: COL - Reno Muni Square RR 01010 - 5 J21518 The Sub -Contractors shall carefully consider material storage, so as to avoid interference with other phases of construction. He shall so store, pile and arrange his materials that they will not be injured by the elements, by the progress of erection, by contact with the ground or from any other cause. He shall provide and do all covering necessary for this purpose and shall remove from the premises any damaged materials when so directed by the Architect. The Owner will designate an area adjacent to the Building site for storage of materials. Storage area shall be fenced to keep unauthorized persons from having access to area. 1.25 CONTRACT CLOSEOUT: A. FINAL CLEANING: Use experienced workmen, or professional cleaners, for final cleaning. At completion of construction and just prior to acceptance of occupancy, conduct a final inspection of exposed surfaces and perform final cleaning. Remove grease, dust, dirt, stains, labels, fingerprints and other foreign materials from surfaces. Repair, patch and touch up marred surfaces to match adjacent finishes. Broom clean paved surfaces; rake clean other surfaces of grounds. B. RECORD DRAWINGS: The Contractor shall keep a set of drawings in his office at the site, on which he shall legibly indicate all changes in construction, equipment, mechanical and electrical systems, and connections as installed or built. Upon completion of the contract, the Contractor shall deliver to the Architect the completed record drawings. END OF SECTION COL - Reno Muni Square RR 01010 - 6 J21518 EXEMPTION CERTIFICATE The undersigned hereby claims an exemption from payment of taxes under Chapter 20, Title 122A, revised Civil Statutes of Texas, for the purchase of the tangible personal property described below or on attached order or invoice, which is made a part hereof, and will be purchased from The reason that said purchaser is claiming this exemption is: Exempt under Article 12.03, Title 122A, Taxation General, B.S.C. of Texas. The purchaser will be liable for payment of the limited Sales and Use Tax if the purchaser uses the tangible personal property in some other manner or for some other use other than reason listed above, and shall pay the tax based on the price for the tangible personal property. Description of tangible personal property to be purchased: Executed this the day of , 2015. Purchaser Agency Purchased For Address SECTION 01210 - ALLOWANCES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements governing allowances. 1. Certain items are specified in the Contract Documents by allowances. Allowances have been established in lieu of additional requirements and to defer selection of actual materials and equipment to a later date when direction will be provided to Contractor. If necessary, additional requirements will be issued by Change Order. B. Types of allowances include the following: 1. Contingency allowances. 2. Testing and inspecting allowances. 1.3 SELECTION AND PURCHASE A. At the earliest practical date after award of the Contract, advise Architect of the date when final selection and purchase of each product or system described by an allowance must be completed to avoid delaying the Work. B. At Architect's request, obtain proposals for each allowance for use in making final selections. Include recommendations that are relevant to performing the Work. C. Purchase products and systems selected by Architect from the designated supplier. 1.4 INFORMATIONAL SUBMITTALS A. Submit invoices or delivery slips to show actual quantities of materials delivered to the site for use in fulfillment of each allowance. B. Submit time sheets and other documentation to show labor time and cost for installation of allowance items that include installation as part of the allowance. C. Coordinate and process submittals for allowance items in same manner as for other portions of the Work. 1.5 COORDINATION COL - Reno Muni Square RR 01210 - 1 J21518 A. Coordinate allowance items with other portions of the Work. Furnish templates as required to coordinate installation. 1.6 CONTINGENCY ALLOWANCES A. Use the contingency allowance only as directed by Architect for Owner's purposes and only by Change Orders that indicate amounts to be charged to the allowance. B. Contractor's overhead, profit, and related costs for products and equipment ordered by Owner under the contingency allowance are included in the allowance and are not part of the Contract Sum. These costs include delivery, installation, insurance, equipment rental, and similar costs. C. Change Orders authorizing use of funds from the contingency allowance will include Contractor's related costs and reasonable overhead and profit margins. D. At Project closeout, credit unused amounts remaining in the contingency allowance to Owner by Change Order. 1.7 TESTING AND INSPECTING ALLOWANCES A. Testing and inspecting allowances include the cost of engaging testing agencies, actual tests and inspections, and reporting results. B. The allowance does not include incidental labor required to assist the testing agency or costs for retesting if previous tests and inspections result in failure. The cost for incidental labor to assist the testing agency shall be included in the Contract Sum. C. Costs of services not required by the Contract Documents are not included in the allowance. D. At Project closeout, credit unused amounts remaining in the testing and inspecting allowance to Owner by Change Order. 1.8 ADJUSTMENT OF ALLOWANCES A. Allowance Adjustment: To adjust allowance amounts, prepare a Change Order proposal based on the difference between purchase amount and the allowance, multiplied by final measurement of work -in - place where applicable. If applicable, include reasonable allowances for cutting losses, tolerances, mixing wastes, normal product imperfections, and similar margins. 1. Include installation costs in purchase amount only where indicated as part of the allowance. 2. If requested, prepare explanation and documentation to substantiate distribution of overhead costs and other margins claimed. 3. Submit substantiation of a change in scope of work, if any, claimed in Change Orders related to unit -cost allowances. 4. Owner reserves the right to establish the quantity of work -in -place by independent quantity survey, measure, or count. B. Submit claims for increased costs because of a change in scope or nature of the allowance described in the Contract Documents, whether for the purchase order amount or Contractor's handling, labor, installation, overhead, and profit. COL - Reno Muni Square RR 01210 - 2 J21518 Do not include Contractor's or subcontractor's indirect expense in the Change Order cost amount unless it is clearly shown that the nature or extent of work has changed from what could have been foreseen from information in the Contract Documents. No change to Contractor's indirect expense is permitted for selection of higher- or lower -priced materials or systems of the same scope and nature as originally indicated. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION 3.1 EXAMINATION A. Examine products covered by an allowance promptly on delivery for damage or defects. Return damaged or defective products to manufacturer for replacement. 3.2 PREPARATION A. Coordinate materials and their installation for each allowance with related materials and installations to ensure that each allowance item is completely integrated and interfaced with related work. 3.3 SCHEDULE OF ALLOWANCES A. Allowance No. 1: Contingency Allowance: Include a contingency allowance of $20,000.00 for use according to Owner's written instructions. END OF SECTION 01210 COL - Reno Muni Square RR 01210 - 3 J21518 SECTION 01250 - CONTRACT MODIFICATION PROCEDURES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements for handling and processing Contract modifications. B. Related Requirements: Division 1 Section "Substitution Procedures" for administrative procedures for handling requests for substitutions made after the Contract award. 1.3 MINOR CHANGES IN THE WORK A. Architect will issue supplemental instructions authorizing minor changes in the Work, not involving adjustment to the Contract Sum or the Contract Time, on AIA Document G710, "Architect's Supplemental Instructions." 1.4 PROPOSAL REQUESTS A. Owner -Initiated Proposal Requests: Architect will issue a detailed description of proposed changes in the Work that may require adjustment to the Contract Sum or the Contract Time. If necessary, the description will include supplemental or revised Drawings and Specifications. Work Change Proposal Requests issued by Architect are not instructions either to stop work in progress or to execute the proposed change. Within time specified in Proposal Request or 20 days, when not otherwise specified, after receipt of Proposal Request, submit a quotation estimating cost adjustments to the Contract Sum and the Contract Time necessary to execute the change. a. Include a list of quantities of products required or eliminated and unit costs, with total amount of purchases and credits to be made. If requested, furnish survey data to substantiate quantities. b. Indicate applicable taxes, delivery charges, equipment rental, and amounts of trade discounts. C. Include costs of labor and supervision directly attributable to the change. d. Include an updated Contractor's construction schedule that indicates the effect of the change, including, but not limited to, changes in activity duration, start and finish times, and activity relationship. Use available total float before requesting an extension of the Contract Time. COL - Reno Muni Square RR 01250 - 1 J21518 e. Quotation Form: Use CSI Form 13.61), "Proposal Workshcct Summary," and Form 13.6C, "Proposal Worksheet Detail." forms acceptable to Architect. B. Contractor -Initiated Proposals: If latent or changed conditions require modifications to the Contract, Contractor may initiate a claim by submitting a request for a change to Architect. 1. Include a statement outlining reasons for the change and the effect of the change on the Work. Provide a complete description of the proposed change. Indicate the effect of the proposed change on the Contract Sum and the Contract Time. 2. Include a list of quantities of products required or eliminated and unit costs, with total amount of purchases and credits to be made. If requested, furnish survey data to substantiate quantities. 3. Indicate applicable taxes, delivery charges, equipment rental, and amounts of trade discounts. 4. Include costs of labor and supervision directly attributable to the change. 5. Include an updated Contractor's construction schedule that indicates the effect of the change, including, but not limited to, changes in activity duration, start and finish times, and activity relationship. Use available total float before requesting an extension of the Contract Time. 6. Comply with requirements in Division 1 Section "Substitution Procedures" if the proposed change requires substitution of one product or system for product or system specified. 7. Proposal Request Form: Use CSI Form 13.6A, "Change Order Request (Proposal)," with attachments CSI Form 13.61), "Proposal Worksheet Summary," and Form 13.6C, "Proposal Worksheet Detail." form acceptable to Architect. 1.5 ADMINISTRATIVE CHANGE ORDERS A. Allowance Adjustment: See Division 1 Section "Allowances" for administrative procedures for preparation of Change Order Proposal for adjusting the Contract Sum to reflect actual costs of allowances. 1.6 CHANGE ORDER PROCEDURES A. On Owner's approval of a Work Changes Proposal Request, Architect will issue a Change Order for signatures of Owner and Contractor on AIA Document G701. 1.7 CONSTRUCTION CHANGE DIRECTIVE A. Construction Change Directive: Architect may issue a Construction Change Directive on AIA Document G714. Construction Change Directive instructs Contractor to proceed with a change in the Work, for subsequent inclusion in a Change Order. 1. Construction Change Directive contains a complete description of change in the Work. It also designates method to be followed to determine change in the Contract Sum or the Contract Time. B. Documentation: Maintain detailed records on a time and material basis of work required by the Construction Change Directive. After completion of change, submit an itemized account and supporting data necessary to substantiate cost and time adjustments to the Contract. PART 2 - PRODUCTS (Not Used) COL - Reno Muni Square RR 01250 - 2 J21518 PART 3 - EXECUTION (Not Used) END OF SECTION 01250 COL - Reno Muni Square RR 01250 - 3 J21518 SECTION 01290 - PAYMENT PROCEDURES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements necessary to prepare and process Applications for Payment. B. Related Requirements: 1. Division 1 Section "Allowances" for procedural requirements governing the handling and processing of allowances. 2. Division 1 Section "Contract Modification Procedures" for administrative procedures for handling changes to the Contract. 3. Division 1 Section "Construction Progress Documentation" for administrative requirements governing the preparation and submittal of Contractor's construction schedule. 4. Division 1 sustainable design requirements Section for administrative requirements governing submittal of cost breakdown information required for LEED documentation. 1.3 DEFINITIONS A. Schedule of Values: A statement furnished by Contractor allocating portions of the Contract Sum to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 1.4 SCHEDULE OF VALUES A. Coordination: Coordinate preparation of the schedule of values with preparation of Contractor's construction schedule. Cost -loaded Critical Path Method Schedule may serve to satisfy requirements for the schedule of values. 1. Coordinate line items in the schedule of values with other required administrative forms and schedules, including the following: a. Application for Payment forms with continuation sheets. b. Submittal schedule. C. Items required to be indicated as separate activities in Contractor's construction schedule. 2. Submit the schedule of values to Architect at earliest possible date, but no later than seven days before the date scheduled for submittal of initial Applications for Payment. 3. Sub -schedules for Phased Work: Where the Work is separated into phases requiring separately phased payments, provide sub -schedules showing values coordinated with each phase of payment. 4. Sub -schedules for Separate Design Contracts: Where the Owner has retained design professionals under separate contracts who will each provide certification of payment requests, provide sub - COL - Reno Muni Square RR 01290 - 1 J21518 schedules showing values coordinated with the scope of each design services contract as described in Division 1 Section "Summary." B. Format and Content: Use Project Manual table of contents as a guide to establish line items for the schedule of values. Provide at least one line item for each Specification Section. Identification: Include the following Project identification on the schedule of values: a. Project name and location. b. Name of Architect. C. Architect's project number. d. Contractor's name and address. e. Date of submittal. Arrange schedule of values consistent with format of AIA Document G703. Arrange the schedule of values in tabular form with separate columns to indicate the following for each item listed: a. Related Specification Section or Division. b. Description of the Work. C. Name of subcontractor. d. Name of manufacturer or fabricator. e. Name of supplier. f. Change Orders (numbers) that affect value. g. Dollar value of the following, as a percentage of the Contract Sum to nearest one - hundredth percent, adjusted to total 100 percent. 1) Labor. 2) Materials. 3) Equipment. Provide a breakdown of the Contract Sum in enough detail to facilitate continued evaluation of Applications for Payment and progress reports. Coordinate with Project Manual table of contents. Provide multiple line items for principal subcontract amounts in excess of five percent of the Contract Sum. a. Include separate line items under Contractor and principal subcontracts forProject closeout requirements in an amount totaling five percent of the Contract Sum and subcontract amount. Round amounts to nearest whole dollar; total shall equal the Contract Sum. Provide a separate line item in the schedule of values for each part of the Work where Applications for Payment may include materials or equipment purchased or fabricated and stored, but not yet installed. a. Differentiate between items stored on -site and items stored off -site. If required, include evidence ofinsurance. Provide separate line items in the schedule of values for initial cost of materials, for each subsequent stage of completion, and for total installed value of that part of the Work. Allowances: Provide a separate line item in the schedule of values for each allowance. Show line -item value of unit -cost allowances, as a product of the unit cost, multiplied by measured quantity. Use information indicated in the Contract Documents to determine quantities. COL - Reno Muni Square RR 01290 - 2 J21518 9. Purchase Contracts: Provide a separate line item in the schedule of values for each purchase contract. Show line -item value of purchase contract. Indicate owner payments or deposits, if any, and balance to be paid by Contractor. 10. Each item in the schedule of values and Applications for Payment shall be complete. Include total cost and proportionate share of general overhead and profit for each item. a. Temporary facilities and other major cost items that are not direct cost of actual work -in - place may be shown either as separate line items in the schedule of values or distributed as general overhead expense, at Contractor's option. 11. Schedule Updating: Update and resubmit the schedule of values before the next Applications for Payment when Change Orders or Construction Change Directives result in a change in the Contract Sum. 1.5 APPLICATIONS FOR PAYMENT A. Each Application for Payment following the initial Application for Payment shall be consistent with previous applications and payments as certified by Architect and paid for by Owner. Initial Application for Payment, Application for Payment at time of Substantial Completion, and final Application for Payment involve additional requirements. B. Payment Application Times: The date for each progress payment is indicated in the Agreement between Owner and Contractor. The period of construction work covered by each Application for Payment is the period indicated in the Agreement. C. Application for Payment Forms: Use AIA Document G702 and AIA Document G703 as form for Applications for Payment. D. Application Preparation: Complete every entry on form. Notarize and execute by a person authorized to sign legal documents on behalf of Contractor. Architect will return incomplete applications without action. 1. Entries shall match data on the schedule of values and Contractor's construction schedule. Use updated schedules if revisions were made. 2. Include amounts for work completed following previous Application for Payment, whether or not payment has been received. Include only amounts for work completed at time of Application for Payment. 3. Include amounts of Change Orders and Construction Change Directives issued before last day of construction period covered by application. 4. Indicate separate amounts for work being carried out under Owner -requested project acceleration. E. Stored Materials: Include in Application for Payment amounts applied for materials or equipment purchased or fabricated and stored, but not yet installed. Differentiate between items stored on -site and items stored off -site. Provide certificate of insurance, evidence of transfer of title to Owner, and consent of surety to payment, for stored materials. Provide supporting documentation that verifies amount requested, such as paid invoices. Match amount requested with amounts indicated on documentation; do not include overhead and profit on stored materials. Provide summary documentation for stored materials indicating the following: COL - Reno Muni Square RR Ol 290 - 3 J21518 a. Value of materials previously stored and remaining stored as of date of previous Applications for Payment. b. Value of previously stored materials put in place after date of previous Application for Payment and on or before date of current Application for Payment. C. Value of materials stored since date of previous Application for Payment and remaining stored as of date of current Application for Payment. F. Transmittal: Submit three signed and notarized original copies of each Application for Payment to Architect by a method ensuring receipt within 24 hours. One copy shall include waivers of lien and similar attachments if required. Transmit each copy with a transmittal form listing attachments and recording appropriate information about application. G. Waivers of Mechanic's Lien: With each Application for Payment, submit waivers of mechanic's liens from subcontractors, sub -subcontractors, and suppliers for construction period covered by the previous application. Submit partial waivers on each item for amount requested in previous application, after deduction for retainage, on each item. When an application shows completion of an item, submit conditional final or full waivers. Owner reserves the right to designate which entities involved in the Work must submit waivers. Submit final Application for Payment with or preceeded by conditional final waivers from every entity involved with performance of the Work covered by the application who is lawfully entitled to a lien. Waiver Forms: Submit executed waivers of lien on forms, acceptable to Owner. H. Initial Application for Payment: Administrative actions and submittals that must precede or coincide with submittal of first Application for Payment include the following: 1. List of subcontractors. 2. Schedule of values. 3. Contractor's construction schedule (preliminary if not final). 4. Products list (preliminary if not final). 5. Schedule of unit prices. 6. Submittal schedule (preliminary if not final). 7. List of Contractor's staff assignments. 8. Initial progress report. 9. Report of preconstruction conference. 10. Certificates of insurance and insurance policies. 11. Performance and payment bonds. 12. Data needed to acquire Owner's insurance. I. Application for Payment at Substantial Completion: After Architect issues the Certificate of Substantial Completion, submit an Application for Payment showing 100 percent completion for portion of the Work claimed as substantially complete. Include documentation supporting claim that the Work is substantially complete and a statement showing an accounting of changes to the Contract Sum. This application shall reflect Certificate(s) of Substantial Completion issued previously for Owner occupancy of designated portions of the Work. Final Payment Application: After completing Project closeout requirements, submit final Application for Payment with releases and supporting documentation not previously submitted and accepted, including, but not limited, to the following: COL - Reno Muni Square RR 01290 - 4 J21518 Evidence of completion of Project closeout requirements. Insurance certificates for products and completed operations where required and proof that taxes, fees, and similar obligations were paid. Updated final statement, accounting for final changes to the Contract Sum. AIA Document G706, "Contractor's Affidavit of Payment of Debts and Claims." AIA Document G706A, "Contractor's Affidavit of Release of Liens." AIA Document G707, "Consent of Surety to Final Payment." Evidence that claims have been settled. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 01290 COL - Reno Muni Square RR 01290 - 5 J21518 SECTION 01310 - PROJECT MANAGEMENT AND COORDINATION PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative provisions for coordinating construction operations on Project including, but not limited to, the following: General coordination procedures. Requests for Information (RFIs). Project meetings. B. Each contractor shall participate in coordination requirements. Certain areas of responsibility are assigned to a specific contractor. C. Related Requirements: Division 1 Section "Construction Progress Documentation" for preparing and submitting Contractor's construction schedule. Division 1 Section "Execution Requirements" for procedures for coordinating general installation and field -engineering services, including establishment of benchmarks and control points. Division 1 Section "Closeout Procedures" for coordinating closeout of the Contract. 1.3 DEFINITIONS A. RFI: Request from Owner, Architect, or Contractor seeking information required by or clarifications of the Contract Documents. 1.4 INFORMATIONAL SUBMITTALS A. Subcontract List: Prepare a written summary identifying individuals or firms proposed for each portion of the Work, including those who are to furnish products or equipment fabricated to a special design. Use CSI Form 1.5A. Include the following information in tabular form: Name, address, and telephone number of entity performing subcontract or supplying products. Number and title of related Specification Section(s) covered by subcontract. Drawing number and detail references, as appropriate, covered by subcontract. B. Key Personnel Names: Within 15 days of starting construction operations, submit a list of key personnel assignments, including superintendent and other personnel in attendance at Project site. Identify individuals and their duties and responsibilities; list addresses and telephone numbers, including home, office, and cellular telephone numbers and e-mail addresses. Provide names, addresses, and telephone numbers of individuals assigned as alternates in the absence of individuals assigned to Project. COL - Reno Muni Square RR 01310 - 1 J21518 Post copies of list in project meeting room, in temporary field office, and by each temporary telephone. Keep list current at all times. 1.5 GENERAL COORDINATION PROCEDURES A. Coordination: Coordinate construction operations included in different Sections of the Specifications to ensure efficient and orderly installation of each part of the Work. Coordinate construction operations, included in different Sections, that depend on each other for proper installation, connection, and operation. Schedule construction operations in sequence required to obtain the best results where installation of one part of the Work depends on installation of other components, before or after its own installation. Coordinate installation of different components to ensure maximum performance and accessibility for required maintenance, service, and repair. Make adequate provisions to accommodate items scheduled for later installation. B. Prepare memoranda for distribution to each party involved, outlining special procedures required for coordination. Include such items as required notices, reports, and list of attendees at meetings. Prepare similar memoranda for Owner and separate contractors if coordination of their Work is required. C. Administrative Procedures: Coordinate scheduling and timing of required administrative procedures with other construction activities and activities of other contractors to avoid conflicts and to ensure orderly progress of the Work. Such administrative activities include, but are not limited to, the following: Preparation of Contractor's construction schedule. Preparation of the schedule of values. Installation and removal of temporary facilities and controls. Delivery and processing of submittals. Progress meetings. Preinstallation conferences. Project closeout activities. Startup and adjustment of systems. 1.6 REQUESTS FOR INFORMATION (RFIs) A. General: Immediately on discovery of the need for additional information or interpretation of the Contract Documents, Contractor shall prepare and submit an RFI in the form specified. Architect will return RFIs submitted to Architect by other entities controlled by Contractor with no response. Coordinate and submit RFIs in a prompt manner so as to avoid delays in Contractor's work or work of subcontractors. B. Content of the RFI: Include a detailed, legible description of item needing information or interpretation and the following: Project name. Project number. Date. Name of Contractor. COL - Reno Muni Square RR 01310 - 2 J21518 5. Name of Architect. 6. RFI number, numbered sequentially. 7. RFI subject. 8. Specification Section number and title and related paragraphs, as appropriate. 9. Drawing number and detail references, as appropriate. 10. Field dimensions and conditions, as appropriate. 11. Contractor's suggested resolution. If Contractor's suggested resolution impacts the Contract Time or the Contract Sum, Contractor shall state impact in the RFI. 12. Contractor's signature. 13. Attachments: Include sketches, descriptions, measurements, photos, Product Data, Shop Drawings, coordination drawings, and other information necessary to fully describe items needing interpretation. a. Include dimensions, thicknesses, structural grid references, and details of affected materials, assemblies, and attachments on attached sketches. C. RFI Forms: AIA Document G716. Attachments shall be electronic files in Adobe Acrobat PDF format. D. Architect's Action: Architect will review each RFI, determine action required, and respond. Allow seven working days for Architect's response for each RFL RFIs received by Architect after 1:00 p.m. will be considered as received the following working day. The following Contractor -generated RFIs will be returned without action: a. Requests for approval of submittals. b. Requests for approval of substitutions. C. Requests for approval of Contractor's means and methods. d. Requests for coordination information already indicated in the Contract Documents. e. Requests for adjustments in the Contract Time or the Contract Sum. f. Requests for interpretation of Architect's actions on submittals. g. Incomplete RFIs or inaccurately prepared RFIs. Architect's action may include a request for additional information, in which case Architect's time for response will date from time of receipt of additional information. Architect's action on RFIs that may result in a change to the Contract Time or the Contract Sum may be eligible for Contractor to submit Change Proposal according to Division 1 Section "Contract Modification Procedures." a. If Contractor believes the RFI response warrants change in the Contract Time or the Contract Sum, notify Architectin writing within 10 days of receipt of the RFI response. E. RFI Log: Prepare, maintain, and submit a tabular log of RFIs organized by the RFI number. Submit log weekly. Use CSI Log Form 13.2B. Project name. Name and address of Contractor. Name and address of Architect. RFI number including RFIs that were returned without action or withdrawn. RFI description. Date the RFI was submitted. Date Architect's response was received. COL - Reno Muni Square RR 01310 - 3 J21518 F. On receipt of Architect's action, update the RFI log and immediately distribute the RFI response to affected parties. Review response and notify Architect within seven days if Contractor disagrees with response. Identification of related Minor Change in the Work, Construction Change Directive, and Proposal Request, as appropriate. Identification of related Field Order, Work Change Directive, and Proposal Request, as appropriate. 1.7 PROJECT MEETINGS A. General: Schedule and conduct meetings and conferences at Project site unless otherwise indicated. Attendees: Inform participants and others involved, and individuals whose presence is required, of date and time of each meeting. Notify Owner and Architect of scheduled meeting dates and times. Agenda: Prepare the meeting agenda. Distribute the agenda to all invited attendees. Minutes: Entity responsible for conducting meeting will record significant discussions and agreements achieved. Distribute the meeting minutes to everyone concerned, including Owner and Architect, within three days of the meeting. B. Preconstruction Conference: Architect will schedule and conduct a preconstruction conference before starting construction, at a time convenient to Owner and Architect, but no later than 15 days after execution of the Agreement. Conduct the conference to review responsibilities and personnel assignments. Attendees: Authorized representatives of Owner Architect, and their consultants; Contractor and its superintendent; major subcontractors; suppliers; and other concerned parties shall attend the conference. Participants at the conference shall be familiar with Project and authorized to conclude matters relating to the Work. Agenda: Discuss items of significance that could affect progress, including the following: a. Tentative construction schedule. b. Designation of key personnel and their duties. C. Procedures for processing field decisions and Change Orders. d. Procedures for RFIs. e. Procedures for processing Applications for Payment. f. Submittal procedures. g. Construction waste management and recycling. h. Parking availability. i. First aid. j. Progress cleaning. Minutes: Entity responsible for conducting meeting will record and distribute meeting minutes. C. Progress Meetings: Conduct progress meetings at biweekly intervals. Coordinate dates of meetings with preparation of payment requests. Attendees: In addition to representatives of Owner and Architect, each contractor, subcontractor, supplier, and other entity concerned with current progress or involved in planning, coordination, or performance of future activities shall be represented at these meetings. All participants at the meeting shall be familiar with Project and authorized to conclude matters relating to the Work. COL - Reno Muni Square RR 01310 - 4 J21518 Agenda: Review and correct or approve minutes of previous progress meeting. Review other items of significance that could affect progress. Include topics for discussion as appropriate to status of Project. a. Contractor's Construction Schedule: Review progress since the last meeting. Determine whether each activity is on time, ahead of schedule, or behind schedule, in relation to Contractor's construction schedule. Determine how construction behind schedule will be expedited; secure commitments from parties involved to do so. Discuss whether schedule revisions are required to ensure that current and subsequent activities will be completed within the Contract Time. 1) Review schedule for next period. Review present and future needs of each entity present, including the following: 1) Status of submittals. 2) Deliveries. 3) Site utilization. 4) Progress cleaning. 5) Quality and work standards. 6) Status of correction of deficient items. 7) Field observations. 8) Status of RFIs. 9) Status of proposal requests. 10) Pending changes. 11) Status of Change Orders. 12) Pending claims and disputes. 13) Documentation of information for payment requests. Minutes: Entity responsible for conducting the meeting will record and distribute the meeting minutes to each party present and to parties requiring information. a. Schedule Updating: Revise Contractor's construction schedule after each progress meeting where revisions to the schedule have been made or recognized. Issue revised schedule concurrently with the report of each meeting. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 01310 COL - Reno Muni Square RR 01310 - 5 J21518 SECTION 01320 - CONSTRUCTION PROGRESS DOCUMENTATION PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements for documenting the progress of construction during performance of the Work, including the following: 1. Startup construction schedule. 2. Contractor's construction schedule. 3. Construction schedule updating reports. B. Related Requirements: 1. Division 1 Section "Submittal Procedures" for submitting schedules and reports. 2. Division 1 Section "Quality Requirements" for submitting a schedule of tests and inspections. 1.3 DEFINITIONS A. Activity: A discrete part of a project that can be identified for planning, scheduling, monitoring, and controlling the construction project. Activities included in a construction schedule consume time and resources. 1. Critical Activity: An activity on the critical path that must start and finish on the planned early start and finish times. 2. Predecessor Activity: An activity that precedes another activity in the network. 3. Successor Activity: An activity that follows another activity in the network. B. Cost Loading: The allocation of the schedule of values for the completion of an activity as scheduled. The sum of costs for all activities must equal the total Contract Sum unless otherwise approved by Architect. C. CPM: Critical path method, which is a method of planning and scheduling a construction project where activities are arranged based on activity relationships. Network calculations determine when activities can be performed and the critical path of Project. D. Critical Path: The longest connected chain of interdependent activities through the network schedule that establishes the minimum overall Project duration and contains no float. E. Event: The starting or ending point of an activity. F. Float: The measure of leeway in starting and completing an activity. COL - Reno Muni Square RR 01320 - 1 J21518 Float time is not for the exclusive use or benefit of either Owner or Contractor, but is a jointly owned, expiring Project resource available to both parties as needed to meet schedule milestones and Contract completion date. Free float is the amount of time an activity can be delayed without adversely affecting the early start of the successor activity. Total float is the measure of leeway in starting or completing an activity without adversely affecting the planned Project completion date. G. Resource Loading: The allocation of manpower and equipment necessary for the completion of an activity as scheduled. 1.4 INFORMATIONAL SUBMITTALS A. Format for Submittals: Submit required submittals in the following format: Working electronic copy of schedule file, where indicated. PDF electronic file. Two paper copies. B. Startup construction schedule. Approval of cost -loaded, startup construction schedule will not constitute approval of schedule of values for cost -loaded activities. C. Startup Network Diagram: Of size required to display entire network for entire construction period. Show logic ties for activities. D. Contractor's Construction Schedule: Initial schedule, of size required to display entire schedule for entire construction period. Submit a working electronic copy of schedule, using software indicated, and labeled to comply with requirements for submittals. Include type of schedule (initial or updated) and date on label. E. CPM Reports: Concurrent with CPM schedule, submit each of the following reports. Format for each activity in reports shall contain activity number, activity description, cost and resource loading, original duration, remaining duration, early start date, early finish date, late start date, late finish date, and total float in calendar days. 1. Activity Report: List of all activities sorted by activity number and then early start date, or actual start date if known. 2. Logic Report: List of preceding and succeeding activities for all activities, sorted in ascending order by activity number and then early start date, or actual start date if known. 3. Total Float Report: List of all activities sorted in ascending order of total float. 4. Earnings Report: Compilation of Contractor's total earnings from commencement of the Work until most recent Application for Payment. F. Construction Schedule Updating Reports: Submit with Applications for Payment. G. Qualification Data: For scheduling consultant. COL - Reno Muni Square RR 01320 - 2 J21518 1.5 QUALITY ASSURANCE A. Scheduling Consultant Qualifications: An experienced specialist in CPM scheduling and reporting, with capability of producing CPM reports and diagrams within 24 hours of Architect's request. 1.6 COORDINATION A. Coordinate preparation and processing of schedules and reports with performance of construction activities and with scheduling and reporting of separate contractors. B. Coordinate Contractor's construction schedule with the schedule of values, list of subcontracts, submittal schedule, progress reports, payment requests, and other required schedules and reports. Secure time commitments for performing critical elements of the Work from entities involved. Coordinate each construction activity in the network with other activities and schedule them in proper sequence. PART2-PRODUCTS 2.1 CONTRACTOR'S CONSTRUCTION SCHEDULE, GENERAL A. Time Frame: Extend schedule from date established for commencement of the Work to date of Substantial Completion. Contract completion date shall not be changed by submission of a schedule that shows an early completion date, unless specifically authorized by Change Order. B. Activities: Treat each story or separate area as a separate numbered activity for each main element of the Work. Comply with the following: 1. Activity Duration: Define activities so no activity is longer than 20 days, unless specifically allowed by Architect. 2. Procurement Activities: Include procurement process activities for the following long lead items and major items, requiring a cycle of more than 60 days, as separate activities in schedule. Procurement cycle activities include, but are not limited to, submittals, approvals, purchasing, fabrication, and delivery. 3. Submittal Review Time: Include review and resubmittal times indicated in Division 1 Section "Submittal Procedures" in schedule. Coordinate submittal review times in Contractor's construction schedule with submittal schedule. 4. Substantial Completion: Indicate completion in advance of date established for Substantial Completion, and allow time for Architect's administrative procedures necessary for certification of Substantial Completion. 5. Punch List and Final Completion: Include not more than 30 days for completion of punch list items and final completion. C. Constraints: Include constraints and work restrictions indicated in the Contract Documents and as follows in schedule, and show how the sequence of the Work is affected. Construction Areas: Identify each major area of construction for each major portion of the Work. Indicate where each construction activity within a major area must be sequenced or integrated with other construction activities to provide for the following: COL - Reno Muni Square RR 01320 - 3 J21518 a. Substantial Completion. D. Milestones: Include milestones indicated in the Contract Documents in schedule, including, but not limited to, the Notice to Proceed, Substantial Completion, and final completion E. Cost Correlation: Superimpose a cost correlation timeline, indicating planned and actual costs. On the line, show planned and actual dollar volume of the Work performed as of planned and actual dates used for preparation of payment requests. See Division 1 Section "Payment Procedures" for cost reporting and payment procedures. F. Upcoming Work Summary: Prepare summary report indicating activities scheduled to occur or commence prior to submittal of next schedule update. Summarize the following issues: Unresolved issues. Unanswered Requests for Information. Rejected or unreturned submittals. Notations on returned submittals. Pending modifications affecting the Work and Contract Time. G. Recovery Schedule: When periodic update indicates the Work is 14 or more calendar days behind the current approved schedule, submit a separate recovery schedule indicating means by which Contractor intends to regain compliance with the schedule. Indicate changes to working hours, working days, crew sizes, and equipment required to achieve compliance, and date by which recovery will be accomplished. 2.2 STARTUP CONSTRUCTION SCHEDULE A. Bar -Chart Schedule: Submit startup, horizontal, bar -chart -type construction schedule within seven days of date established for commencement of the Work. B. Preparation: Indicate each significant construction activity separately. Identify first workday of each week with a continuous vertical line. Outline significant construction activities for first 90 days of construction. Include skeleton diagram for the remainder of the Work and a cash requirement prediction based on indicated activities. 2.3 CONTRACTOR'S CONSTRUCTION SCHEDULE (CPM SCHEDULE) A. General: Prepare network diagrams using AON (activity -on -node) format. B. CPM Schedule: Prepare Contractor's construction schedule using a cost- and resource -loaded, time - scaled CPM network analysis diagram for the Work. Develop network diagram in sufficient time to submit CPM schedule so it can be accepted for use no later than 60 days after date established for commencement of the Work. a. Failure to include any work item required for performance of this Contract shall not excuse Contractor from completing all work within applicable completion dates, regardless of Architect's approval of the schedule. Conduct educational workshops to train and inform key Project personnel, including subcontractors' personnel, in proper methods of providing data and using CPM schedule information. COL - Reno Muni Square RR 01320 - 4 J21518 Establish procedures for monitoring and updating CPM schedule and for reporting progress. Coordinate procedures with progress meeting and payment request dates. Use "one workday" as the unit of time for individual activities. Indicate nonworking days and holidays incorporated into the schedule in order to coordinate with the Contract Time. C. CPM Schedule Preparation: Prepare a list of all activities required to complete the Work. Using the startup network diagram, prepare a skeleton network to identify probable critical paths. Activities: Indicate the estimated time duration, sequence requirements, and relationship of each activity in relation to other activities. Include estimated time frames for the following activities: a. Preparation and processing of submittals. b. Mobilization and demobilization. C. Purchase of materials. d. Delivery. e. Installation. f. Testing. g. Punch list and final completion. h. Activities occurring following final completion. 2. Critical Path Activities: Identify critical path activities, including those for interim completion dates. Scheduled start and completion dates shall be consistent with Contract milestone dates. 3. Processing: Process data to produce output data on a computer -drawn, time -scaled network. Revise data, reorganize activity sequences, and reproduce as often as necessary to produce the CPM schedule within the limitations of the Contract Time. 4. Format: Mark the critical path. Locate the critical path near center of network; locate paths with most float near the edges. a. Subnetworks on separate sheets are permissible for activities clearly off the critical path. 5. Cost- and Resource -Loading of CPM Schedule: Assign cost to construction activities on the CPM schedule. Do not assign costs to submittal activities. Obtain Architect's approval prior to assigning costs to fabrication and delivery activities. Assign costs under main subcontracts for testing and commissioning activities, operation and maintenance manuals, punch list activities, Project record documents, and demonstration and training (if applicable), in the amount of 5 percent of the Contract Sum. a. Each activity cost shall reflect an appropriate value subject to approval by Architect. b. Total cost assigned to activities shall equal the total Contract Sum. D. Contract Modifications: For each proposed contract modification and concurrent with its submission, prepare a time -impact analysis using a network fragment to demonstrate the effect of the proposed change on the overall project schedule. E. Initial Issue of Schedule: Prepare initial network diagram from a sorted activity list indicating straight "early start -total float." Identify critical activities. Prepare tabulated reports showing the following: Contractor or subcontractor and the Work or activity. Description of activity. Main events of activity. Immediate preceding and succeeding activities. Early and late start dates. Early and late finish dates. Activity duration in workdays. Total float or slack time. COL - Reno Muni Square RR 01320 - 5 J21518 9. Average size of workforce. 10. Dollar value of activity (coordinated with the schedule of values). F. Schedule Updating: Concurrent with making revisions to schedule, prepare tabulated reports showing the following: 1. Identification of activities that have changed. 2. Changes in early and late start dates. 3. Changes in early and late finish dates. 4. Changes in activity durations in workdays. 5. Changes in the critical path. 6. Changes in total float or slack time. 7. Changes in the Contract Time. G. Value Summaries: Prepare two cumulative value lists, sorted by finish dates. In first list, tabulate activity number, early finish date, dollar value, and cumulative dollar value. In second list, tabulate activity number, late finish date, dollar value, and cumulative dollar value. In subsequent issues of both lists, substitute actual finish dates for activities completed as of list date. Prepare list for ease of comparison with payment requests; coordinate timing with progress meetings. a. In both value summary lists, tabulate "actual percent complete" and "cumulative value completed" with total at bottom. b. Submit value summary printouts one week before each regularly scheduled progress meeting. PART 3 - EXECUTION 3.1 CONTRACTOR'S CONSTRUCTION SCHEDULE A. Contractor's Construction Schedule Updating: At monthly intervals, update schedule to reflect actual construction progress and activities. Issue schedule one week before each regularly scheduled progress meeting. Revise schedule immediately after each meeting or other activity where revisions have been recognized or made. Issue updated schedule concurrently with the report of each such meeting. Include a report with updated schedule that indicates every change, including, but not limited to, changes in logic, durations, actual starts and finishes, and activity durations. As the Work progresses, indicate final completion percentage for each activity. B. Distribution: Distribute copies of approved schedule to Architect Owner, separate contractors, testing and inspecting agencies, and other parties identified by Contractor with a need -to -know schedule responsibility. Post copies in Project meeting rooms and temporary field offices. When revisions are made, distribute updated schedules to the same parties and post in the same locations. Delete parties from distribution when they have completed their assigned portion of the Work and are no longer involved in performance of construction activities. END OF SECTION 01320 COL - Reno Muni Square RR 01320 - 6 J21518 SECTION 01330 - SUBMITTAL PROCEDURES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes requirements for the submittal schedule and administrative and procedural requirements for submitting Shop Drawings, Product Data, Samples, and other submittals. B. Related Requirements: 1. Division 1 Section "Payment Procedures" for submitting Applications for Payment and the schedule of values. 2. Division 1 Section "Construction Progress Documentation" for submitting schedules and reports, including Contractor's construction schedule. 3. Division 1 Section "Project Record Documents" for submitting record Drawings, record Specifications, and record Product Data. 4. Division 1 Section "Operation and Maintenance Data" for submitting operation and maintenance manuals. 5. Division 1 Section "Demonstration and Training" for submitting video recordings of demonstration of equipment and training of Owner's personnel. 1.3 DEFINITIONS A. Action Submittals: Written and graphic information and physical samples that require Architect's responsive action. Action submittals are those submittals indicated in individual Specification Sections as "action submittals." B. Informational Submittals: Written and graphic information and physical samples that do not require Architect's responsive action. Submittals may be rejected for not complying with requirements. Informational submittals are those submittals indicated in individual Specification Sections as "informational submittals." C. File Transfer Protocol (FTP): Communications protocol that enables transfer of files to and from another computer over a network and that serves as the basis for standard Internet protocols. An FTP site is a portion of a network located outside of network firewalls within which internal and external users are able to access files. D. Portable Document Format (PDF): An open standard file format licensed by Adobe Systems used for representing documents in a device -independent and display resolution -independent fixed -layout document format. 1.4 ACTION SUBMITTALS COL - Reno Muni Square RR 01330 - 1 J21518 A. Submittal Schedule: Submit a schedule of submittals, arranged in chronological order by dates required by construction schedule. Include time required for review, ordering, manufacturing, fabrication, and delivery when establishing dates. Include additional time required for making corrections or revisions to submittals noted by Architect and additional time for handling and reviewing submittals required by those corrections. 1. Coordinate submittal schedule with list of subcontracts, the schedule of values, and Contractor's construction schedule. 2. Initial Submittal: Submit concurrently with startup construction schedule. Include submittals required during the first 60 days of construction. List those submittals required to maintain orderly progress of the Work and those required early because of long lead time for manufacture or fabrication. 3. Final Submittal: Submit concurrently with the first complete submittal of Contractor's construction schedule. a. Submit revised submittal schedule to reflect changes in current status and timing for submittals. 4. Format: Arrange the following information in a tabular format: a. Scheduled date for first submittal. b. Specification Section number and title. C. Submittal category: Action; informational. d. Name of subcontractor. e. Description of the Work covered. f. Scheduled date for Architect's final release or approval. g. Scheduled date of fabrication. h. Scheduled dates for purchasing. i. Scheduled dates for installation. j. Activity or event number. 1.5 SUBMITTAL ADMINISTRATIVE REQUIREMENTS A. Coordination: Coordinate preparation and processing of submittals with performance of construction activities. 1. Coordinate each submittal with fabrication, purchasing, testing, delivery, other submittals, and related activities that require sequential activity. 2. Submit all submittal items required for each Specification Section concurrently unless partial submittals for portions of the Work are indicated on approved submittal schedule. 3. Submit action submittals and informational submittals required by the same Specification Section as separate packages under separate transmittals. 4. Coordinate transmittal of different types of submittals for related parts of the Work so processing will not be delayed because of need to review submittals concurrently for coordination. a. Architect reserves the right to withhold action on a submittal requiring coordination with other submittals until related submittals are received. B. Processing Time: Allow time for submittal review, including time for resubmittals, as follows. Time for review shall commence on Architect's receipt of submittal. No extension of the Contract Time will be authorized because of failure to transmit submittals enough in advance of the Work to permit processing, including resubmittals. COL - Reno Muni Square RR 01330 - 2 J21518 Initial Review: Allow 15 days for initial review of each submittal. Allow additional time if coordination with subsequent submittals is required. Architect will advise Contractor when a submittal being processed must be delayed for coordination. Intermediate Review: If intermediate submittal is necessary, process it in same manner as initial submittal. Resubmittal Review: Allow 15 days for review of each resubmittal. Sequential Review: Where sequential review of submittals by Architect's consultants, Owner, or other parties is indicated, allow 21 days for initial review of each submittal. Concurrent Consultant Review: Where the Contract Documents indicate that submittals may be transmitted simultaneously to Architect and to Architect's consultants, allow 15 days for review of each submittal. Submittal will be returned to Architect before being returned to Contractor. C. Paper Submittals: Place a permanent label or title block on each submittal item for identification. Indicate name of firm or entity that prepared each submittal on label or title block. Provide a space approximately 6 by 8 inches on label or beside title block to record Contractor's review and approval markings and action taken by Architect. Include the following information for processing and recording action taken: a. Project name. b. Date. C. Name of Architect. d. Name of Construction Manager. e. Name of Contractor. f. Name of subcontractor. g. Name of supplier. h. Name of manufacturer. i. Submittal number or other unique identifier, including revision identifier. 1) Submittal number shall use Specification Section number followed by a decimal point and then a sequential number (e.g., 06100.01). Resubmittals shall include an alphabetic suffix after another decimal point (e.g., 06100.0l.A). j. Number and title of appropriate Specification Section. k. Drawing number and detail references, as appropriate. 1. Location(s) where product is to be installed, as appropriate. In. Other necessary identification. Additional Paper Copies: Unless additional copies are required for final submittal, and unless Architect or Construction Manager observes noncompliance with provisions in the Contract Documents, initial submittal may serve as final submittal. a. Submit one copy of submittal to concurrent reviewer in addition to specified number of copies to Architect. Transmittal for Paper Submittals: Assemble each submittal individually and appropriately for transmittal and handling. Transmit each submittal using a transmittal form. Architect will return without review submittals received from sources other than Contractor. a. Transmittal Form for Paper Submittals: Use AIA Document G810. b. Transmittal Form for Paper Submittals: Provide locations on form for the following information: 1) Project name. COL - Reno Muni Square RR 01330 - 3 J21518 2) Date. 3) Destination (To:). 4) Source (From:). 5) Name and address of Architect. 6) Name of Construction Manager. 7) Name of Contractor. 8) Name of firm or entity that prepared submittal. 9) Names of subcontractor, manufacturer, and supplier. 10) Category and type of submittal. 11) Submittal purpose and description. 12) Specification Section number and title. 13) Specification paragraph number or drawing designation and generic name for each of multiple items. 14) Drawing number and detail references, as appropriate. 15) Indication of full or partial submittal. 16) Transmittal number, numbered consecutively. 17) Submittal and transmittal distribution record. 18) Remarks. 19) Signature of transmitter. D. Electronic Submittals: Identify and incorporate information in each electronic submittal file as follows: 1. Assemble complete submittal package into a single indexed file incorporating submittal requirements of a single Specification Section and transmittal form with links enabling navigation to each item. 2. Name file with submittal number or other unique identifier, including revision identifier. a. File name shall use project identifier and Specification Section number followed by a decimal point and then a sequential number (e.g., LNHS-06100.01). Resubmittals shall include an alphabetic suffix after another decimal point (e.g., LNHS-06100.0l.A). 3. Provide means for insertion to permanently record Contractor's review and approval markings and action taken by Architect. 4. Transmittal Form for Electronic Submittals: Use electronic form acceptable to Owner, containing the following information: a. Project name. b. Date. C. Name and address of Architect. d. Name of Construction Manager. e. Name of Contractor. f. Name of firm or entity that prepared submittal. g. Names of subcontractor, manufacturer, and supplier. h. Category and type of submittal. i. Submittal purpose and description. j. Specification Section number and title. k. Specification paragraph number or drawing designation and generic name for each of multiple items. 1. Drawing number and detail references, as appropriate. M. Location(s) where product is to be installed, as appropriate. n. Related physical samples submitted directly. o. Indication of full or partial submittal. P. Transmittal number, numbered consecutively. q. Submittal and transmittal distribution record. r. Other necessary identification. COL - Reno Muni Square RR 01330 - 4 J21518 S. Remarks. 5. Metadata: Include the following information as keywords in the electronic submittal file metadata: a. Project name. b. Number and title of appropriate Specification Section. C. Manufacturer name. d. Product name. e. Options: Identify options requiring selection by Architect. E. Deviations and Additional Information: On an attached separate sheet, prepared on Contractor's letterhead, record relevant information, requests for data, revisions other than those requested by Architect and Construction Manager on previous submittals, and deviations from requirements in the Contract Documents, including minor variations and limitations. Include same identification information as related submittal. F. Resubmittals: Make resubmittals in same form and number of copies as initial submittal. 1. Note date and content of previous submittal. 2. Note date and content of revision in label or title block and clearly indicate extent of revision. 3. Resubmit submittals until they are marked with approval notation from Architect's action stamp. G. Distribution: Furnish copies of final submittals to manufacturers, subcontractors, suppliers, fabricators, installers, authorities having jurisdiction, and others as necessary for performance of construction activities. Show distribution on transmittal forms. H. Use for Construction: Retain complete copies of submittals on Project site. Use only final action submittals that are marked with approval notation from Architect's action stamp. PART2-PRODUCTS 2.1 SUBMITTAL PROCEDURES A. General Submittal Procedure Requirements: Prepare and submit submittals required by individual Specification Sections. Types of submittals are indicated in individual Specification Sections. 1. Submit electronic submittals via email as PDF electronic files. a. Architect will return annotated file. Annotate and retain one copy of file as an electronic Project record document file. 2. Action Submittals: Submit three Insert number paper copies of each submittal unless otherwise indicated. Architect will return two copies. 3. Informational Submittals: Submit two paper copies of each submittal unless otherwise indicated. Architect will not return copies. 4. Certificates and Certifications Submittals: Provide a statement that includes signature of entity responsible for preparing certification. Certificates and certifications shall be signed by an officer or other individual authorized to sign documents on behalf of that entity. a. Provide a digital signature with digital certificate on electronically submitted certificates and certifications where indicated. COL - Reno Muni Square RR 01330 - 5 J21518 b. Provide a notarized statement on original paper copy ccrtificatcs and certifications where indicated. B. Product Data: Collect information into a single submittal for each element of construction and type of product or equipment. 1. If information must be specially prepared for submittal because standard published data are not suitable for use, submit as Shop Drawings, not as Product Data. 2. Mark each copy of each submittal to show which products and options are applicable. 3. Include the following information, as applicable: a. Manufacturer's catalog cuts. b. Manufacturer's product specifications. C. Standard color charts. d. Statement of compliance with specified referenced standards. e. Testing by recognized testing agency. f. Application of testing agency labels and seals. g. Notation of coordination requirements. h. Availability and delivery time information. 4. For equipment, include the following in addition to the above, as applicable: a. Wiring diagrams showing factory -installed wiring. b. Printed performance curves. C. Operational range diagrams. d. Clearances required to other construction, if not indicated on accompanying Shop Drawings. 5. Submit Product Data before or concurrent with Samples. 6. Submit Product Data in the following format: a. PDF electronic file. b. Three paper copies of Product Data unless otherwise indicated. Architect will return two copies. C. Shop Drawings: Prepare Project -specific information, drawn accurately to scale. Do not base Shop Drawings on reproductions of the Contract Documents or standard printed data. 1. Preparation: Fully illustrate requirements in the Contract Documents. Include the following information, as applicable: a. Identification of products. b. Schedules. C. Compliance with specified standards. d. Notation of coordination requirements. e. Notation of dimensions established by field measurement. f. Relationship and attachment to adjoining construction clearly indicated. g. Seal and signature of professional engineer if specified. 2. Sheet Size: Except for templates, patterns, and similar full-size drawings, submit Shop Drawings on sheets at least 8-1/2 by 11 inches, but no larger than 30 by 42 inches. 3. Submit Shop Drawings in the following format: a. PDF electronic file. COL - Reno Muni Square RR 01330 - 6 J21518 b. Two opaque (bond) copies of each submittal. Architect will return one copy. C. Three opaque copies of each submittal. Architect will retain two copies; remainder will be returned. D. Samples: Submit Samples for review of kind, color, pattern, and texture for a check of these characteristics with other elements and for a comparison of these characteristics between submittal and actual component as delivered and installed. Transmit Samples that contain multiple, related components such as accessories together in one submittal package. Identification: Attach label on unexposed side of Samples that includes the following: a. Generic description of Sample. b. Product name and name of manufacturer. C. Sample source. d. Number and title of applicable Specification Section. e. Specification paragraph number and generic name of each item. For projects where electronic submittals are required, provide corresponding electronic submittal of Sample transmittal, digital image file illustrating Sample characteristics, and identification information for record. Disposition: Maintain sets of approved Samples at Project site, available for quality -control comparisons throughout the course of construction activity. Sample sets may be used to determine final acceptance of construction associated with each set. a. Samples that may be incorporated into the Work are indicated in individual Specification Sections. Such Samples must be in an undamaged condition at time of use. b. Samples not incorporated into the Work, or otherwise designated as Owner's property, are the property of Contractor. Samples for Initial Selection: Submit manufacturer's color charts consisting of units or sections of units showing the full range of colors, textures, and patterns available. a. Number of Samples: Submit one full set(s) of available choices where color, pattern, texture, or similar characteristics are required to be selected from manufacturer's product line. Architect will return submittal with options selected. Samples for Verification: Submit full-size units or Samples of size indicated, prepared from same material to be used for the Work, cured and finished in manner specified, and physically identical with material or product proposed for use, and that show full range of color and texture variations expected. Samples include, but are not limited to, the following: partial sections of manufactured or fabricated components; small cuts or containers of materials; complete units of repetitively used materials; swatches showing color, texture, and pattern; color range sets; and components used for independent testing and inspection. a. Number of Samples: Submit three sets of Samples. Architect will retain two Sample sets; remainder will be returned. Mark up and retain one returned Sample set as a project record sample. 1) Submit a single Sample where assembly details, workmanship, fabrication techniques, connections, operation, and other similar characteristics are to be demonstrated. 2) If variation in color, pattern, texture, or other characteristic is inherent in material or product represented by a Sample, submit at least three sets of paired units that show approximate limits of variations. COL - Reno Muni Square RR 01330 - 7 J21518 E. Product Schedule: As required in individual Specification Sections, prepare a written summary indicating types of products required for the Work and their intended location. Include the following information in tabular form: 1. Type of product. Include unique identifier for each product indicated in the Contract Documents or assigned by Contractor if none is indicated. 2. Manufacturer and product name, and model number if applicable. 3. Number and name of room or space. 4. Location within room or space. 5. Submit product schedule in the following format: a. PDF electronic file. b. Three paper copies of product schedule or list unless otherwise indicated. Architect will return two copies. F. Coordination Drawing Submittals: Comply with requirements specified in Division 1 Section "Project Management and Coordination." G. Contractor's Construction Schedule: Comply with requirements specified in Division 1 Section "Construction Progress Documentation." H. Application for Payment and Schedule of Values: Comply with requirements specified in Division 1 Section "Payment Procedures." I. Test and Inspection Reports and Schedule of Tests and Inspections Submittals: Comply with requirements specified in Division 1 Section "Quality Requirements." J. Closeout Submittals and Maintenance Material Submittals: Comply with requirements specified in Division 1 Section "Closeout Procedures." K. Maintenance Data: Comply with requirements specified in Division l Section "Operation and Maintenance Data." L. LEED Submittals: Comply with requirements specified in Division 1 sustainable design requirements Section. M. Qualification Data: Prepare written information that demonstrates capabilities and experience of firm or person. Include lists of completed projects with project names and addresses, contact information of architects and owners, and other information specified. N. Welding Certificates: Prepare written certification that welding procedures and personnel comply with requirements in the Contract Documents. Submit record of Welding Procedure Specification and Procedure Qualification Record on AWS forms. Include names of firms and personnel certified. O. Installer Certificates: Submit written statements on manufacturer's letterhead certifying that Installer complies with requirements in the Contract Documents and, where required, is authorized by manufacturer for this specific Project. P. Manufacturer Certificates: Submit written statements on manufacturer's letterhead certifying that manufacturer complies with requirements in the Contract Documents. Include evidence of manufacturing experience where required. Q. Product Certificates: Submit written statements on manufacturer's letterhead certifying that product complies with requirements in the Contract Documents. COL - Reno Muni Square RR 01330 - 8 J21518 R. Material Certificates: Submit written statements on manufacturer's letterhead certifying that material complies with requirements in the Contract Documents. S. Material Test Reports: Submit reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting test results of material for compliance with requirements in the Contract Documents. T. Product Test Reports: Submit written reports indicating that current product produced by manufacturer complies with requirements in the Contract Documents. Base reports on evaluation of tests performed by manufacturer and witnessed by a qualified testing agency, or on comprehensive tests performed by a qualified testing agency. U. Research Reports: Submit written evidence, from a model code organization acceptable to authorities having jurisdiction, that product complies with building code in effect for Project. Include the following information: 1. Name of evaluation organization. 2. Date of evaluation. 3. Time period when report is in effect. 4. Product and manufacturers' names. 5. Description of product. 6. Test procedures and results. 7. Limitations of use. V. Preconstruction Test Reports: Submit reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting results of tests performed before installation of product, for compliance with performance requirements in the Contract Documents. W. Compatibility Test Reports: Submit reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting results of compatibility tests performed before installation of product. Include written recommendations for primers and substrate preparation needed for adhesion. X. Field Test Reports: Submit written reports indicating and interpreting results of field tests performed either during installation of product or after product is installed in its final location, for compliance with requirements in the Contract Documents. Y. Design Data: Prepare and submit written and graphic information, including, but not limited to, performance and design criteria, list of applicable codes and regulations, and calculations. Include list of assumptions and other performance and design criteria and a summary of loads. Include load diagrams if applicable. Provide name and version of software, if any, used for calculations. Include page numbers. 2.2 DELEGATED -DESIGN SERVICES A. Performance and Design Criteria: Where professional design services or certifications by a design professional are specifically required of Contractor by the Contract Documents, provide products and systems complying with specific performance and design criteria indicated. If criteria indicated are not sufficient to perform services or certification required, submit a written request for additional information to Architect. B. Delegated -Design Services Certification: In addition to Shop Drawings, Product Data, and other required submittals, submit digitally signed PDF electronic file and three paper copies of certificate, signed and COL - Reno Muni Square RR 01330 - 9 J21518 sealed by the responsible design professional, for each product and system specifically assigned to Contractor to be designed or certified by a design professional. Indicate that products and systems comply with performance and design criteria in the Contract Documents. Include list of codes, loads, and other factors used in performing these services. PART 3 - EXECUTION 3.1 CONTRACTOR'S REVIEW A. Action and Informational Submittals: Review each submittal and check for coordination with other Work of the Contract and for compliance with the Contract Documents. Note corrections and field dimensions. Mark with approval stamp before submitting to Architect and Construction Manager. B. Project Closeout and Maintenance Material Submittals: See requirements in Division 1 Section "Closeout Procedures." C. Approval Stamp: Stamp each submittal with a uniform, approval stamp. Include Project name and location, submittal number, Specification Section title and number, name of reviewer, date of Contractor's approval, and statement certifying that submittal has been reviewed, checked, and approved for compliance with the Contract Documents. 3.2 ARCHITECT'S ACTION A. Action Submittals: Architect will review each submittal, make marks to indicate corrections or revisions required, and return it. Architect will stamp each submittal with an action stamp and will mark stamp appropriately to indicate action. B. Informational Submittals: Architect will review each submittal and will not return it, or will return it if it does not comply with requirements. Architect will forward each submittal to appropriate party. C. Partial submittals prepared for a portion of the Work will be reviewed when use of partial submittals has received prior approval from Architect. D. Incomplete submittals are unacceptable, will be considered nonresponsive, and will be returned for resubmittal without review. E. Submittals not required by the Contract Documents may be returned by the Architect without action. END OF SECTION 01330 COL - Reno Muni Square RR 01330 - 10 J21518 SECTION 01700 - EXECUTION REQUIREMENTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes general administrative and procedural requirements governing execution of the Work including, but not limited to, the following: Installation of the Work. Cutting and patching. Progress cleaning. Starting and adjusting. Protection of installed construction. Correction of the Work. B. Related Requirements: Division 1 Section "Submittal Procedures" for submitting surveys. Division 1 Section "Selective Demolition" for demolition and removal of selected portions of the building. Division 1 Section "Closeout Procedures" for submitting final property survey with Project Record Documents, recording of Owner -accepted deviations from indicated lines and levels, and final cleaning. 1.3 DEFINITIONS A. Cutting: Removal of in -place construction necessary to permit installation or performance of other work. B. Patching: Fitting and repair work required to restore construction to original conditions after installation of other work. 1.4 INFORMATIONAL SUBMITTALS A. Cutting and Patching Plan: Submit plan describing procedures at least 10 days prior to the time cutting and patching will be performed. Include the following information: 1. Extent: Describe reason for and extent of each occurrence of cutting and patching. 2. Changes to In -Place Construction: Describe anticipated results. Include changes to structural elements and operating components as well as changes in building appearance and other significant visual elements. 3. Products: List products to be used for patching and firms or entities that will perform patching work. 4. Dates: Indicate when cutting and patching will be performed. COL - Reno Muni Square RR 01700 - 1 J21518 Utilities and Mechanical and Electrical Systems: List services and systems that cutting and patching procedures will disturb or affect. List services and systems that will be relocated and those that will be temporarily out of service. Indicate length of time permanent services and systems will be disrupted. a. Include description of provisions for temporary services and systems during interruption of permanent services and systems. 1.5 QUALITY ASSURANCE A. Cutting and Patching: Comply with requirements for and limitations on cutting and patching of construction elements. Structural Elements: When cutting and patching structural elements, notify Architect of locations and details of cutting and await directions from Architect before proceeding. Shore, brace, and support structural elements during cutting and patching. Do not cut and patch structural elements in a manner that could change their load -carrying capacity or increase deflection Operational Elements: Do not cut and patch operating elements and related components in a manner that results in reducing their capacity to perform as intended or that results in increased maintenance or decreased operational life or safety. Operational elements include the following: a. Primary operational systems and equipment. b. Fire separation assemblies. C. Air or smoke barriers. d. Fire -suppression systems. e. Mechanical systems piping and ducts. f. Control systems. g. Communication systems. h. Fire -detection and -alarm systems. i. Electrical wiring systems. j. Operating systems of special construction. Other Construction Elements: Do not cut and patch other construction elements or components in a manner that could change their load -carrying capacity, that results in reducing their capacity to perform as intended, or that results in increased maintenance or decreased operational life or safety. Other construction elements include but are not limited to the following: a. Sprayed fire -resistive material. b. Equipment supports. C. Piping, ductwork, vessels, and equipment. d. Noise- and vibration -control elements and systems. Visual Elements: Do not cut and patch construction in a manner that results in visual evidence of cutting and patching. Do not cut and patch exposed construction in a manner that would, in Architect's opinion, reduce the building's aesthetic qualities. Remove and replace construction that has been cut and patched in a visually unsatisfactory manner. B. Cutting and Patching Conference: Before proceeding, meet at Project site with parties involved in cutting and patching, including mechanical and electrical trades. Review areas of potential interference and conflict. Coordinate procedures and resolve potential conflicts before proceeding. C. Manufacturer's Installation Instructions: Obtain and maintain on -site manufacturer's written recommendations and instructions for installation of products and equipment. COL - Reno Muni Square RR 01700 - 2 J21518 PART 2-PRODUCTS 2.1 MATERIALS A. General: Comply with requirements specified in other Sections. For projects requiring compliance with sustainable design and construction practices and procedures, use products for patching that comply with requirements in Division 1 sustainable design requirements Section. B. In -Place Materials: Use materials for patching identical to in -place materials. For exposed surfaces, use materials that visually match in -place adjacent surfaces to the fullest extent possible. If identical materials are unavailable or cannot be used, use materials that, when installed, will provide a match acceptable to Architect for the visual and functional performance of in -place materials. PART 3 - EXECUTION 3.1 EXAMINATION A. Examination and Acceptance of Conditions: Before proceeding with each component of the Work, examine substrates, areas, and conditions, with Installer or Applicator present where indicated, for compliance with requirements for installation tolerances and other conditions affecting performance. Record observations. Examine roofs for suitable conditions where products and systems are to be installed. Verify compatibility with and suitability of substrates, including compatibility with existing finishes or primers. B. Written Report: Where a written report listing conditions detrimental to performance of the Work is required by other Sections, include the following: Description of the Work. List of detrimental conditions, including substrates. List of unacceptable installation tolerances. Recommended corrections. C. Proceed with installation only after unsatisfactory conditions have been corrected. Proceeding with the Work indicates acceptance of surfaces and conditions. 3.2 PREPARATION A. Field Measurements: Take field measurements as required to fit the Work properly. Recheck measurements before installing each product. Where portions of the Work are indicated to fit to other construction, verify dimensions of other construction by field measurements before fabrication. Coordinate fabrication schedule with construction progress to avoid delaying the Work. B. Space Requirements: Verify space requirements and dimensions of items shown diagrammatically on Drawings. COL - Reno Muni Square RR 01700 - 3 J21518 C. Review of Contract Documents and Field Conditions: Immediately on discovery of the need for clarification of the Contract Documents caused by differing field conditions outside the control of Contractor, submit a request for information to Architect according to requirements in Division 1 Section "Project Management and Coordination." D. Surface and Substrate Preparation: Comply with manufacturer's written recommendations for preparation of substrates to receive subsequent work. 3.3 INSTALLATION A. General: Locate the Work and components of the Work accurately, in correct alignment and elevation, as indicated. Make vertical work plumb and make horizontal work level. Where space is limited, install components to maximize space available for maintenance and ease of removal for replacement. B. Comply with manufacturer's written instructions and recommendations for installing products in applications indicated. C. Install products at the time and under conditions that will ensure the best possible results. Maintain conditions required for product performance until Substantial Completion. D. Conduct construction operations so no part of the Work is subjected to damaging operations or loading in excess of that expected during normal conditions of occupancy. E. Sequence the Work and allow adequate clearances to accommodate movement of construction items on site and placement in permanent locations. F. Tools and Equipment: Do not use tools or equipment that produce harmful noise levels. G. Templates: Obtain and distribute to the parties involved templates for work specified to be factory prepared and field installed. Check Shop Drawings of other work to confirm that adequate provisions are made for locating and installing products to comply with indicated requirements. H. Attachment: Provide blocking and attachment plates and anchors and fasteners of adequate size and number to securely anchor each component in place, accurately located and aligned with other portions of the Work. Where size and type of attachments are not indicated, verify size and type required for load conditions. I. Hazardous Materials: Use products, cleaners, and installation materials that are not considered hazardous. 3.4 CUTTING AND PATCHING A. Cutting and Patching, General: Employ skilled workers to perform cutting and patching. Proceed with cutting and patching at the earliest feasible time, and complete without delay. Cut in -place construction to provide for installation of other components or performance of other construction, and subsequently patch as required to restore surfaces to their original condition. COL - Reno Muni Square RR 01700 - 4 J21518 B. Existing Warranties: Remove, replace, patch, and repair materials and surfaces cut or damaged during installation or cutting and patching operations, by methods and with materials so as not to void existing warranties. C. Temporary Support: Provide temporary support of work to be cut. D. Protection: Protect in -place construction during cutting and patching to prevent damage. Provide protection from adverse weather conditions for portions of Project that might be exposed during cutting and patching operations. E. Cutting: Cut in -place construction by sawing, drilling, breaking, chipping, grinding, and similar operations, including excavation, using methods least likely to damage elements retained or adjoining construction. If possible, review proposed procedures with original Installer; comply with original Installer's written recommendations. In general, use hand or small power tools designed for sawing and grinding, not hammering and chopping. Cut holes and slots neatly to minimum size required, and with minimum disturbance of adjacent surfaces. Temporarily cover openings when not in use. Finished Surfaces: Cut or drill from the exposed or finished side into concealed surfaces. Proceed with patching after construction operations requiring cutting are complete. F. Patching: Patch construction by filling, repairing, refinishing, closing up, and similar operations following performance of other work. Patch with durable seams that are as invisible as practicable. Provide materials and comply with installation requirements specified in other Sections, where applicable. Inspection: Where feasible, test and inspect patched areas after completion to demonstrate physical integrity of installation. Exposed Finishes: Restore exposed finishes of patched areas and extend finish restoration into retained adjoining construction in a manner that will minimize evidence of patching and refinishing. a. Clean piping, conduit, and similar features before applying paint or other finishing materials. b. Restore damaged pipe covering to its original condition. Exterior Building Enclosure: Patch components in a manner that restores enclosure to a weathertight condition and ensures thermal and moisture integrity of building enclosure. G. Cleaning: Clean areas and spaces where cutting and patching are performed. Remove paint, mortar, oils, putty, and similar materials from adjacent finished surfaces. 3.5 PROGRESS CLEANING A. General: Clean Project site and work areas daily, including common areas. Enforce requirements strictly. Dispose of materials lawfully. Comply with requirements in NFPA 241 for removal of combustible waste materials and debris. Do not hold waste materials more than seven days during normal weather or three days if the temperature is expected to rise above 80 deg F. Containerize hazardous and unsanitary waste materials separately from other waste. Mark containers appropriately and dispose of legally, according to regulations. a. Use containers intended for holding waste materials of type to be stored. COL - Reno Muni Square RR 01700 - 5 J21518 4. Coordinate progress cleaning for joint -use areas where Contractor and other contractors are working concurrently. B. Site: Maintain Project site free of waste materials and debris. C. Work Areas: Clean areas where work is in progress to the level of cleanliness necessary for proper execution of the Work. 1. Remove liquid spills promptly. 2. Where dust would impair proper execution of the Work, broom -clean or vacuum the entire work area, as appropriate. D. Installed Work: Keep installed work clean. Clean installed surfaces according to written instructions of manufacturer or fabricator of product installed, using only cleaning materials specifically recommended. If specific cleaning materials are not recommended, use cleaning materials that are not hazardous to health or property and that will not damage exposed surfaces. E. Concealed Spaces: Remove debris from concealed spaces before enclosing the space. F. Exposed Surfaces in Finished Areas: Clean exposed surfaces and protect as necessary to ensure freedom from damage and deterioration at time of Substantial Completion. G. Waste Disposal: Do not bury or burn waste materials on -site. Do not wash waste materials down sewers or into waterways. Comply with waste disposal requirements in Division 1 Section "Construction Waste Management." H. During handling and installation, clean and protect construction in progress and adjoining materials already in place. Apply protective covering where required to ensure protection from damage or deterioration at Substantial Completion. I. Clean and provide maintenance on completed construction as frequently as necessary through the remainder of the construction period. Adjust and lubricate operable components to ensure operability without damaging effects. J. Limiting Exposures: Supervise construction operations to assure that no part of the construction, completed or in progress, is subject to harmful, dangerous, damaging, or otherwise deleterious exposure during the construction period. 3.6 STARTING AND ADJUSTING A. Start equipment and operating components to confirm proper operation. Remove malfunctioning units, replace with new units, and retest. B. Adjust equipment for proper operation. Adjust operating components for proper operation without binding. C. Test each piece of equipment to verify proper operation. Test and adjust controls and safeties. Replace damaged and malfunctioning controls and equipment. D. Manufacturer's Field Service: Comply with qualification requirements in Division 1 Section "Quality Requirements." COL - Reno Muni Square RR 01700 - 6 J21518 3.7 PROTECTION OF INSTALLED CONSTRUCTION A. Provide final protection and maintain conditions that ensure installed Work is without damage or deterioration at time of Substantial Completion. B. Comply with manufacturer's written instructions for temperature and relative humidity. END OF SECTION 01700 COL - Reno Muni Square RR 01700 - 7 J21518 SECTION 01732 - SELECTIVE DEMOLITION 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. Section Includes: 1. Demolition and removal of selected portions of building or structure. B. Related Requirements: 1. Division 1 Section "Summary" for restrictions on the use of the premises, Owner -occupancy requirements, and phasing requirements. 2. Division 1 Section 'Execution Requirements" for cutting and patching procedures. 1.3 DEFINITIONS A. Remove: Detach items from existing construction and legally dispose of them off -site unless indicated to be removed and salvaged or removed and reinstalled. B. Remove and Salvage: Carefully detach from existing construction, in a manner to prevent damage, and deliver to Owner. 1.4 MATERIALS OWNERSHIP A. Unless otherwise indicated, demolition waste becomes property of Contractor. 1.5 INFORMATIONAL SUBMITTALS A. Proposed Protection Measures: Submit report, including drawings, that indicates the measures proposed for protecting individuals and property , for dust control and , for noise control. Indicate proposed locations and construction of barriers. 1.6 CLOSEOUT SUBMITTALS A. Inventory: Submit a list of items that have been removed and salvaged. 1.7 QUALITY ASSURANCE COL - Reno Muni Square RR 01732 - 1 J21518 A. Refrigerant Recovery Technician Qualifications: Certified by an EPA -approved certification program. 1.8 FIELD CONDITIONS A. Owner will occupy portions of building immediately adjacent to selective demolition area. Conduct selective demolition so Owner's operations will not be disrupted. B. Conditions existing at time of inspection for bidding purpose will be maintained by Owner as far as practical. 1. Before selective demolition, Owner will remove the following items: a. Telecommunications and surveillance camera housings C. Notify Architect of discrepancies between existing conditions and Drawings before proceeding with selective demolition. D. Hazardous Materials: It is not expected that hazardous materials will be encountered in the Work. 1. Hazardous materials will be removed by Owner before start of the Work. 2. If suspected hazardous materials are encountered, do not disturb; immediately notify Architect and Owner. Hazardous materials will be removed by Owner under a separate contract. E. Utility Service: Maintain existing utilities indicated to remain in service and protect them against damage during selective demolition operations. 1. Maintain fire -protection facilities in service during selective demolition operations. PART 2-PRODUCTS 2.1 PEFORMANCE REQUIREMENTS A. Regulatory Requirements: Comply with governing EPA notification regulations before beginning selective demolition. Comply with hauling and disposal regulations of authorities having jurisdiction. B. Standards: Comply with ANSI/ASSE A10.6 and NFPA 241. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that utilities have been disconnected and capped before starting selective demolition operations. B. Review record documents of existing construction provided by Owner. Owner does not guarantee that existing conditions are same as those indicated in record documents. C. Survey existing conditions and correlate with requirements indicated to determine extent of selective demolition required. COL - Reno Muni Square RR 01732 - 2 J21518 D. When unanticipated mechanical, electrical, or structural elements that conflict with intended function or design are encountered, investigate and measure the nature and extent of conflict. Promptly submit a written report to Architect. E. Survey of Existing Conditions: Record existing conditions by use of measured drawings and preconstruction photographs. 3.2 UTILITY SERVICES AND MECHANICAL/ELECTRICAL SYSTEMS A. Existing Services/Systems to Remain: Maintain services/systems indicated to remain and protect them against damage. Comply with requirements for existing services/systems interruptions specified in Division 1 Section "Summary." B. Refrigerant: Remove refrigerant from mechanical equipment to be selectively demolished according to 40 CFR 82 and regulations of authorities having jurisdiction. 3.3 PREPARATION A. Site Access and Temporary Controls: Conduct selective demolition and debris -removal operations to ensure minimum interference with roads, streets, walks, walkways, and other adjacent occupied and used facilities. Comply with requirements for access and protection specified in Division 1 Section "Temporary Facilities and Controls." 3.4 SELECTIVE DEMOLITION, GENERAL A. General: Demolish and remove existing construction only to the extent required by new construction and as indicated. Use methods required to complete the Work within limitations of governing regulations and as follows: 1. Proceed with selective demolition systematically, from higher to lower level. Complete selective demolition operations above each floor or tier before disturbing supporting members on the next lower level. 2. Neatly cut openings and holes plumb, square, and true to dimensions required. Use cutting methods least likely to damage construction to remain or adjoining construction. Use hand tools or small power tools designed for sawing or grinding, not hammering and chopping, to minimize disturbance of adjacent surfaces. Temporarily cover openings to remain. 3. Cut or drill from the exposed or finished side into concealed surfaces to avoid marring existing finished surfaces. 4. Do not use cutting torches until work area is cleared of flammable materials. At concealed spaces, such as duct and pipe interiors, verify condition and contents of hidden space before starting flame -cutting operations. Maintain fire watch and portable fire -suppression devices during flame - cutting operations. 5. Maintain adequate ventilation when using cutting torches. 6. Remove decayed, vermin -infested, or otherwise dangerous or unsuitable materials and promptly dispose of off -site. 7. Remove structural framing members and lower to ground by method suitable to avoid free fall and to prevent ground impact or dust generation. COL - Reno Muni Square RR 01732 - 3 J21518 8. Locate selective demolition equipment and remove debris and materials so as not to impose excessive loads on supporting walls, floors, or framing. 9. Dispose of demolished items and materials promptly. Comply with requirements in Division 1 Section "Construction Waste Management." 3.5 SELECTIVE DEMOLITION PROCEDURES FOR SPECIFIC MATERIALS A. Roofing: Remove no more existing roofing than what can be covered in one day by new roofing and so that building interior remains watertight and weather tight. See Division 7 Section "07521" for new roofing requirements. 1. Remove existing roof membrane, flashings, copings, and roof accessories. 2. Remove existing roofing system down to substrate. 3.6 DISPOSAL OF DEMOLISHED MATERIALS A. General: Except for items or materials indicated to be recycled, reused, salvaged, reinstalled, or otherwise indicated to remain Owner's property, remove demolished materials from Project site and legally dispose of them in an EPA -approved landfill. 1. Do not allow demolished materials to accumulate on -site. 2. Remove and transport debris in a manner that will prevent spillage on adjacent surfaces and areas. 3. Remove debris from elevated portions of building by chute, hoist, or other device that will convey debris to grade level in a controlled descent. 4. Comply with requirements specified in Division 1 Section "Construction Waste Management." B. Burning: Do not burn demolished materials. C. Disposal: Transport demolished materials off Owner's property and legally dispose of them. 3.7 CLEANING A. Clean adjacent structures and improvements of dust, dirt, and debris caused by selective demolition operations. Return adjacent areas to condition existing before selective demolition operations began. END OF SECTION 01732 COL - Reno Muni Square RR 01732 - 4 J21518 SECTION 01770 - CLOSEOUT PROCEDURES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements for contract closeout, including, but not limited to, the following: 1. Substantial Completion procedures. 2. Final completion procedures. 3. Warranties. 4. Final cleaning. 5. Repair of the Work. B. Related Requirements: 1. Division 1 Section "Photographic Documentation" for submitting final completion construction photographic documentation. 2. Division 1 Section "Execution Requirements" for progress cleaning of Project site. 3. Division 1 Section "Project Record Documents" for submitting record Drawings, record Specifications, and record Product Data. 4. Division 1 Section "Operation and Maintenance Data" for operation and maintenance manual requirements. 5. Division 1 Section "Demonstration and Training" for requirements for instructing Owner's personnel. 6. Divisions 2 through 16 Sections for specific closeout and special cleaning requirements for the Work in those Sections. 1.3 ACTION SUBMITTALS A. Product Data: For cleaning agents. B. Contractor's List of Incomplete Items: Initial submittal at Substantial Completion. C. Certified List of Incomplete Items: Final submittal at Final Completion. 1.4 CLOSEOUT SUBMITTALS A. Certificates of Release: From authorities having jurisdiction. B. Certificate of Insurance: For continuing coverage. C. Field Report: For pest control inspection. COL - Reno Muni Square RR 01770 - 1 J21518 1.5 MAINTENANCE MATERIAL SUBMITTALS A. Schedule of Maintenance Material Items: For maintenance material submittal items specified in other Sections. 1.6 SUBSTANTIAL COMPLETION PROCEDURES A. Contractor's List of Incomplete Items: Prepare and submit a list of items to be completed and corrected (Contractor's punch list), indicating the value of each item on the list and reasons why the Work is incomplete. B. Submittals Prior to Substantial Completion: Complete the following a minimum of 10 days prior to requesting inspection for determining date of Substantial Completion. List items below that are incomplete at time of request. 1. Certificates of Release: Obtain and submit releases from authorities having jurisdiction permitting Owner unrestricted use of the Work and access to services and utilities. Include occupancy permits, operating certificates, and similar releases. 2. Submit closeout submittals specified in other Division 1 Sections, including project record documents, operation and maintenance manuals, final completion construction photographic documentation, damage or settlement surveys, property surveys, and similar final record information. 3. Submit closeout submittals specified in individual Divisions 2 through 16 Sections, including specific warranties, workmanship bonds, maintenance service agreements, final certifications, and similar documents. 4. Submit maintenance material submittals specified in individual Divisions 2 through 16 Sections, including tools, spare parts, extra materials, and similar items, and deliver to location designated by Architect. Label with manufacturer's name and model number where applicable. a. Schedule of Maintenance Material Items: Prepare and submit schedule of maintenance material submittal items, including name and quantity of each item and name and number of related Specification Section. Obtain Architect's signature for receipt of submittals. Submit test/adjust/balance records. Submit sustainable design submittals required in Division 1 sustainable design requirements Section and in individual Division 2 through 16 Sections. Submit changeover information related to Owner's occupancy, use, operation, and maintenance. C. Procedures Prior to Substantial Completion: Complete the following a minimum of 10 days prior to requesting inspection for determining date of Substantial Completion. List items below that are incomplete at time of request. Advise Owner of pending insurance changeover requirements. Make final changeover of permanent locks and deliver keys to Owner. Advise Owner's personnel of changeover in security provisions. Complete startup and testing of systems and equipment. Perform preventive maintenance on equipment used prior to Substantial Completion. Instruct Owner's personnel in operation, adjustment, and maintenance of products, equipment, and systems. Submit demonstration and training video recordings specified in Division 1 Section "Demonstration and Training." Advise Owner of changeover in heat and other utilities. Participate with Owner in conducting inspection and walkthrough with local emergency responders. COL - Reno Muni Square RR 01770 - 2 J21518 8. Terminate and remove temporary facilities from Project site, along with mockups, construction tools, and similar elements. 9. Complete final cleaning requirements, including touchup painting. 10. Touch up and otherwise repair and restore marred exposed finishes to eliminate visual defects. D. Inspection: Submit a written request for inspection to determine Substantial Completion a minimum of 10 days prior to date the work will be completed and ready for final inspection and tests. On receipt of request, Architect will either proceed with inspection or notify Contractor of unfulfilled requirements. Architect will prepare the Certificate of Substantial Completion after inspection or will notify Contractor of items, either on Contractor's list or additional items identified by Architect, that must be completed or corrected before certificate will be issued. Reinspection: Request reinspection when the Work identified in previous inspections as incomplete is completed or corrected. Results of completed inspection will form the basis of requirements for final completion. 1.7 FINAL COMPLETION PROCEDURES A. Submittals Prior to Final Completion: Before requesting final inspection for determining final completion, complete the following: Submit a final Application for Payment according to Division 1 Section "Payment Procedures." Certified List of Incomplete Items: Submit certified copy of Architect's Substantial Completion inspection list of items to be completed or corrected (punch list), endorsed and dated by Architect. Certified copy of the list shall state that each item has been completed or otherwise resolved for acceptance. Certificate of Insurance: Submit evidence of final, continuing insurance coverage complying with insurance requirements. Submit pest -control final inspection report. B. Inspection: Submit a written request for final inspection to determine acceptance a minimum of 10 days prior to date the work will be completed and ready for final inspection and tests. On receipt of request, Architect will either proceed with inspection or notify Contractor of unfulfilled requirements. Architect will prepare a final Certificate for Payment after inspection or will notify Contractor of construction that must be completed or corrected before certificate will be issued. Reinspection: Request reinspection when the Work identified in previous inspections as incomplete is completed or corrected. 1.8 LIST OF INCOMPLETE ITEMS (PUNCH LIST) A. Organization of List: Include name and identification of each space and area affected by construction operations for incomplete items and items needing correction including, if necessary, areas disturbed by Contractor that are outside the limits of construction. Use CSI Form 14.1A. Organize list of spaces in sequential order, starting with exterior areas first and proceeding from lowest floor to highest floor. Organize items applying to each space by major element, including categories for ceiling, individual walls, floors, equipment, and building systems. Include the following information at the top of each page: a. Project name. b. Date. COL - Reno Muni Square RR 01770 - 3 J21518 C. Name of Architect. d. Name of Contractor. e. Page number. Submit list of incomplete items in the following format: a. MS Excel electronic file. Architect will return annotated file. b. PDF electronic file. Architect will return annotated file. C. Three paper copies. Architect will return two copies. 1.9 SUBMITTAL OF PROJECT WARRANTIES A. Time of Submittal: Submit written warranties on request of Architect for designated portions of the Work where commencement of warranties other than date of Substantial Completion is indicated, or when delay in submittal of warranties might limit Owner's rights under warranty. B. Partial Occupancy: Submit properly executed warranties within 15 days of completion of designated portions of the Work that are completed and occupied or used by Owner during construction period by separate agreement with Contractor. C. Organize warranty documents into an orderly sequence based on the table of contents of Project Manual. 1. Bind warranties and bonds in heavy-duty, three-ring, vinyl -covered, loose-leaf binders, thickness as necessary to accommodate contents, and sized to receive 8-1/2-by-I I -inch paper. 2. Provide heavy paper dividers with plastic -covered tabs for each separate warranty. Mark tab to identify the product or installation. Provide a typed description of the product or installation, including the name of the product and the name, address, and telephone number of Installer. 3. Identify each binder on the front and spine with the typed or printed title "WARRANTIES," Project name, and name of Contractor. 4. Warranty Electronic File: Scan warranties and bonds and assemble complete warranty and bond submittal package into a single indexed electronic PDF file with links enabling navigation to each item. Provide bookmarked table of contents at beginning of document. D. Provide additional copies of each warranty to include in operation and maintenance manuals. PART2-PRODUCTS 2.1 MATERIALS A. Cleaning Agents: Use cleaning materials and agents recommended by manufacturer or fabricator of the surface to be cleaned. Do not use cleaning agents that are potentially hazardous to health or property or that might damage finished surfaces. Use cleaning products that comply with Green Seal's GS-37, or if GS-37 is not applicable, use products that comply with the California Code of Regulations maximum allowable VOC levels. PART 3 - EXECUTION 3.1 FINAL CLEANING COL - Reno Muni Square RR 01770 - 4 J21518 A. General: Perform final cleaning. Conduct cleaning and waste -removal operations to comply with local laws and ordinances and Federal and local environmental and antipollution regulations. B. Cleaning: Employ experienced workers or professional cleaners for final cleaning. Clean each surface or unit to condition expected in an average commercial building cleaning and maintenance program. Comply with manufacturer's written instructions. Complete the following cleaning operations before requesting inspection for certification of Substantial Completion for entire Project or for a designated portion of Project: a. Clean Project site, yard, and grounds, in areas disturbed by construction activities, including landscape development areas, of rubbish, waste material, litter, and other foreign substances. b. Sweep paved areas broom clean. Remove petrochemical spills, stains, and other foreign deposits. C. Rake grounds that are neither planted nor paved to a smooth, even -textured surface. d. Remove tools, construction equipment, machinery, and surplus material from Project site. e. Remove snow and ice to provide safe access to building. f. Clean exposed exterior and interior hard -surfaced finishes to a dirt -free condition, free of stains, films, and similar foreign substances. Avoid disturbing natural weathering of exterior surfaces. Restore reflective surfaces to their original condition. g. Remove debris and surface dust from limited access spaces, including roofs, plenums, shafts, trenches, equipment vaults, manholes, attics, and similar spaces. h. Sweep concrete floors broom clean in unoccupied spaces. i. Vacuum carpet and similar soft surfaces, removing debris and excess nap; clean according to manufacturer's recommendations if visible soil or stains remain. j. Clean transparent materials, including mirrors and glass in doors and windows. Remove glazing compounds and other noticeable, vision -obscuring materials. Polish mirrors and glass, taking care not to scratch surfaces. k. Remove labels that are not permanent. 1. Wipe surfaces of mechanical and electrical equipment, elevator equipment, and similar equipment. Remove excess lubrication, paint and mortar droppings, and other foreign substances. In. Clean plumbing fixtures to a sanitary condition, free of stains, including stains resulting from water exposure. n. Replace disposable air filters and clean permanent air filters. Clean exposed surfaces of diffusers, registers, and grills. o. Clean ducts, blowers, and coils if units were operated without filters during construction or that display contamination with particulate matter on inspection. 1) Clean HVAC system in compliance with NADCA Standard 1992-01. Provide written report on completion of cleaning. P. Clean light fixtures, lamps, globes, and reflectors to function with full efficiency. q. Leave Project clean and ready for occupancy. C. Pest Control: Comply with pest control requirements in Division 1 Section "Temporary Facilities and Controls." Prepare written report. D. Construction Waste Disposal: Comply with waste disposal requirements in Division 1 Section "Construction Waste Management." 3.2 REPAIR OF THE WORK COL - Reno Muni Square RR 01770 - 5 J21518 A. Complete repair and restoration operations before requesting inspection for determination of Substantial Completion. B. Repair or remove and replace defective construction. Repairing includes replacing defective parts, refinishing damaged surfaces, touching up with matching materials, and properly adjusting operating equipment. Where damaged or worn items cannot be repaired or restored, provide replacements. Remove and replace operating components that cannot be repaired. Restore damaged construction and permanent facilities used during construction to specified condition. 1. Remove and replace chipped, scratched, and broken glass, reflective surfaces, and other damaged transparent materials. 2. Touch up and otherwise repair and restore marred or exposed finishes and surfaces. Replace finishes and surfaces that that already show evidence of repair or restoration. a. Do not paint over "UL" and other required labels and identification, including mechanical and electrical nameplates. Remove paint applied to required labels and identification. 3. Replace parts subject to operating conditions during construction that may impede operation or reduce longevity. 4. Replace burned -out bulbs, bulbs noticeably dimmed by hours of use, and defective and noisy starters in fluorescent and mercury vapor fixtures to comply with requirements for new fixtures. END OF SECTION 01770 COL - Reno Muni Square RR 01770 - 6 J21518 SECTION 01781 - PROJECT RECORD DOCUMENTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements for project record documents, including the following: 1. Record Drawings. 2. Record Product Data. B. Related Requirements: 1. Division 1 Section "Summary of Multiple Contracts" for coordinating project record documents covering the Work of multiple contracts. 2. Division 1 Section 'Execution Requirements" for final property survey. 3. Division 1 Section "Closeout Procedures" for general closeout procedures. 4. Division 1 Section "Operation and Maintenance Data" for operation and maintenance manual requirements. 5. Divisions 2 through 16 Sections for specific requirements for project record documents of the Work in those Sections. 1.3 CLOSEOUT SUBMITTALS A. Record Drawings: Comply with the following: 1. Number of Copies: Submit one set(s) of marked -up record prints. 2. Number of Copies: Submit copies of record Drawings as follows: a. Initial Submittal: 1) Submit one paper -copy set(s) of marked -up record prints. 2) Submit PDF electronic files of scanned record prints and one of file prints. 3) Submit record digital data files and one set(s) of plots. 4) Architect will indicate whether general scope of changes, additional information recorded, and quality of drafting are acceptable. b. Final Submittal: 1) Submit three paper -copy set(s) of marked -up record prints. 2) Submit PDF electronic files of scanned record prints and three set(s) of prints. 3) Print each drawing, whether or not changes and additional information were recorded. COL - Reno Muni Square RR 01781 - 1 J21518 C. Final Submittal: 1) Submit one paper -copy set(s) of marked -up record prints. 2) Submit record digital data files and three set(s) of record digital data file plots. 3) Plot each drawing file, whether or not changes and additional information were recorded. B. Record Specifications: Submit one paper copy annotated PDF electronic files of Project's Specifications, including addenda and contract modifications. C. Record Product Data: Submit one paper copy annotated PDF electronic files and directories of each submittal. Where record Product Data are required as part of operation and maintenance manuals, submit duplicate marked -up Product Data as a component of manual. D. Miscellaneous Record Submittals: See other Specification Sections for miscellaneous record -keeping requirements and submittals in connection with various construction activities. Submit one paper copy annotated PDF electronic files and directories of each submittal. E. Reports: Submit written report weekly indicating items incorporated into project record documents concurrent with progress of the Work, including revisions, concealed conditions, field changes, product selections, and other notations incorporated. PART2-PRODUCTS 2.1 RECORD DRAWINGS A. Record Prints: Maintain one set of marked -up paper copies of the Contract Drawings and Shop Drawings, incorporating new and revised drawings as modifications are issued. Preparation: Mark record prints to show the actual installation where installation varies from that shown originally. Require individual or entity who obtained record data, whether individual or entity is Installer, subcontractor, or similar entity, to provide information for preparation of corresponding marked -up record prints. a. Give particular attention to information on concealed elements that would be difficult to identify or measure and record later. b. Accurately record information in an acceptable drawing technique. C. Record data as soon as possible after obtaining it. d. Record and check the markup before enclosing concealed installations. e. Cross-reference record prints to corresponding archive photographic documentation. Content: Types of items requiring marking include, but are not limited to, the following: a. Dimensional changes to Drawings. b. Revisions to details shown on Drawings. C. Actual equipment locations. d. Changes made by Change Order or Construction Change Directive. e. Changes made following Architect's written orders. f. Details not on the original Contract Drawings. g. Record information on the Work that is shown only schematically. COL - Reno Muni Square RR 01781 - 2 J21518 3. Mark the Contract Drawings and Shop Drawings completely and accurately. Use personnel proficient at recording graphic information in production of marked -up record prints. 4. Mark record sets with erasable, red -colored pencil. Use other colors to distinguish between changes for different categories of the Work at same location. 5. Mark important additional information that was either shown schematically or omitted from original Drawings. 6. Note Construction Change Directive numbers, alternate numbers, Change Order numbers, and similar identification, where applicable. B. Format: Identify and date each record Drawing; include the designation "PROJECT RECORD DRAWING" in a prominent location. 1. Record Prints: Organize record prints and newly prepared record Drawings into manageable sets. Bind each set with durable paper cover sheets. Include identification on cover sheets. 2. Format: Annotated PDF electronic file with comment function enabled. 3. Record Digital Data Files: Organize digital data information into separate electronic files that correspond to each sheet of the Contract Drawings. Name each file with the sheet identification. Include identification in each digital data file. 4. Identification: As follows: a. Project name. b. Date. C. Designation "PROJECT RECORD DRAWINGS." d. Name of Architect. e. Name of Contractor. 2.2 RECORD PRODUCT DATA A. Preparation: Mark Product Data to indicate the actual product installation where installation varies substantially from that indicated in Product Data submittal. 1. Give particular attention to information on concealed products and installations that cannot be readily identified and recorded later. 2. Include significant changes in the product delivered to Project site and changes in manufacturer's written instructions for installation. 3. Note related Change Orders, record Specifications, and record Drawings where applicable. B. Format: Submit record Product Data as annotated PDF electronic file paper copy scanned PDF electronic file(s) of marked -up paper copy of Product Data. 1. Include record Product Data directory organized by Specification Section number and title, electronically linked to each item of record Product Data. PART 3 - EXECUTION 3.1 RECORDING AND MAINTENANCE A. Recording: Maintain one copy of each submittal during the construction period for project record document purposes. Post changes and revisions to project record documents as they occur; do not wait until end of Project. COL - Reno Muni Square RR 01781 - 3 J21518 B. Maintenance of Record Documents and Samples: Store record documents and Samples in the field office apart from the Contract Documents used for construction. Do not use project record documents for construction purposes. Maintain record documents in good order and in a clean, dry, legible condition, protected from deterioration and loss. Provide access to project record documents for Architect's reference during normal working hours. END OF SECTION 01781 COL - Reno Muni Square RR 01781 - 4 J21518 SECTION 03300 — CONCRETE WORK PARTI-GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provision of Contract, including General and Supplementary Conditions and other Division I Specification sections, apply to the work of this section. 1.02 DESCRIPTION OF WORK A. The extent of concrete work is shown on the Drawings. 1.03 RELATED WORK SPECIFIED ELSEWHERE (LEFT BLANK INTENTIONALLY) 1.04 QUALITY ASSURANCE A. Codes and Standards: Comply with the provisions for the following codes, specifications and standards, except where more stringent requirements are shown or specified: ACI 301 "Specifications for Structural Concrete for Buildings" ACI 304 "Recommended Practice for Measuring, Mixing, Transporting and Placing Concrete" ACI 311 "Recommended Practice for Concrete Inspection" ACI 318 'Building Code Requirements for Reinforced Concrete" ACI 347 "Recommended Practice for Concrete Formwork" MSP-1-90 Concrete Reinforcing Steel Institute, "Manual of Standard Practice B. Workmanship: The Contractor is responsible for correction of concrete work which does not conform to the specified requirements, including strength, tolerances and finishes. Correct deficient concrete as directed by the Architect. C. Design and Testing: The Contractor shall bear all expenses in connection with securing proper laboratory designed mixes. Mixes proposed for use in this project shall be tested by means of actual cylinder breaks, with all information being reported to the Architect. A proven, established, mix from an acceptable ready -mix plant may be used. Provide a minimum of 5 recent different compression test reports for the proposed mix. Job site cylinders shall be taken when the Architect so directs. The Contractor shall notify the testing laboratory when test cylinders are to be taken. The laboratory shall come to the site and take concrete cylinders, and be responsible for their care and handling including breaking of same at laboratory. The laboratory shall be an independent testing laboratory designated by the Architect and the Owner. All expense for taking and testing concrete cylinders shall be borne by the Contractor. Test results shall be furnished to the Architect, Engineer and the Contractor. Any concrete not meeting strength requirements shall be further tested. If further tests indicate concrete will ultimately never meet strength requirements, the understrength concrete will be replaced with new as directed by Architect. COL - Reno Muni Square RR 03300 - 1 J21518 1.05 SUBMITTALS A. Shop Drawings: Submit shop drawings for fabrication, bending, and placement of concrete reinforcement. Comply with the ACI 315 "Manual of Standard Practice for Detailing Reinforced Concrete Structures". PART 2-PRODUCTS 2.01 FORM MATERIALS A. Forms for Exposed Finish Concrete: Unless otherwise shown or specified, construct all formwork for exposed concrete surfaces with plywood, metal, metal framed plywood -faced or other acceptable panel - type materials, to provide continuous, straight, smooth, exposed surfaces. Furnish in largest practicable sizes to minimize number of joints and to conform to joint system show on the Drawings. Provide form material with sufficient thickness to withstand pressure of newly -placed concrete with bow or deflection. Forms used for this class of concrete shall be new or "good -as -new". B. Use plywood complying with U.S. Product Standard PS-1"B-B (Concrete Form) Plywood" Class I, Exterior Grade or better, mill -oiled and edge sealed, with each piece bearing legible trademark of an approved inspection agency, unless otherwise acceptable to Architect. C. Forms for Unexposed Finish Concrete: Form concrete surfaces which will be unexposed in finished structure with plywood, lumber, metal or other acceptable material. Provide lumber dressed on at least 2 edges and one side for tight fit. 2.02 REINFORCING MATERIALS A. Reinforcing Bars: ASTM A 615, Grade 60. B. Supports for Reinforcement: Provide supports for reinforcement including bolsters, chairs, spacers and other devices for spacing, supporting and fastening reinforcing bars and welded wire fabric in place. Use wire bar type supports complying with CRSI, unless otherwise specified. Wood, brick and other devices will not be acceptable. For slabs -on -grade, use supports with sand plates for horizontal reinforcing where wetted base materials will not support chair legs. 2.03 CONCRETE MATERIALS A. Portland Cement: ASTM C 150, Type I, unless otherwise acceptable to Architect. Use only one brand of cement throughout the project, unless otherwise acceptable to Architect. B. Fine Aggregate: Clean, sharp, natural sand free from loam, clay, lumps or other deleterious substances. Dune sand, bank -run sand and manufactured sand are not acceptable. C. Coarse Aggregate: ASTM C 33. Clean, uncoated, processed aggregate containing no clay, mud, loam or foreign matter as follows: COL - Reno Muni Square RR 03300 - 2 J21518 1. Crushed stone, processed from natural rock or stone. 2. Washed gravel, either natural or crushed. Use of pit or bank -run gravel is not permitted. 3. Provide aggregate from a single source for all exposed concrete. 4. Maximum Aggregate Size: a. Not larger than one -fifth of the narrowest dimension between sides of forms, one-third of the depth of slabs, nor three -fourths of the minimum clear spacing between individual reinforcing bars or bundles or bars. b. These limitations may be waived if, in the judgment of the Architect, workability and methods of consolidation are such that concrete can be placed without honeycomb or voids. D. Water: Clean, fresh, drinkable. E. Air -Entraining Admixture: ASTM C 260. F. Water -Reducing Admixture: ASTM C 494, type A, containing not more than 0.1% chloride ions. G. Set -Control Admixtures: ASTM C 494, as follows: 1. Type B, Retarding. 2. Type C, Accelerating. 3. Type D, Water -reducing and Retarding. 4. Type E, Water -reducing and Accelerating. H. Calcium chloride will not be permitted in concrete, unless otherwise authorized in writing by Architect. 2.04 RELATED MATERIALS A. Preformed Expansion Joint Fillers: Premolded cane fiber saturated with asphalt. Unless indicated otherwise, 1/2" thickness by depth of slab. B. Absorptive Cover: Burlap cloth made from jute or kenaf, weighing approximately 9 oz. per sq. yd., complying with AASHTO M 182, Class 2. C. Moisture -Retaining Cover: One of the following, complying with ASTM C 171. 1. Waterproof paper. 2. Polyethylene film. 3. Polyethylene -coated burlap. D. Membrane -Forming Curing Compound: ASTM C 309, Type I, Class A unless other type acceptable to the Architect. E. Concrete Sealer: Acrylic co -polymer sealer equal to SealTite Tiah as manufactured by W.R. Meadows, Inc. The sealer shall not after -yellow or change the natural color of the concrete and shall provide a highly weatherproof, stain -resistant and dustproof sealer. 2.05 PROPORTIONING AND DESIGN OF MIXES A. Prepare design mixes for each type and strength of concrete in accordance with applicable provisions of ASTM C 94. use an independent testing facility acceptable to the Architect for preparing and reporting proposed mix design. The testing facility shall not be the same as used for field quality control testing unless otherwise acceptable to the Architect. COL - Reno Muni Square RR 03300 - 3 J21518 B. Prepare design mixes by either laboratory trial batch or field experience methods, using materials to be employed on the project for each class of concrete required. 1. Laboratory Trial Batches: When laboratory trial batches are used to select concrete proportions, prepare test specimens in accordance with ASTM C 192 and conduct strength tests in accordance with ASTM C 39, specified in ACI 301. Establish a curve showing relationship between water - concrete ratio (or cement content) and compressive strength, with at least 3 points representing batches which produce strengths above and below that required. Use not less than 3 specimens tested at 28 days, or an earlier age when acceptable to the Architect, to establish each point on the curve. 2. Field Experience Method: When field experience methods are used to select concrete proportions, establish proportions as specified in ACI 301. Strength data for establishing standard deviation will be considered suitable if the concrete production facility has certified records consisting of at least 30 consecutive tests in one group or the statistical average for 2 groups totaling 30 or more tests, representing similar materials and project conditions. 3. If standard deviation exceeds 600 psi or if no suitable records are available, select proportions to produce an average strength of at least 1200 psi greater than the required compressive strength of concrete. 4. After sufficient experience and test data become available from the job, using ACI 214 methods of evaluation, the standard deviation may be reduced when the probable frequency of an average of 3 consecutive tests below required compressive strength will not exceed 1 in 100. C. Submit written reports to the Architect of each proposed mix for each class of concrete at least 15 days prior to start of work. Do not begin concrete production until mixes have been reviewed by the Architect. D. Design mixes to provide normal weight concrete with the following properties, as indicated on the Drawings and schedules: 3000 psi 28-day compressive strength; W/C ratio, 0.58 maximum (non -air -entrained), 0.46 maximum (air -entrained). E. Adjustment to Concrete Mixes: Mix design adjustments may be requested by the Contractor when characteristics of materials, job conditions, weather, test results, or other circumstances warrant; at no additional cost to the Owner and as accepted by the Architect. Laboratory test data for revised mix design and strength results must be submitted to and accepted by the Architect before using in the work. 2.06 ADMIXTURES A. Use water -reducing admixture in concrete as required for placement and workability. B. Use non -chloride accelerating admixture in concrete slabs placed at ambient temperatures below 50 degrees F. C. Use air -entrained admixture in exterior exposed concrete, unless otherwise indicated. Add air -entraining admixture at the manufacturer's prescribed rate to result in concrete at the point of placement having air content within the following limits: 5.5% with 1 1/2" maximum aggregate 6.0% with 1" maximum aggregate 6.0% with 3/4" maximum aggregate 7.0% with 1/2" maximum aggregate D. Use admixture for water -reducing and set -control in strict compliance with the manufacturer's directions. COL - Reno Muni Square RR 03300 - 4 J21518 E. Use amounts of admixtures as recommended by the manufacturer for climatic conditions prevailing at the time of placing. Adjust quantities and types of admixtures as required to maintain quality control. 2.07 SLUMP LIMITS A. Proportion and design mixes to result in concrete slump at the point of placement as follows: Ramps and Sloping Surfaces: Not more than 3". Reinforced Foundation Systems: Not less than 1" and not more than 3". All Other Concrete: Not more than 4". 2.08 CONCRETE MIXING A. Ready -Mix Concrete: Comply with the requirements of ANSI/ASTM C 94, and as herein specified. B. Delete the references for allowing additional water to be added to the batch for material with insufficient slump. Addition of water to the batch will not be permitted. C. During hot weather, or under conditions contributing to rapid setting of concrete, a shorter mixing time than specified in ANSI/ASTM C 94 may be required. D. When the air temperature is between 85 degrees F. and 90 degrees F., reduce the mixing and delivery time from 1 1/2 hours to 75 minutes, and when the air temperature is above 90 degrees F., reduce the mixing and delivery time to 60 minutes. PART 3 - EXECUTION 3.01 FORMS A. Design, erect, support, brace and maintain formwork to support vertical and lateral loads that might be applied until such loads can be supported by the concrete structure. Construct formwork so concrete members and structures are of correct size, shape, alignment, elevation and position. B. Design formwork to be readily removable without impact, shock or damage to cast -in -place concrete surfaces and adjacent materials. C. Forms shall not leak cement paste. D. Fabricate forms for easy removal without hammering or prying against the concrete surfaces. Provide crush plates or wrecking plates where stripping may damage cast concrete surfaces. Provide top forms for inclined surfaces where slope is too steep to place concrete with bottom forms only. Kerf wood inserts for forming keyways, reglets, recesses, and the like, to prevent swelling and for easy removal. E. Provide temporary openings where interior area of formwork is inaccessible for cleanout, for inspection before concrete placement, and for placement of concrete. Securely brace temporary openings and set tightly to form to prevent loss of concrete mortar. Locate temporary openings on forms at inconspicuous locations. F. Chamfer exposed corners and edges as shown, using wood, metal, PVC or rubber chamfer strips fabricated to produce uniform smooth lines and tight edge joints. G. Form Ties: Factory -fabricated, adjustable -length, removable or snap off metal form ties, designed to prevent form deflection, and to prevent spalling concrete surfaces upon removal. COL - Reno Muni Square RR 03300 - 5 J21518 H. Unless otherwise shown, provide ties so portion remaining within concrete after removal is at least 1 1/2" inside concrete. Unless otherwise shown, provide form ties which will not leave holes larger than 1" diameter in concrete surface. I. Provisions of Other Trades: Provide openings in concrete formwork to accommodate work for other trades. Determine size and location of openings, recesses and chases from traces providing such items. Accurately place and securely support items built into forms. Cleaning and Tightening: Thoroughly clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt or other debris just before concrete is placed. Retighten forms after concrete placement if required to eliminate mortar leaks. 3.02 PLACING REINFORCING A. Comply with the specified codes and standards, and Concrete Reinforcing Steel Institute's recommended practice for "Placing Reinforcing Bars", for details and methods of reinforcement placement and supports, and as herein specified. B. Clean reinforcement of loose rust and mill scale, earth, ice, and other materials which reduce or destroy bond with concrete. C. Accurately position, support and secure reinforcement against displacement by formwork, construction, or concrete placement operations. Locate and support reinforcing by metal chairs, runners, bolsters, spacers and hangers, as required. D. Place reinforcement to obtain at least the minimum coverages for concrete protection. Arrange, space and securely tie bars and bar supports to hold reinforcement in position during concrete placement operations. Set wire ties so ends are directed into concrete, not toward exposed concrete surfaces. E. Do not place reinforcing bars more than 2" beyond the last leg of continuous bar supports. Do not use supports as bases for runways for concrete conveying equipment and similar construction loads. 3.03 JOINTS A. Construction Joints: Locate and install construction joints, which are not shown on the Drawings, so as not to impair the strength and appearance of the structure, as acceptable to the Architect. Provide keyways at least 1-1/2" deep in all construction joints in walls, slabs and between walls and footings; acceptable bulkheads designed for this purpose may be used for slabs. Place construction joints perpendicular to the main reinforcement. Continue all reinforcement across construction joints. B. Control Joints in Slabs -on -Ground: Construct control joints in slabs -on -ground to form panels or patterns as shown or directed. Form edge of pours with wood forms having keyway as detailed on the Drawings. C. Isolation Joints in Slabs -on -Ground: Construct isolation joints in slabs -on -ground at all points of contact between slabs -on -ground and vertical surfaces, such as column pedestals, foundation walls, grade beams and elsewhere as indicated. 3.04 INSTALLATION OF EMBEDDED ITEMS COL - Reno Muni Square RR 03300 - 6 J21518 A. General: Set and build into the work anchorage devices and other embedded items required for other work that is attached to, or supported by, cast -in -place concrete. Use setting drawings, diagrams, instructions and directions provided by suppliers of the items to be attached thereto. B. Edge Forms and Screed Strips for Slabs: Set edge forms or bulkheads and intermediate screed strips for slabs to obtain the required elevations and contours in the finished slab surface. Provide and secure units sufficiently strong to support the types of screed required. Align the concrete surface to the elevation of the screed strips by the use of strike -off templates or accepted compacting type screeds. 3.05 PREPARATION OF FORM SURFACES A. Coat the contact surfaces of forms with a form -coating compound before reinforcement is placed. Provide commercial formulation form -coating compounds that will not bond with, stain nor adversely affect concrete surfaces, and will not impair subsequent treatment of concrete surfaces requiring bond or adhesion, nor impede wetting of surfaces to be cured with water or curing compounds. B. Thin form -coating compounds only with thinning agent of type, and in amount, and under conditions of the form -coating compound manufacturer's directions. Do not allow excess form -coating material to accumulate in the forms or to come into contact with concrete surfaces against which fresh concrete will be placed. Apply in compliance with manufacturer's instructions. 3.06 CONCRETE PLACEMENT A. General: Comply with ACI 304, and as herein specified. Deposit concrete continuously or in layers of such thickness that no concrete will be placed on concrete which has hardened sufficiently to cause the formation of seams or planes of weakness within the section. If a section cannot be placed continuously, provide construction joints as herein specified. Deposit concrete as nearly as practicable to its final location to avoid segregation due to rehandling or flowing. B. Pre -Placement Inspection: Before placing concrete, inspect and complete the formwork installation, reinforcing steel, and items to be embedded or cast -in. Notify other crafts to permit the installation of their work; cooperate with other trades in setting such work, as required. Thoroughly wet wood forms immediately before placing concrete, as required where form coatings are not used. C. Placing Concrete in Forms: Deposit concrete in forms in horizontal layers not deeper than 18" and in a manner to avoid inclined construction joints. Consolidate placed concrete by mechanical vibrating equipment supplemented by hand -spading, rodding or tamping. Use vibrators designed to operate with vibratory element submerged in concrete, maintaining a speed of not less than 6000 impulses per minute. Do not use vibrators to transport concrete inside of forms. Insert and withdraw vibrators vertically at uniformly spaced locations not farther than the visible effectiveness of the machine. Do not insert vibrators into lower layers of concrete that have begun to set. At each insertion, limit the duration or vibration to the time necessary to consolidate the concrete and complete embedment of reinforcement and other embedded items without causing segregation of the mix. D. Placing Concrete Slabs: Deposit and consolidate concrete slabs in a continuous operation, with the limits of construction joints, until the placing of a panel or section is completed. Consolidate concrete during placing operations so that concrete is thoroughly worked around reinforcement and other embedded items and into corners. COL - Reno Muni Square RR 03300 - 7 J21518 Bring slab surfaces to the correct level with a straightedge and strike off. Use bull floats or darbies to smooth the surface, leaving it free of humps or hollows. Do not sprinkle water on the plastic surface. Do not disturb the slab surfaces prior to beginning finishing operations. Maintain reinforcing in the proper position during concrete placement operations. E. Cold Weather Placing: Protect concrete work from physical damage or reduced strength which could be caused by frost, freezing actions, or low temperatures, in compliance with ACI 306 and as herein specified. When air temperature has fallen to or is expected to fall below 40 degrees F., uniformly heat all water and aggregate before mixing as required to obtain a concrete mixture temperature of not less than 50 degrees F., and not more than 80 degrees F., at point of placement. Do not use frozen materials or materials containing ice or snow. Do not place concrete on frozen subgrade or on subgrade containing frozen materials. Do not use calcium chloride, salt and other materials containing antifreeze agents or chemical accelerators, unless otherwise accepted in mix designs. F. Hot Weather Placing: 1. When hot weather conditions exist that could seriously impair the quality and strength of concrete place concrete in compliance with ACI 305 and as herein specified. 2. Cool before mixing to maintain concrete temperature at time of placement below 90 degrees F. Mixing water may be chilled, or chopped ice may be used to control the concrete temperature provided the water equivalent of the ice is calculated to the total amount of mixing. 3. Cover reinforcing steel with water -soaked burlap if it becomes too hot, so that the steel temperature will not exceed the ambient air temperature immediately before embedment in concrete. Wet form thoroughly before placing concrete. 4. Do not use retarding admixtures unless otherwise accepted in mix designs. 3.07 FINISH OR FORMED SURFACES A. Standard Rough Form Finish: For formed concrete surfaces not exposed -to -view in the finish work or by other construction, unless otherwise shown or specified. This is the concrete surface having the texture imparted by the form facing material used, with defective areas repaired and patched as specified, and fins and other projections exceeding 1/4" in height rubbed down with wood blocks. B. Standard Smooth Finish: For formed concrete surfaces exposed -to -view, or that are to be covered with a coating material applied directly to the concrete or a covering material bonded to the concrete, such as water proofing, dampproofing, painting or other similar system. This is the as -cast concrete surface as obtained with the form facing material, with defective areas repaired and patched as specified, and fins and other projections on the surface completely removed and smoothed. C. Related Unformed Surfaces: At tops of walls, horizontal offsets and similar unformed surfaces occurring adjacent to formed surfaces, strike -off smooth and finish with a texture matching adjacent formed surfaces. Continue final surface treatment of formed surfaces uniformly across adjacent unformed surfaces, unless otherwise shown. 3.08 MONOLITHIC SLAB FINISHES A. Float Finish: Apply float finish to monolithic slab surfaces that are to receive trowel finish and other finishes as hereinafter specified and as shown on the Drawings or in schedules. After screeding and consolidating concrete slabs, do not work surface until ready for floating. Begin floating when surface water has disappeared or when concrete has stiffened sufficiently to permit operation of power -driven floats or both. Consolidate surface with power -driven floats, or by hand floating if area is small or inaccessible to power units. Check and level surface plane to a COL - Reno Muni Square RR 03300 - 8 J21518 tolerance not exceeding 1/4" in 10 feet when tested with a 10 foot straightedge. Cut down high spots and fill low spots. Uniformly slope surfaces to drains. Immediately after leveling, refloat surface to uniform, smooth, granular texture. B. Trowel Finish: Apply trowel finish to monolithic slab surfaces that are to be exposed -to -view, unless otherwise shown, and slab surfaces that are to be covered with resilient flooring, carpet or other thinfilm finish coating system. After floating, begin first trowel finish operation using a power -driven trowel. Begin final troweling when surface produces a ringing sound as trowel is moved over the surface. Consolidate concrete surface by final hand troweling operation, free of trowel marks, uniform in texture and appearance, and with a surface plane tolerance not exceeding 1/8" in 10 feet when tested with a 10 foot straight edge. Grind smooth surface defects which would telegraph through applied floor covering system. C. Non -Slip Broom Finish: Apply non -slip broom finish to exterior concrete platforms, steps and ramps, and elsewhere as shown on Drawings or in schedules. Immediately after trowel finishing, slightly roughen concrete surface by brooming perpendicular to main traffic route. Coordinate required final finish with the Architect before application. 3.09 CONCRETE CURING AND PROTECTION A. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperature, and maintain without drying at a relatively constant temperature for a period of time necessary for hydration of cement and proper hardening. Start initial curing application as soon as free water has disappeared from concrete surface after placing and finishing. Weather permitting, keep continuously moist for not less than 72 hours. Begin final curing procedures immediately following initial curing and before concrete has dried. Continue final curing for at least 168 cumulative hours (not necessarily consecutive) during which concrete has been exposed to air temperatures above 50 degrees F. Avoid rapid drying at end of final curing period. B. Curing Methods: Perform curing of concrete by moist curing or by retaining cover curing or by membrane -forming curing compound and by combinations thereof, as herein specified. Provide moisture curing by following methods: a. Keep concrete surface continuously wet by covering with water. Continuous water -fog spray. b. Covering concrete surface with specified absorptive cover, thoroughly saturating cover with water and keeping continuously wet. Place absorptive cover to provide coverage of concrete surfaces and edges, with 4" lap over adjacent absorptive covers. Provide moisture -cover curing as follows: a. Cover concrete surfaces with moisture -retaining cover for curing concrete, placed in widest practicable width with sides and ends lapped at least 3" and sealed by waterproof tape or adhesive. Immediately repair any holes or tears during curing period using cover material and waterproof tape. Provide curing compound for slabs as follows: COL - Reno Muni Square RR 03300 - 9 J21518 a. Apply specified curing and sealing compound to concrete slabs as soon as final finishing operations are complete (within 2 hours). b. Apply uniformly in continuous operation by power -spray or roller in accordance with manufacturer's directions. Recoat areas subjected to heavy rainfall within 3 hours after initial application. Maintain continuity of coating and repairing damage during curing period. C. Do not apply membrane curing compounds on surfaces which are to be covered with coating material applied directly to concrete, liquid floor hardener, waterproofing, dampproofing, membrane roofing, flooring, painting, and other coatings and finish materials, unless otherwise acceptable to architect. C. Curing Formed Surfaces: Cure formed concrete surfaces, including undersides of beams, supported slabs and other similar surfaces by moist curing with forms in place for full curing period or until forms are removed. If forms are removed, continue curing by methods specified above, as applicable. D. Curing Unformed Surfaces: Initially cur unformed surfaces, such as slabs, and other flat surfaces by moist curing. Final cur unformed surfaces, unless otherwise specified, by methods specified above, as applicable E. Applying Concrete Sealer: Apply on all concrete slab floors scheduled to be left exposed in strict compliance with the manufacturer's instructions. Concrete shall have cured for a least 7 days. Concrete shall be clean and dry prior to application, with oil. stains, grease, etc. removed. Apply by spray, brush, or lamb's wool applicator to approximate coverage of 500 square feet per gallon. Do not apply if the temperature is less than 40 degrees F. 3.10 REMOVAL OF FORMS A. Formwork not supporting weight of concrete may be removed after cumulatively curing at not less than 50 degrees F. for 24 hours after placing concrete, providing concrete is sufficiently hard to not be damaged by form removal operations, and provided curing and protection operations are maintained. 3.11 RE -USE OF FORMS A. Clean and repair surfaces of forms to be re -used in the work. Split, frayed, delaminated or otherwise damaged form facing material will not be acceptable. Apply new form coating compound material to concrete contact form surfaces as specified for new formwork. B. When forms are intended for successive concrete placement, thoroughly clean surfaces, remove fins and laitance, and tighten forms to close joints. Align and secure joints to avoid offsets. Do not use "patched" forms for exposed concrete surfaces, except as acceptable to Architect. 3.12 CONCRETE SURFACE REPAIRS A. Patching Defective Areas: Repair and patch defective areas with cement mortar immediately after removal of forms, but only when acceptable to Architect. Cut out honeycomb, rock pockets, voids over 1/4" in any dimension, and holes left by tie rods and bolts, down to solid concrete but, in no case to a depth of less than V. Make edges of cuts perpendicular to the concrete surface. Before placing cement mortar or proprietary patching compound, thoroughly clean, dampen with water and brush -coat the area to be patched with neat cement grout, or proprietary bonding agent. COL - Reno Muni Square RR 03300 - 10 J21518 For exposed -to -view surfaces, blend white portland cement and standard portland cement so that, when dry, patching mortar will match color surrounding. Provide test areas at inconspicuous location to verify mixture and color match before proceeding with patching. Compact mortar in place and strike -off slightly higher than surrounding surface. B. Repair of Formed Surfaces: Remove and replace concrete having defective surfaces if defects cannot be repaired to satisfaction of Architect. Surface defects, as such, include color and texture irregularities, cracks, spalls, air bubbles, honeycomb, rock pockets, fins and other projections on surface; and stains and other discolorations that cannot be removed by cleaning. Flush out form tie holes, fill with dry pack mortar, or precast cement cone plugs secured in place with bonding agent. Repair concealed formed surfaces, where possible, that contain defects that adversely affect the durability of the concrete. If defects cannot be repaired, remove and replace the concrete. C. Repair of Unformed Surfaces: Test unformed surfaces, such as monolithic slabs, for smoothness and to verify surface plane to tolerances specified for each surface and finish. Correct low and high areas as herein specified. Test unformed surfaces sloped to drain for trueness of slope, in addition to smoothness, using a template having required slope. Repair finished unformed surfaces that contain defects which adversely affect durability of concrete. Surface deflects, as such, include crazing, cracks in excess of 0.01" wide or which penetrate to reinforcement or completely through non -reinforced sections regardless of width, spalling, pop -outs, honeycomb, rock pockets, and other objectionable conditions. Correct high areas in unformed surfaces by grinding, after concrete has cured at least 14 days. Correct low areas in unformed surfaces during, or immediately after completion of surface finishing operations by cutting out low areas and replacing with fresh concrete. Finish repaired areas to blend into adjacent concrete. Proprietary patching compounds may be used when acceptable to Architects. Repair defective areas, except random cracks and single holes not exceeding 1" diameter, by cutting out and replacing with fresh concrete. Remove defective areas to sound concrete with clean, square cuts and exposed reinforcing steel with at least 3/4" clearance all around. Dampen concrete surfaces in contact with patching concrete, and brush with a neat cement grout coating or concrete bonding agent. Mix patching concrete of same material to provide concrete of the same type or class as original concrete. Place, compact and finish to blend with adjacent finished concrete. Cure in the same manner as adjacent concrete. Repair isolated random cracks and single holes not over 1" in diameter by dry -pack method. Groove top of cracks and cut-out holes to sound concrete and clean of dust, dirt and loose particles. Dampen cleaned concrete surfaces and brush with neat cement grout coating or concrete bonding agent. Mix dry -pack, consisting of one part portland cement to 2-1/2 parts fine aggregate passing a No. 16 mesh sieve, using only enough water as required for handling and placing. Compact dry -pack mixture in place and finish to match adjacent concrete. Keep patched area continuously moist for not less than 72 hours. D. Use epoxy -based mortar for structural repairs, where directed by Architect. E. Repair methods not specified above may be used, subject to acceptance of Architect. 3.13 QUALITY CONTROL TESTING DURING CONSTRUCTION A. Sampling and testing for quality control during the placement of concrete may include the following, as directed by the Architect. 1. Sampling Fresh Concrete: ASTM C 172, except modified for slump to comply with ASTM C 94. COL - Reno Muni Square RR 03300 - 11 J21518 Slump: ASTM C 143; one test for each set of compressive strength test specimens taken at point of discharge. Air Content: ASTM C 173, volumetric method for light weight concrete; one for each set of compressive strength test specimens. Concrete Temperature: Test hourly when air temperature is 40 degrees F. and below, and when 80 degrees F. and above; and each time a set of compression test specimens made. Compression Test Specimen: ASTM C 31; one set of 4 standard cylinders for each compressive strength test, unless otherwise directed. Mold and store cylinders for laboratory cured test specimens except when field -cure test specimens are required. Compressive Strength Tests: ASTM C 39; one set for each 100 cu. yds. or fraction thereof, of each concrete class placed in any one day or for each 5000 sq.ft. of surface area placed; 1 specimen tested at 7 days for information only, 2 specimens tested at 28 days, and 1 specimen ratained in serve for later testing if required. The acceptance test results shall be the average of the strengths of the two specimens tested at 28 days. a. When the frequency of testing will provide less than 5 strength tests for a given class of concrete, conduct testing from at least 5 randomly selected batches or from each batch if fewer than 5 are used. b. When the total quantity of a given class of concrete is less than 50 cu.yds., the strength test may be waived by the Architect if, in his judgment, adequate evidence of satisfactory strength is provided. C. When the strength of field -cured cylinders is less than 85% of companion laboratory -cured cylinders, evaluate current operations and provide corrective procedures for protecting and curing the in -place concrete. B. Test results will be reported in writing to the Architect and the Contractor on the same day that tests are made. Reports of compressive strength tests shall contain the project identification name and number, date of concrete placement, name of concrete testing service, concrete type and class, location of concrete batch in the structure, design compressive strength at 28 days, concrete mix proportions and materials; compressive breaking strength and type of break for both 7-day tests and 28-day tests. C. Additional Tests: The testing service will make additional tests of in -place concrete when test results indicate the specified concrete strengths and other characteristics have not been attained in the structure, as directed by the Architect. The testing service may conduct tests to determine adequacy of concrete by cored cylinders complying with ASTM C 42, or by other methods as directed. Contractor shall pay for such tests conducted, and any other additional testing as may be required, when unacceptable concrete is verified. END OF SECTION COL - Reno Muni Square RR 03300 - 12 J21518 SECTION 05400 - COLD -FORMED METAL FRAMING 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. Exterior non -load -bearing wall framing. B. Related Sections include the following: 1. Division 5 Section "Metal Fabrications" for masonry shelf angles and connections. 2. Division 9 Section "Gypsum Board Assemblies" for interior non -load -bearing, metal -stud framing and ceiling -suspension assemblies. 3. Division 9 Section "Gypsum Board Shaft -Wall Assemblies" for interior non -load -bearing, metal - stud -framed, shaft -wall assemblies. 1.3 SUBMITTALS A. Product Data: For each type of cold -formed metal framing product and accessory indicated. 1.4 QUALITY ASSURANCE A. Testing Agency Qualifications: An independent testing agency, acceptable to authorities having jurisdiction, qualified according to ASTM E 329 to conduct the testing indicated. B. Product Tests: Mill certificates or data from a qualified independent testing agency indicating steel sheet complies with requirements, including base -metal thickness, yield strength, tensile strength, total elongation, chemical requirements, and metallic -coating thickness. C. Fire -Test -Response Characteristics: Where indicated, provide cold -formed metal framing identical to that of assemblies tested for fire resistance per ASTM E 119 by a testing and inspecting agency acceptable to authorities having jurisdiction. D. AISI Specifications and Standards: Comply with AISI's "North American Specification for the Design of Cold -Formed Steel Structural Members" and its "Standard for Cold -Formed Steel Framing - General Provisions." 1. Comply with AISI's "Standard for Cold -Formed Steel Framing - Header Design." E. Comply with AISI's "Standard for Cold -Formed Steel Framing - Prescriptive Method for One and Two Family Dwellings." 1.5 DELIVERY, STORAGE, AND HANDLING A. Protect cold -formed metal framing from corrosion, deformation, and other damage during delivery, storage, and handling. B. Store cold -formed metal framing, protect with a waterproof covering, and ventilate to avoid condensation. PART2-PRODUCTS 2.1 MANUFACTURERS COL - Reno Muni Square RR 05400 - 1 J21518 A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering cold -formed metal framing that may be incorporated into the Work include, but are not limited to, the following: 1. Dale/Incor. 2. MarinoWare; a division of Ware Industries. 2.2 MATERIALS A. Steel Sheet: ASTM A 1003/A 1003M, Structural Grade, Type H, metallic coated, of grade and coating weight as follows: 1. Grade: As required by structural performance. 2. Coating: G90 or equivalent. B. Steel Sheet for Vertical Deflection Clips: ASTM A 653/A 653M, structural steel, zinc coated, of grade and coating as follows: 1. Grade: As required by structural performance. 2. Coating: G90. 2.3 EXTERIOR NON -LOAD -BEARING WALL FRAMING A. Steel Studs: Manufacturer's standard C-shaped steel studs, of web depths indicated, punched, with stiffened flanges, and as follows: 1. Minimum Base -Metal Thickness: 0.0428 inch. 2. Flange Width: 1-5/8 inches. B. Steel Track: Manufacturer's standard U-shaped steel track, of web depths indicated, unpunched, with unstiffened flanges, and as follows: 1. Minimum Base -Metal Thickness: Matching steel studs. 2. Flange Width: 1-1/4 inches. C. Vertical Deflection Clips: Manufacturer's standard bypass clips, capable of accommodating upward and downward vertical displacement of primary structure through positive mechanical attachment to stud web. 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: a. MarinoWare, a division of Ware Industries. D. Drift Clips: Manufacturer's standard bypass or head clips, capable of isolating wall stud from upward and downward vertical displacement and lateral drift of primary structure. 2.4 FRAMING ACCESSORIES A. Fabricate steel -framing accessories from steel sheet, ASTM A 1003/A 1003M, Structural Grade, Type H, metallic coated, of same grade and coating weight used for framing members. B. Provide accessories of manufacturer's standard thickness and configuration, unless otherwise indicated, as follows: 1. Supplementary framing. 2. Bracing, bridging, and solid blocking. 3. Web stiffeners. 4. Anchor clips. 5. Gusset plates. 6. Stud kickers, knee braces, and girts. COL - Reno Muni Square RR 05400 - 2 J21518 2.5 ANCHORS, CLIPS, AND FASTENERS A. Steel Shapes and Clips: ASTM A 36/A 36M, zinc coated by hot -dip process according to ASTM A 123/A 123M. B. Power -Actuated Anchors: Fastener system of type suitable for application indicated, fabricated from corrosion -resistant materials, with capability to sustain, without failure, a load equal to 10 times design load, as determined by testing per ASTM E 1190 conducted by a qualified independent testing agency. C. Mechanical Fasteners: ASTM C 1513, corrosion -resistant -coated, self -drilling, self -tapping steel drill screws. 1. Head Type: Low -profile head beneath sheathing, manufacturer's standard elsewhere. 2. Fastener for Concrete: 1/4" S-4 hex wash lid. 1/4- 14 shear capacity. 265 pounds with 3.0 factor of safety. 2.6 MISCELLANEOUS MATERIALS A. Galvanizing Repair Paint: SSPC-Paint 20 or DOD-P-21035. B. Shims: Load bearing, high -density multimonomer plastic, nonleaching. C. Sealer Gaskets: Closed -cell neoprene foam, 1/4 inch thick, selected from manufacturer's standard widths to match width of bottom track or rim track members. 2.7 FABRICATION A. Fabricate cold -formed metal framing and accessories plumb, square, and true to line, and with connections securely fastened, according to referenced AISI's specifications and standards, manufacturer's written instructions, and requirements in this Section. 1. Fabricate framing assemblies using jigs or templates. 2. Cut framing members by sawing or shearing; do not torch cut. 3. Fasten cold -formed metal framing members by welding, screw fastening, clinch fastening, or riveting as standard with fabricator. Wire tying of framing members is not permitted. a. Locate mechanical fasteners and install according to Shop Drawings, with screw penetrating joined members by not less than three exposed screw threads. 4. Fasten other materials to cold -formed metal framing by welding, bolting, or screw fastening, according to Shop Drawings. B. Reinforce, stiffen, and brace framing assemblies to withstand handling, delivery, and erection stresses. Lift fabricated assemblies to prevent damage or permanent distortion. C. Fabrication Tolerances: Fabricate assemblies level, plumb, and true to line to a maximum allowable tolerance variation of 1/8 inch in 10 feet and as follows: 1. Spacing: Space individual framing members no more than plus or minus 1/8 inch from plan location. Cumulative error shall not exceed minimum fastening requirements of sheathing or other finishing materials. 2. Squareness: Fabricate each cold -formed metal framing assembly to a maximum out -of -square tolerance of 1/8 inch. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine supporting substrates and abutting structural framing for compliance with requirements for installation tolerances and other conditions affecting performance. 1. Proceed with installation only after unsatisfactory conditions have been corrected. COL - Reno Muni Square RR 05400 - 3 J21518 3.2 PREPARATION A. Install load bearing shims or grout between the underside of wall bottom track or rim track and the top of foundation wall or slab at stud or joist locations to ensure a uniform bearing surface on supporting concrete or masonry construction. B. Install sealer gaskets to isolate the underside of wall bottom track or rim track and the top of foundation wall or slab at stud or joist locations. 3.3 INSTALLATION, GENERAL A. Cold -formed metal framing may be shop or field fabricated for installation, or it may be field assembled. B. Install cold -formed metal framing according to AISI's "Standard for Cold -Formed Steel Framing - General Provisions" and to manufacturer's written instructions unless more stringent requirements are indicated. C. Install shop- or field -fabricated, cold -formed framing and securely anchor to supporting structure. 1. Screw, bolt, or weld wall panels at horizontal and vertical junctures to produce flush, even, true - to -line joints with maximum variation in plane and true position between fabricated panels not exceeding 1/16 inch. D. Install cold -formed metal framing and accessories plumb, square, and true to line, and with connections securely fastened. 1. Cut framing members by sawing or shearing; do not torch cut. 2. Fasten cold -formed metal framing members by welding, screw fastening, clinch fastening, or riveting. Wire tying of framing members is not permitted. a. Locate mechanical fasteners and install according to Shop Drawings, and complying with requirements for spacing, edge distances, and screw penetration. E. Install framing members in one-piece lengths unless splice connections are indicated for track or tension members. F. Install temporary bracing and supports to secure framing and support loads comparable in intensity to those for which structure was designed. Maintain braces and supports in place, undisturbed, until entire integrated supporting structure has been completed and permanent connections to framing are secured. G. Do not bridge building expansion and control joints with cold -formed metal framing. Independently frame both sides of joints. H. Install insulation, specified in Division 7 Section "Building Insulation," in built-up exterior framing members, such as headers, sills, boxed joists, and multiple studs at openings, that are inaccessible on completion of framing work. I. Fasten hole reinforcing plate over web penetrations that exceed size of manufacturer's standard punched openings. J. Erection Tolerances: Install cold -formed metal framing level, plumb, and true to line to a maximum allowable tolerance variation of 1/8 inch in 10 feet and as follows: 1. Space individual framing members no more than plus or minus 1/8 inch from plan location. Cumulative error shall not exceed minimum fastening requirements of sheathing or other finishing materials. 3.4 EXTERIOR NON -LOAD -BEARING WALL INSTALLATION A. Install continuous tracks sized to match studs. Align tracks accurately and securely anchor to supporting structure as indicated. B. Fasten both flanges of studs to top and bottom track, unless otherwise indicated. Space studs as follows: 1. Stud Spacing: 16 inches. COL - Reno Muni Square RR 05400 - 4 J21518 C. Set studs plumb, except as needed for diagonal bracing or required for nonplumb walls or warped surfaces and similar requirements. D. Isolate non -load -bearing steel framing from building structure to prevent transfer of vertical loads while providing lateral support. 1. Connect vertical deflection clips to bypassing studs and anchor to building structure. 2. Connect drift clips to cold formed metal framing and anchor to building structure. E. Install horizontal bridging in wall studs, spaced in rows indicated on Shop Drawings but not more than 48 inches apart. Fasten at each stud intersection. 1. Bridging: Cold -rolled steel channel, welded or mechanically fastened to webs of punched studs. 2. Bridging: Combination of flat, taut, steel sheet straps of width and thickness indicated and stud - track solid blocking of width and thickness to match studs. Fasten flat straps to stud flanges and secure solid blocking to stud webs or flanges. 3. Bridging: Proprietary bridging bars installed according to manufacturer's written instructions. F. Install miscellaneous framing and connections, including stud kickers, web stiffeners, clip angles, continuous angles, anchors, fasteners, and stud girts, to provide a complete and stable wall -framing system. G. Secure tracks to concrete at 24" o.c. maximum spacing. 3.5 REPAIRS AND PROTECTION A. Galvanizing Repairs: Prepare and repair damaged galvanized coatings on fabricated and installed cold - formed metal framing with galvanized repair paint according to ASTM A 780 and manufacturer's written instructions. B. Provide final protection and maintain conditions, in a manner acceptable to manufacturer and Installer, that ensure that cold -formed metal framing is without damage or deterioration at time of Substantial Completion. END OF SECTION 05400 COL - Reno Muni Square RR 05400 - 5 J21518 SECTION 06100 - ROUGH CARPENTRY 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. Section Includes: 1. Framing with dimension lumber. 2. Rooftop equipment bases and support curbs. 3. Wood blocking and nailers. 4. Wood furring and grounds. 5. Plywood backing panels. B. Related Requirements: 1. Division 2 Section "Termite Control" for site application of borate treatment to wood framing. 2. Division 6 Section "Exterior Rough Carpentry" for elevated decks and other exterior construction made of wood. 3. Division 6 Section "Heavy Timber Construction." 4. Division 6 Section "Sheathing." 5. Division 6 Section "Metal -Plate -Connected Wood Trusses" for wood trusses made from dimension lumber. 1.3 DEFINITIONS A. Exposed Framing: Framing not concealed by other construction. B. Dimension Lumber: Lumber of 2 inches nominal or greater but less than 5 inches nominal in least dimension. C. Lumber grading agencies, and the abbreviations used to reference them, include the following: 1. SPIB: The Southern Pine Inspection Bureau. 1.4 QUALITY ASSURANCE A. Testing Agency Qualifications: For testing agency providing classification marking for fire -retardant treated material, an inspection agency acceptable to authorities having jurisdiction that periodically performs inspections to verify that the material bearing the classification marking is representative of the material tested. COL - Reno Muni Square RR 06100 - 1 J21518 1.5 DELIVERY, STORAGE, AND HANDLING A. Stack lumber flat with spacers beneath and between each bundle to provide air circulation. Protect lumber from weather by covering with waterproof sheeting, securely anchored. Provide for air circulation around stacks and under coverings. PART2-PRODUCTS 2.1 WOOD PRODUCTS, GENERAL A. Lumber: DOC PS 20 and applicable rules of grading agencies indicated. If no grading agency is indicated, provide lumber that complies with the applicable rules of any rules -writing agency certified by the ALSC Board of Review. Provide lumber graded by an agency certified by the ALSC Board of Review to inspect and grade lumber under the rules indicated. Factory mark each piece of lumber with grade stamp of grading agency. For exposed lumber indicated to receive a stained or natural finish, mark grade stamp on end or back of each piece. Where nominal sizes are indicated, provide actual sizes required by DOC PS 20 for moisture content specified. Where actual sizes are indicated, they are minimum dressed sizes for dry lumber. Provide dressed lumber, S4S, unless otherwise indicated. B. Maximum Moisture Content of Lumber:15 percent for 2-inch nominal thickness or less, 19 percent for more than 2-inch nominal thickness 15 percent for 2-inch nominal thickness or less, no limit for more than 2-inch nominal thickness 19 percent for 2-inch nominal thickness or less, no limit for more than 2- inch nominal thickness unless otherwise indicated. 2.2 WOOD -PRESERVATIVE -TREATED LUMBER A. Preservative Treatment by Pressure Process: AWPA U1; Use Category UC2 for interior construction not in contact with the ground, Use Category UC3b for exterior construction not in contact with the ground, and Use Category UC4a for items in contact with the ground. Preservative Chemicals: Acceptable to authorities having jurisdiction and containing no arsenic or chromium. Do not use inorganic boron (SBX) for sill plates. For exposed items indicated to receive a stained or natural finish, use chemical formulations that do not require incising, contain colorants, bleed through, or otherwise adversely affect finishes. B. Kiln -dry lumber after treatment to a maximum moisture content of 19 percent. Do not use material that is warped or that does not comply with requirements for untreated material. C. Mark lumber with treatment quality mark of an inspection agency approved by the ALSC Board of Review. For exposed lumber indicated to receive a stained or natural finish, mark end or back of each piece. D. Application: Treat all rough carpentry unless otherwise indicated. Wood cants, nailers, curbs, equipment support bases, blocking, stripping, and similar members in connection with roofing, flashing, vapor barriers, and waterproofing. COL - Reno Muni Square RR 06100 - 2 J21518 2. Wood sills, sleepers, blocking, furring, stripping, and similar concealed members in contact with masonry or concrete. 3. Wood framing and furring attached directly to the interior of below -grade exterior masonry or concrete walls. 4. Wood framing members that are less than 18 inches above the ground in crawlspaces or unexcavated areas. 5. Wood floor plates that are installed over concrete slabs -on -grade. 2.3 DIMENSION LUMBER FRAMING A. Exposed Framing: Provide material hand -selected for uniformity of appearance and freedom from characteristics, on exposed surfaces and edges, that would impair finish appearance, including decay, honeycomb, knot -holes, shake, splits, torn grain, and wane. 1. Application: Exposed exterior framing indicated to receive a stained or natural finish. 2. Species and Grade: Southern pine; Select Structural grade; SPIB. 2.4 MISCELLANEOUS LUMBER A. General: Provide miscellaneous lumber indicated and lumber for support or attachment of other construction, including the following: 1. Blocking. 2. Nailers. 3. Rooftop equipment bases and support curbs. 4. Cants. 5. Furring. 6. Grounds. B. For items of dimension lumber size, provide Construction or No. 2 grade lumber C. For concealed boards, provide lumber with 15 percent maximum moisture content and any of the following species and grades: 1. Mixed southern pine; No. 2 grade; SPIB. D. For blocking not used for attachment of other construction, Utility, Stud, or No. 3 grade lumber of any species may be used provided that it is cut and selected to eliminate defects that will interfere with its attachment and purpose. E. For blocking and nailers used for attachment of other construction, select and cut lumber to eliminate knots and other defects that will interfere with attachment of other work. F. For furring strips for installing plywood or hardboard paneling, select boards with no knots capable of producing bent -over nails and damage to paneling. 2.5 PLYWOOD BACKING PANELS A. Equipment Backing Panels: DOC PS 1, Exterior, AC, in thickness indicated or, if not indicated, not less than 1/2-inch nominal thickness. COL - Reno Muni Square RR 06100 - 3 J21518 2.6 FASTENERS A. General: Provide fasteners of size and type indicated that comply with requirements specified in this article for material and manufacture. 1. Where rough carpentry is exposed to weather, in ground contact, pressure -preservative treated, or in area of high relative humidity, provide fasteners with hot -dip zinc coating complying with ASTM A 153/A 153M. B. Nails, Brads, and Staples: ASTM F 1667. C. Wood Screws: ASME B 18.6.1. D. Bolts: Steel bolts complying with ASTM A 307, Grade A; with ASTM A 563 hex nuts and, where indicated, flat washers. E. Expansion Anchors: Anchor bolt and sleeve assembly of material indicated below with capability to sustain, without failure, a load equal to six times the load imposed when installed in unit masonry assemblies and equal to four times the load imposed when installed in concrete as determined by testing per ASTM E 488 conducted by a qualified independent testing and inspecting agency. 1. Material: Stainless steel with bolts and nuts complying with ASTM F 593 and ASTM F 594, Alloy Group 1 or 2. 2.7 MISCELLANEOUS MATERIALS A. Flexible Flashing: Composite, self-adhesive, flashing product consisting of a pliable, butyl rubber or rubberized -asphalt compound, bonded to a high -density polyethylene film, aluminum foil, or spunbonded polyolefin to produce an overall thickness of not less than 0.025 inch. PART 3 - EXECUTION 3.1 INSTALLATION, GENERAL A. Set rough carpentry to required levels and lines, with members plumb, true to line, cut, and fitted. Fit rough carpentry to other construction; scribe and cope as needed for accurate fit. Locate furring, nailers, blocking, grounds, and similar supports to comply with requirements for attaching other construction. B. Framing Standard: Comply with AF&PA's WCD 1, "Details for Conventional Wood Frame Construction," unless otherwise indicated. C. Do not splice structural members between supports unless otherwise indicated. D. Provide blocking and framing as indicated and as required to support facing materials, fixtures, specialty items, and trim. 1. Provide metal clips for fastening gypsum board or lath at corners and intersections where framing or blocking does not provide a surface for fastening edges of panels. Space clips not more than 16 inches o.c. E. Provide fire blocking in furred spaces, stud spaces, and other concealed cavities as indicated and as follows: COL - Reno Muni Square RR 06100 - 4 J21518 1. Fire block furred spaces of walls, at each floor level, at ceiling, and at not more than 96 inches o.c. with solid wood blocking or noncombustible materials accurately fitted to close furred spaces. 2. Fire block concealed spaces of wood -framed walls and partitions at each floor level, at ceiling line of top story, and at not more than 96 inches o.c. Where fire blocking is not inherent in framing system used, provide closely fitted solid wood blocks of same width as framing members and 2- inch nominal- thickness. 3. Fire block concealed spaces between floor sleepers with same material as sleepers to limit concealed spaces to not more than 100 sq. ft. and to solidly fill space below partitions. 4. Fire block concealed spaces behind combustible cornices and exterior trim at not more than 20 feet o.c. F. Sort and select lumber so that natural characteristics will not interfere with installation or with fastening other materials to lumber. Do not use materials with defects that interfere with function of member or pieces that are too small to use with minimum number of joints or optimum joint arrangement. G. Comply with AWPA M4 for applying field treatment to cut surfaces of preservative -treated lumber. Use inorganic boron for items that are continuously protected from liquid water. Use copper naphthenate for items not continuously protected from liquid water. H. Securely attach rough carpentry work to substrate by anchoring and fastening as indicated, complying with the following: Table 2304.9.1, "Fastening Schedule," in ICC's International Building Code. Table R602.3(1), "Fastener Schedule for Structural Members," and Table R602.3(2), "Alternate Attachments," in ICC's International Residential Code for One- and Two -Family Dwellings. I. Use steel common nails unless otherwise indicated. Select fasteners of size that will not fully penetrate members where opposite side will be exposed to view or will receive finish materials. Make tight connections between members. Install fasteners without splitting wood. Drive nails snug but do not countersink nail heads unless otherwise indicated. For exposed work, arrange fasteners in straight rows parallel with edges of members, with fasteners evenly spaced, and with adjacent rows staggered. Comply with approved fastener patterns where applicable. Before fastening, mark fastener locations, using a template made of sheet metal, plastic, or cardboard. Use finishing nails unless otherwise indicated. Countersink nail heads and fill holes with wood filler. Use common nails unless otherwise indicated. Drive nails snug but do not countersink nail heads. 3.2 WOOD GROUND, BLOCKING, AND NAILER INSTALLATION A. Install where indicated and where required for screeding or attaching other work. Form to shapes indicated and cut as required for true line and level of attached work. Coordinate locations with other work involved. B. Attach items to substrates to support applied loading. Recess bolts and nuts flush with surfaces unless otherwise indicated. C. Where wood -preservative -treated lumber is installed adjacent to metal decking, install continuous flexible flashing separator between wood and metal decking. COL - Reno Muni Square RR 06100 - 5 J21518 D. Provide permanent grounds of dressed, pressure -preservative -treated, key -beveled lumber not less than 1- 1/2 inches wide and of thickness required to bring face of ground to exact thickness of finish material. Remove temporary grounds when no longer required. 3.3 WOOD FURRING INSTALLATION A. Install level and plumb with closure strips at edges and openings. Shim with wood as required for tolerance of finish work. B. Furring to Receive Plywood or Hardboard Paneling: Install 1-by-3-inch nominal- size furring horizontally and vertically at 24 inches o.c. C. Furring to Receive Gypsum Board Plaster Lath: Install 1-by-2-inch nominal- size furring vertically at 16 inches o.c. 3.4 STAIR FRAMING INSTALLATION A. Provide stair framing members of size, space, and configuration indicated or, if not indicated, to comply with the following requirements: Size: 2-by-12-inch nominal- size, minimum. Material: Laminated -veneer lumber parallel -strand lumber or solid lumber. Notching: Notch rough carriages to receive treads, risers, and supports; leave at least 3-1/2 inches of effective depth. Spacing: At least three framing members for each 36-inch clear width of stair. B. Provide stair framing with no more than 3/16-inch variation between adjacent treads and risers and no more than 3/8-inch variation between largest and smallest treads and risers within each flight. 3.5 PROTECTION A. Protect wood that has been treated with inorganic boron (SBX) from weather. If, despite protection, inorganic boron -treated wood becomes wet, apply EPA -registered borate treatment. Apply borate solution by spraying to comply with EPA -registered label. B. Protect rough carpentry from weather. If, despite protection, rough carpentry becomes wet sufficiently wet that moisture content exceeds that specified, apply EPA -registered borate treatment. Apply borate solution by spraying to comply with EPA -registered label. END OF SECTION 06100 COL - Reno Muni Square RR 06100 - 6 J21518 SECTION 06402 - INTERIOR ARCHITECTURAL WOODWORK PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes the following: Interior standing and running trim, rails and base. Wood cabinets (casework), pre -fabricated and pre -finished. Laminate clad cabinets (plastic -covered casework)pre-fabricated. Cabinet tops (countertops), synthetic marble. B. Related Sections: The following sections contain requirements that relate to this Section: 1. Division 6 Section ROUGH CARPENTRY for furring, blocking, and other carpentry work that is not exposed to view. 2. Division 6 Section FINISH CARPENTRY for exterior carpentry exposed to view that is not specified in this Section. 3. Division 8 Section FLUSH WOOD DOORS for doors specified by reference to architectural woodwork standards. 4. Division 9 Section PAINTING for final finishing of installed architectural woodwork not indicated to be factory finished. 5. Division 15 specifies plumbing fixtures and trim. 1.03 SUBMITTALS A. General: Submit the following in accordance with Conditions of Contract and Division 1 Specification Sections: B. Product data for each type of product and process specified in this Section and incorporated into items of architectural woodwork during fabrication, finishing, and installation. C. Shop drawings showing location of each item, dimensioned plans and elevations, large-scale details, attachment devices, and other components. Apply WIC Certified Compliance Label to first page of shop drawings. D. Samples for initial selection purposes of the following in form of manufacturer's color charts consisting of actual units or sections of units showing full range of colors, textures, and patterns available for each type of material indicated: Plastic laminate. Factory -applied opaque finishes. Synthetic Marble E. Samples for verification purposes of the following: Lumber and panel products with factory -applied opaque finish, 8-1/2 inches by 11 inches (216 x 279mm) for panels and 50 square inches (325 cm2) for lumber, for each finish system and color, with one half of exposed surface finished. Laminate clad panel products, 8-1/2 inches by 11 inches (216 x 279mm) for each type, color, pattern, and surface finish, with separate samples of unfaced panel product used for core. Corner pieces as follows: a. Cabinet front frame joints between stiles and rail as well as exposed end pieces, 18 inches high by 18 inches wide by 6 inches (460 x 460 x 159mm) deep. COL - Reno Muni Square RR 06402 - 1 J21518 Miter joints for standing trim. Exposed cabinet hardware, one unit of each type and finish. Pre -manufactured cabinetry, one of each type and finish. F. Product certificates signed by woodwork manufacturer certifying that products comply with specified requirements. G. Qualification data for firms and persons specified in "Quality Assurance" article to demonstrate their capabilities and experience. Include list of completed projects with project names, addresses, names of Architects and Universities, and other information specified. 1.04 QUALITY ASSURANCE A. Manufacturer Qualifications: Firm experienced in successfully producing architectural woodwork similar to that indicated for this Project, with sufficient production capacity to produce required units without causing delay in the Work. B. Single -Source Responsibility: Arrange for production by a single firm of architectural woodwork with sequence matched wood veneers. 1. Include the veneering of wood doors in the single -firm production, where veneer matching extends across wood doors. C. Installer Qualifications: Arrange for installation of architectural woodwork by a firm that can demonstrate successful experience in installing architectural woodwork items similar in type and quality to those required for this Project. D. AWI Quality Standard: Comply with applicable requirements of "Architectural Woodwork Quality Standards, Sixth Edition" published by the Architectural Woodwork Institute (AWI) except as otherwise indicated. 1.05 DELIVERY, STORAGE, AND HANDLING A. Protect woodwork during transit, delivery, storage, and handling to prevent damage, soilage, and deterioration. B. Do not deliver woodwork until painting, wet work, grinding, and similar operations that could damage, soil, or deteriorate woodwork have been completed in installation areas. If woodwork must be stored in other than installation areas, store only in areas whose environmental conditions meet requirements specified in "Project Conditions." 1.06 PROJECT CONDITIONS A. Environmental Conditions: Obtain and comply with Woodwork Manufacturer's and Installer's coordinated advice for optimum temperature and humidity conditions for woodwork during the storage and installation. Do not install woodwork until these conditions have been attained and stabilized so that woodwork is within plus or minus 1.0 percent of optimum moisture content from data of installation through remainder of construction period. B. Field Measurements: Where woodwork is indicated to be fitted to other construction, check actual dimensions of other construction by accurate field measurements before manufacturing woodwork; show recorded measurements on final shop drawings. Coordinate manufacturing schedule with construction progress to avoid delay of Work. Where field measurements cannot be made without delaying the Work, guarantee dimensions and proceed with manufacture of woodwork without field measurements. Coordinate other construction to ensure that actual dimensions correspond to guaranteed dimensions. COL - Reno Muni Square RR 06402 - 2 J21518 PART 2-PRODUCTS 2.01 MATERIALS A. Manufacturers: Subject to compliance with the standards as specified in this Section. B. General: Provide materials that comply with requirements of the AWI woodworking standard for each type of woodwork and quality grade indicated and, where the following products are part of woodwork, with requirements of the referenced product standards, that apply to product characteristics indicated: 1. Hardboard: ANSI/AHA Al35.4. 2. High Pressure Laminate: NEMA LD 3. 3. Medium Density Fiberboard: ANSI A208.2. 4. Particleboard: ANSI A 208.1. 5. Softwood Plywood: PSI. 6. Formaldehyde Emission Levels: Comply with formaldehyde emission requirements for each voluntary standard referenced below: a. Particleboard: NPA 8. b. Medium Density Fiberboard: NPA 9. C. Hardwood Plywood: HPMA FE. 7. Synthetic Marble Countertops to be Avonite, Meganite, or Equal. 2.02 FABRICATION, GENERAL A. Wood Moisture Content: Comply with requirements of referenced quality standard for moisture content of lumber in relation to relative humidity conditions existing during time of fabrication and in installation areas. B. Plywood/Particleboard: Where plywood is indicated on the drawings it is intended that it be subject to the definition in Par 200-C-5 of AWI Quality Standards except that exterior grade plywood shall be used for counters with sinks. C. Fabricate woodwork to dimensions, profiles, and details indicated. Ease edges to radius indicated for the following: 1. Corners of cabinets and edges of solid wood (lumber) members less than 1 inch (25mm) in nominal thickness: 1/16 inch (2mm). 2. Edges of rails and similar members more than 1 inch (25mm) in nominal thickness: 1/8 inch (3mm). D. Complete fabrication, including assembly, finishing, and hardware application, before shipment to project site to maximum extent possible. Disassemble components only as necessary for shipment and installation. Where necessary for fitting at site, provide ample allowance for scribing, trimming, and fitting. E. Factory -cut openings, to maximum extent possible, to receive hardware, appliances, plumbing fixtures, electrical work, and similar items. Locate openings accurately and use templates or roughing -in diagrams to produce accurately sized and shaped openings. Smooth edges of cutouts and, where located in countertops and similar exposures, seal edges of cutouts with a water-resistant coating. 2.03 STANDING AND RUNNING TRIM, RAILS AND BASE FOR FIELD APPLIED OPAQUE FINISH A. Quality Standard: Comply with AWI Section 300. B. Grade: Premium. C. Backout or groove backs of flat trim members and kerf backs of other wide flat members, except for members with ends exposed in finished work. D. Assemble casings in plant except where limitations of access to place of installation require field assembly. COL - Reno Muni Square RR 06402 - 3 J21518 E. Lumber Species: Eastern white pine, sugar pine, or Idaho white pine. 2.04 WOOD CABINETS WITH SHOP APPLIED OPAQUE FINISH A. Quality Standard: AWI Section 400 and its Division 400A "Wood Cabinets." B. Grade: Premium. C. AWI Type of Cabinet Construction: Flush overlay. D. Provide dust panels of 1/4 inch (6.3mm) plywood or tempered hardboard above compartments and drawers except where located directly under tops. 2.05 LAMINATE CLAD CABINETS (PLASTIC -COVERED CASEWORK) A. Quality Standard: Comply with AWI Section 400 and its Division 400B "Laminate Clad Cabinets." B. Grade: Custom. C. AWI Type of Cabinet Construction: Flush overlay. D. Laminate Cladding: High pressure decorative laminate complying with the following requirements: 1. Colors, Patterns, and Finishes: Provide materials and products that result in colors and textures of exposed laminate surfaces complying with the following requirements: a. Provide selections made by Architect from laminate manufacturer's full range of standard colors and finishes in the following categories: 1) Solid colors. 2) Patterns. 2. Laminate Grade for Exposed Surfaces: Provide laminate cladding complying with the following requirements for type of surface and grade. a. Horizontal Surfaces Other Than Tops: GP-50 (0.050-inch/1.3mm nominal thickness). b. Postformed Surfaces: PF-42 (0.042-inch/lmm nominal thickness). C. Vertical Surfaces: GP-28 (0.028-inch/.7mm nominal thickness). d. Edges: PVC matching laminate in color, pattern, and finish. e. Semiexposed Surfaces: Provide surface materials indicated below: 1) Woodwork manufacturer's standard cured wet film. 3. Provide dust panels of 1/4-inch plywood or tempered hardboard above compartments and drawers except where located directly under tops. 2.06 CABINET HARDWARE AND ACCESSORY MATERIALS A. Hardware Standard: Comply with ANSIBHMA A 156.9 "American National Standard for Cabinet Hardware" for items indicated by reference to BHMA numbers or referenced to this standard. 1. Quality Level: Type 2 (institutional), unless otherwise indicated. B. Cabinet Door Hardware: Provide hinges and pulls of types indicated to accommodate each door size and style. 1. Pulls: Wire Type 2. Hinges: Concealed self -closing type. C. Drawer Hardware: Provide slides and pulls of types indicated to accommodate each drawer size and style. 1. Equip each drawer with side -mounted, full -extension, ball -bearing, nylon roller drawer slides with load capacity of 50 lbs. (22.7kg) per pair. 2. Provide pulls matching pulls provided for cabinet doors. COL - Reno Muni Square RR 06402 - 4 J21518 3. Where noted on Millwork details, furnish extra heavy duty full -extension drawer guides. D. Locks: At drawers and cabinet doors where indicated, provide standard pin -type (5 pins or discs) tumbler locks, keyed alike except as otherwise indicated. E. Exposed Hardware Finishes: 1. For exposed hardware, provide finish that complies with ANSI/BHMA A 156.18 for BHMA code number indicated. a. Satin Stainless Steel, Stainless Steel Base: BHMA 630. 2. For concealed hardware provide manufacturer's standard finish that complies with product class requirements of ANSI/BHMA A156.9. 2.07 ARCHITECTURAL CABINET TOPS (SYNTHETIC MARBLE) A. Quality Standard: Comply with AWI Section 400 and its Division 400C. 1. For installation of all casework. B. Type of Top: Synthetic Marble: 1. Grade: Custom. 2. '/2' thick material over'h" P/W base with 1" curved front edge C. Colors, Patterns, and Finishes: Provide materials and products that result in colors and textures of exposed surfaces complying with the following requirements: 1. Provide selections made by Architect from manufacturer's full range of standard colors and finishes in the following categories: a. Solid colors. b. Patterns. D. Edge Treatment: Same as cladding on horizontal surfaces. E. Core: Provide exterior grade plywood core for counters in which sinks occur. 2.08 INTERIOR MISCELLANEOUS ORNAMENTAL ITEMS WITH SHOP APPLIED OPAQUE FINISH A. Quality Standard: Comply with AWI Section 700. B. Grade: Premium. C. Lumber Species: Eastern white pine, sugar pine, or Idaho white pine. 2.09 FASTENERS AND ANCHORS A. Screws: Select material, type, size, and finish required for each use. Comply with FS FF-S-111 for applicable requirements. 1. For metal framing supports, provide screws as recommended by metal framing manufacturer. B. Nails: Select material, type, size, and finish required for each use. Comply with FS FF-N-105 for applicable requirements. C. Anchors: Select material, type, size, and finish required by each substrate for secure anchorage. Provide nonferrous metal or hot -dip galvanized anchors and inserts on inside face of exterior walls and elsewhere as required for corrosion resistance. Provide toothed steel or lead expansion bolt devices for drilled -in - place anchors. Furnish inserts and anchors, as required, to be set into concrete or masonry work for subsequent woodwork anchorage. 2.10 FACTORY FINISHING OF INTERIOR ARCHITECTURAL WOODWORK A. Quality Standard: Comply with AWI Section 1500 unless otherwise indicated. COL - Reno Muni Square RR 06402 - 5 J21518 B. General: The entire finish of interior architectural woodwork is specified in this section, regardless of whether factory applied or applied after installation. Factory Finishing: The extent to which the final finish is applied to architectural woodwork at factory is Contractor's option, except factory apply at least prime/base coat to the greatest extent possible before delivery. C. General: The primary and prefmishing of interior architectural woodwork required to be performed at factory is specified in this section. Refer to Division 9 Section PAINTING for final finishing of installed architectural woodwork and for material and application requirements of prime coats for woodwork not specified to receive final finish in this Section. D. Preparations for Finishing: Comply with referenced quality standard for sanding, filling countersunk fasteners, sealing concealed surfaces and similar preparations for finishing of architectural woodwork, as applicable to each unit of work. E. Opaque Finish: Comply with requirements indicated below for grade, finish system, color, effect, and sheen: Finish and Color: Provide selections made by Architect from full range of standard colors and finishes available from manufacturer. PART 3 - EXECUTION 3.01 PREPARATION A. Condition woodwork to average prevailing humidity conditions in installation areas before installing. B. Deliver concrete inserts and similar anchoring devices to be built into substrates well in advance of time substrates are to be built. C. Before installing architectural woodwork, examine shop -fabricated work for completion and complete work as required, including back priming and removal of packing. 3.02 INSTALLATION A. Quality Standard: Install woodwork to comply with AWI Section 1700 for same grade specified in Part 2 of this section for type of woodwork involved. B. Install woodwork plumb, level, true, and straight with no distortions. Shim as required with concealed shims. Install to a tolerance of 1/8 inch in 8'-0" (3mm in 2.44m) for plumb and level (including tops) and with no variations in flushness of adjoining surfaces. C. Scribe and cut woodwork to fit adjoining work and refinish cut surfaces or repair damaged finish at cuts. D. Anchor woodwork to anchors or blocking built in or directly attached to substrates. Secure to grounds, stripping and blocking with countersunk, concealed fasteners and blind nailing as required for a complete installation. Except where prefinished matching fastener heads are required, use fine finishing nails for exposed nailing, countersunk and filled flush with woodwork and matching final finish where transparent finish is indicated. E. Standing and Running Trim and Rails: Install with minimum number of joints possible, using full-length pieces (from maximum length of lumber available) to the greatest extent possible. Stagger joints in adjacent and related members. Cope at returns and miter at corners. F. Cabinets: Install without distortion so that doors and drawers fit openings properly and are accurately aligned. Adjust hardware to center doors and drawers in openings and to provide unencumbered operation. Complete the installation of hardware and accessory items as indicated. Maintain veneer sequence matching (if any) of cabinets with transparent finish. G. Tops: Anchor securely to base units and other support systems as indicated. COL - Reno Muni Square RR 06402 - 6 J21518 H. Complete the finishing work specified in this section to whatever extent not completed at shop or before installation of woodwork. I. Refer to the Division 9 sections for final finishing of installed architectural woodwork. 3.03 ADJUSTMENT AND CLEANING A. Repair damaged and defective woodwork where possible to eliminate defects functionally and visually; where not possible to repair, replace woodwork. Adjust joinery for uniform appearance. B. Clean, lubricate, and adjust hardware. C. Clean woodwork on exposed and semi -exposed surfaces. Touch up factory -applied finishes to restore damaged or soiled areas. 3.04 PROTECTION A. Provide final protection and maintain conditions, in a manner acceptable to manufacturer and Installer that ensures that woodwork is being without damage or deterioration at time of Substantial Completion. END OF SECTION COL - Reno Muni Square RR 06402 - 7 J21518 SECTION 06610 SOLID SURFACING PART 1 — GENERAL 1.01 SUMMARY A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. B. SECTION INCLUDES: 1. Solid Surfacing Fabrications for countertops with integral bowls as indicated, including trim and material needed for a complete installation. 1.02 RELATED WORK A. WORK OF THIS SECTION IS RELATED TO WORK SPECIFIED IN THE FOLLOWING SECTIONS: 1. Section 06200 - "Interior Finish Carpentry." 2. Section 15410 - "Plumbing Fixtures." 1.03 REFERENCES A. REFERENCE STANDARDS: In addition to requirements, comply with applicable provisions of following for design, materials, fabrication, and installation of component parts: 1. ISSFA-2, "Classification And Standards Publication of Solid Surfacing Material". 2. ANSI Z124-3 for vanities and Z124-6 for kitchen sinks. 3. NSF Standard 51 for use in both splash and food service areas. 4. ASTM G21 "Fungal Resistance," Method [A] [B], no growth. 5. ASTM G22 "Bacterial Resistance," no growth. 6. Stain Resistance, ANSI Z124-6-5.2 1997. 1.04 DESIGN REQUIREMENTS A. DESIGN LOAD: Deflection limited to 1/360. B. Design items with sufficient strength for handling stresses. C. ACCESSIBLE DESIGN: Comply with Texas Accessibility Standards COL - Reno Muni Square RR 06610 - 1 J21518 1.05 SUBMITTALS A. PRODUCT DATA: Manufacturer's technical literature indicating physical properties and performance criteria for solid surfacing materials and related components. B. SHOP DRAWINGS: Indicate design parameters, adjacent construction, materials, dimensions, thickness, fabrication details, tolerances, jointing methods, method of support, anchorages, integration with plumbing fixtures and connections, and colors. C. SAMPLES: Submit two, 2 inch by 2 inch (51mm x 51mm) samples representative of colors, patterns, textures, finishes and edge treatments. Approved samples will be retained as a standard for the work. D. INFORMATIONAL SUBMITTALS: Submit following packaged separately from other submittals: 1. Manufacturer's written installation instructions. 2. Maintenance Data: Manufacturer's recommended cleaning and maintenance procedures. Include in project closeout documents. 1.06 QUALITY ASSURANCE A. FABRICATOR/INSTALLER QUALIFICATIONS: Company specializing in fabricating and installing solid surfacing fabrications similar in complexity to those required in this project, including specific requirements indicated. B. SOURCE LIMITATIONS: Obtain solid surfacing fabrications through one source. C. FIRE -TEST -RESPONSE CHARACTERISTICS: Provide solid surfacing fabrications with the following surface - burning characteristics as determined by testing identical products per ASTM E 84 by UL 723 or another testing and inspecting agency acceptable to authorities having jurisdiction: 1. Flame -Spread Index: 25 or less. 2. Smoke -Developed Index: 450 or less. D. PRE -INSTALLATION CONFERENCE: Conduct conference at Project site to comply with requirements in Section 01310 "Project Management and Coordination." 1.07 DELIVERY, STORAGE AND HANDLING A. Deliver, store, handle, and protect materials in accordance with manufacturer's written instructions. 1. Provide protective coverings of suitable material. Take special precautions at corners. COL - Reno Muni Square RR 06610 - 2 J21518 1.08 PROJECT CONDITIONS A. ENVIRONMENTAL LIMITATIONS: Do not deliver or install solid surfacing fabrications until building is enclosed, wet work is complete, and HVAC system is operating and maintaining temperature and relative humidity at design levels during the remainder of the construction period. B. FIELD MEASUREMENTS: Verify that field measurements are as indicated on Shop Drawings. 1.9 SEQUENCING A. Sequence work to permit installation of adjacent affected construction, plumbing rough -in. B. Coordinate sizes and locations of plumbing, cut-outs, and other related work specified in other sections to ensure that interior architectural woodwork can be supported and installed as indicated. 1.10 WARRANTY A. WARRANTY: Provide manufacturer's 10 year limited warranty covering replacement of the material except for non -covered conditions as follows: 1. Minor stains, scratches, water spots, and burns that may be corrected by techniques covered in the manufacturer's Use and Care Guide. 2. Failure of solid surfacing joint material. 3. Failure due to structural failure of base cabinets or other solid surfacing substrate construction. 4. Use for purposes other than indoor finish material. See manufacturer's warranty for complete details. PART 2 — PRODUCTS 2.01 PRODUCTS AND MANUFACTURERS A. ACCEPTABLE PRODUCT AND MANUFACTURER: Formica Solid Surfacing, Formica Corp., Cincinnati, OH. 2.02 MATERIALS AND COMPONENTS A. SOLID SURFACING MATERIALS: Homogeneous solid sheets of filled plastic resin complying with ISSFA-2. 1. Colors and Patterns: noted on the plan. B. SPECIAL FEATURES: Eased edge treatments. COL - Reno Muni Square RR 06610 - 3 J21518 C. S075 MODEL SINK: Single Bowl, 16-1/2 inches by 19-3/8 inches by 8-7/8 inches deep (Outside Dimensions); 14-5/8 inches by 17-1/2 inches (Inside Dimensions), Drain Diameter 3-9/16 inches D. ACCESSORIES: 1. Adhesives: For seams and drop edges, Formica Solid Surfacing Seaming Cartridges, 9 ounce (260m1); color to blend with sheet material. 2.03 FABRICATION A. Assemble work at shop following manufacturer's printed fabrication instructions and deliver to job ready for installation. Manufacture in largest practical pieces for handling and shipping without seams. 1. Grade: AWI, Custom 2. Fabricate work square and to required lines. 3. Recess and conceal fasteners, connections, and reinforcing. 4. Design construction and installation details to allow for expansion and contraction of materials. Properly frames material with tight, hairline joints held rigidly in place. 5. Fabricate countertops and vanities with back splash and side splash pieces to profiles and sizes indicated. 6. Fabricate items to profiles shown with connections and supports as indicated or as required for complete installation in accordance with manufacturer's written instructions and approved submittals. 7. Provide cut-outs for plumbing fixtures and trim, washroom accessories, appliances, and related items. Confirm layout with manufacturer's cut-out templates before beginning work. Round corners of cut-outs and sand edges smooth. 8. Do not exceed manufacturer's recommended unsupported overhang distances. 9. Finish exposed surfaces smooth and polish to low sheen. 10. Radius corners and edges. B. Countertops'h inch (13mm)] thick, Solid Surfacing, adhesively joined with no exposed seams, edge details as indicated. Solid Surfacing, adhesively joined with no exposed seams, edge details as indicated. C. TOLERANCES: 1. VARIATION IN COMPONENT SIZE: Plus/Minus 1/4 inch. 2. LOCATION OF OPENINGS: Plus/Minus 1/4 inch from indicated location. PART 3 — EXECUTION 3.01 EXAMINATION AND PREPARATION A. Examine surfaces for conditions that would adversely affect execution. B. PREPARATION: Take field measurements. 3.02 INSTALLATION A. GENERAL: Install in accordance with manufacturer's written installation instructions and approved Submittals. COL - Reno Muni Square RR 06610 - 4 J21518 Provide templates and rough -in measurements. 1. Set items plumb, level, rigid and solidly adhered to substrate. 2. Prefit items: Adjust supports to make fit. Align joints over support framing. 3. Apply dabs of silicone on supports; place items on supports and attach. B. TOLERANCES: 1. Maximum Variation From True Dimension: 1/8 inch. 2. Maximum Offset From True Position: 1/8 inch. 3.03 CLEANING AND PROTECTION A. CLEANING: 1. Clean and polish fabrications in accordance with manufacturer's instructions. 2. Promptly remove excessive mastic and seam adhesive. 3. Clean tops and splashes in accordance with manufacturer's recommendations. B. PROTECTION: 1. Do not permit construction near unprotected surfaces. C. Refer to manufacturer's warranty and exclusions. COL - Reno Muni Square RR 06610 - 5 J21518 SECTION 07900 - CAULKING AND SEALANTS PART 1 - GENERAL 1.01 DESCRIPTION: A. Exterior sealants shall be provided as required to seal all joints occurring between dissimilar materials and at all control and expansion joints in masonry or concrete construction where shown or noted on the plans. Seal the exterior and interior side of exterior joints with a sealant rather than a caulking compound. Air tightness of this structure is critical and must be maintained. Proper installation of sealants is important. Follow all manufacturers' recommendations of proper installation of sealants. B. Provide interior caulking in conjunction with interior painting operations. Caulk all joints between dissimilar materials including H.M. Frames, louvers, air diffusers and other items mounted through walls. 1.02 RELATED WORK SPECIFIED ELSEWHERE: Painting - Section 09900 1.03 SUBMITTALS: A. Manufacturer's Literature: Submit manufacturer's name and product proposed for use, and manufacturer's color charts for Architect's selections and approval. Submittal shall be in accordance with Section 0 13 00. B. Samples and Test Reports: For materials other than those specified, furnish a unit sample of each material proposed (Include primer), accompanied by certified independent laboratory test reports showing that materials to be furnished have been tested and meet requirements of applicable contract documents and manufacturer's certification that no major formula change has taken place since date of test. Sample containers shall be labeled as to supplier, name of material, specifications numbers, colors. Include letters or published recommendations by manufacturer to support selection and compatibility of various related materials with respect to type of joints for which each material is intended. 1.04 QUALITY ASSURANCE: A. Acceptable Manufacturers: Sonneborn Division of Contech Pecora Chemical Corp. Tremco Mfg. Co. 1.05 DELIVERY AND STORAGE: Deliver materials in unopened containers as packaged by manufacturer. Store in a manner to protect materials from weather. 1.06 GUARANTEE: Provide Owner a written guarantee which shall guarantee sealant operations to be free of leaks and defects in material and workmanship for a period of two years from date of acceptance. PART 2-PRODUCTS 2.01 MATERIALS: A. Sealant: (Exterior and Interior Joints Subject to Movement) Qualities: One or two-part non -sag polysulfide base synthetic rubber sealant. Manufacturer's standard color as selected by Architect. Standards: FS TT-S-0027E, Type II, Non -sag Class B; FS TT-S-00230C, Type II, Class A, Gun Grade. COL - Reno Muni Square RR 07900 - 1 J21518 B. Interior Sanitary Sealant: 1. Type: One part mildew/stain resistant silicone sealant. General Electric Mildew Resistant Silicone Sealant Series 1700. Dow Corning Silicone Rubber Bathtub Caulk. 2. Conformance: FS TT-S-001543, Class A. 3. Consistency: Gun Grade 4. Colors: As selected by the Architect for the particular use. C. Interior Caulking: 1. Type: Acrylic Latex capable of being painted with latex or oil base paints. Pecora AC-20 Acrylic Latex Caulk. 2. Conformance: ASTM C 834-76 3. Consistency: Gun Grade. 4. Colors: As selected by the Architect for the particular use. D. Self Leveling Interior/Exterior Joint Sealant: 1. Type: Two-part Urethane, Pecora NR-200, Tremco THC-900. 2. Conformance: FS TT-S-00227E. 3. Consistency: Pourable self -leveling. 4. Colors: As selected by the Architect for particular use. E. Caulking Compound: One part acrylic latex caulk for general purpose interior caulking capable of being painted with latex or oil base paints. F. Joint Backing: Closed cell polyethylene joint backing material as recommended by sealant manufacturer. Select a size that will cause about 30% compression in joint. G. Bond -Preventive Materials: Polyethylene tape, pressure -sensitive adhesive or masking tape, FS UU-T- 106. H. Primer: As recommended by sealant manufacturer for each type of working surface. 2.02 MIXING: Mix two -component sealants in accordance with directions printed on container labels. PART 3 - EXECUTION 3.01 SURFACE PREPARATION: A. Concrete and masonry surfaces shall be smooth, dry, sound. Brush and wipe surfaces dust free. Remove oil, grease, release agents, coatings, or other contaminates from surface. B. Remove loose mill scale from steel surfaces. Remove dirt, oil or grease by solvent cleaning and wipe surfaces. C. Report unsatisfactory surfaces to Architect. D. Prime and prepare surfaces in strict accordance with sealant manufacturer's written recommendations. 3.02 JOINT SIZES AND BACKING: A. Sealant: Minimum and maximum joint sizes shall be as recommended by sealant manufacturer and as shown on drawings. Use joint backing material to control depth of joints. In joints 1/2" and wider, depth equal to 1/2 width with minimum depth of 1/4". B. Caulking: Depth equal to 3 times joint width. 3.03 APPLICATION: A. Joint Backer: Install joint backer to achieve required depth of joints. Where not used, install a bond - preventive material in joint. COL - Reno Muni Square RR 07900 - 2 J21518 B. Sealant: Apply sealant to joints prior to water repellent or clear coating operations. Apply sealant within 8 hours after primer has dried. Gun -apply sealant, completely filling joint. Tool joints smooth and wrinkle free. C. Caulking: Caulk joints before final coat of paint is applied to adjacent surface. Apply caulking with a pressure gun having a nozzle of proper size to fit joint. Completely fill joint and firmly tool against backing to make a smooth, convex bead, and assure good adhesion. Caulking shall develop a firm skin before paint is allowed. 3.04 USE LOCATIONS: A. Use Exterior Joint Sealant where indicated on drawings and following: Around perimeter of all exterior door and window frames. Around perimeter of all pipes, conduit, mechanical or electrical devices, and other items built into or penetrating exterior walls. At thresholds: Provide full bed for exterior thresholds. As otherwise required to make building airtight and weathertight. At control joints in unit masonry walls and EIFS. B. Use Interior Sanitary Sealant at all joints required to be caulked around fixtures in toilet rooms, janitor's closet and other "wet" areas. Joints between ceramic wall tile and dissimilar surfaces. C. Use Interior Joint Sealant at interior joints in areas where a transparent sealant is required for prefinished materials, or as directed by Architect. D. Use Interior caulking at all interior joints in materials requiring a painted or stained finish and as directed by Architect. E. Use Self Leveling Interior/Exterior joint sealant at control or expansion joints in floors. Expansion joint shall be cut down a minimum of 1/4". The self leveling caulk shall fill the joint but shall not be allowed to flow over the level of the adjacent finish slab. 3.05 CLEANING: Remove excess sealant and caulking materials and smears from adjacent surfaces as work progresses. Solvent recommended by manufacturer may be used to remove sealant. Remove debris from site. END OF SECTION COL - Reno Muni Square RR 07900 - 3 J21518 SECTION 09250 - DRYWALL CONSTRUCTION PART 1 - GENERAL 1.01 DESCRIPTION: A. Provide all gypsum drywall work and materials shown on the drawings. 1.02 RELATED DOCUMENTS: A. Applicable requirements of the General Conditions, Supplementary General Conditions and General Requirements apply to the work specified in this section. 1.03 RELATED WORK SPECIFIED ELSEWHERE: Cold -Formed Steel - Section 05400 Miscellaneous Carpentry - Section 06105 Insulation - Section 07210 Hollow Metal Frames - Section 08100 Acoustical Ceilings - Section 09500 Painting and Finishing - Section 09900 1.04 SCHEDULE OF WORK: A. See finish schedules and drawings for locations of gypsum drywall work required. B. The types include the following: 1. Interior Drywall Framing and Furring: Use metal stud systems with 5/8" sheetrock rating as required. 1.05 COORDINATION: A. Build in openings and chases for heating, plumbing, and electrical ducts, pipes, and conduits built into drywall partitions and ceilings. B. Consult other trades in advance and make provisions for their work to avoid cutting and patching. 1.06 QUALITY ASSURANCE: A. Acceptable Drywall Manufacturers: U.S. Gypsum Co., National Gypsum Co., Flinkote Co. B. Qualifications of Installer: Minimum of 3 years previous experience in comparable work. C. Requirements of Regulatory Agencies: Underwriters Laboratories, Inc., Fire Hazard Classification; Local Building Code. D. Fire Endurance Ratings: 1. Partitions: 1 hour fire -rated construction, unless otherwise noted, 2 hour fire -rated partitions U.L. Design U411-2 hr. 2. Ceilings: 1 hour fire -rated construction, unless otherwise noted. E. Allowable Tolerances: 1/8" offsets between planes of board faces, and 1/8" in 8'0" for plumb, level, warp and bow. 1.07 SUBMITTALS: A. Product Data: Submit copies of manufacturer's product data sheets and printed installation instructions for each product proposed for use, in accordance with Section 0 13 00. B. Samples: Submit samples of framing members and accessory items. C. Certificates: Furnish manufacturer's certification that materials meet or exceed specification requirements. COL - Reno Muni Square RR 09250 - 1 J21518 1.08 DELIVERY AND STORAGE: A. Deliver materials to project site with manufacturer's label intact and legible. Deliver fire -rated materials bearing testing agency label and required fire classification numbers. Store materials under cover, in dry area, off floor. Damaged, deteriorated, or wet materials shall be rejected and replaced. PART 2-PRODUCTS 2.01 MATERIALS: A. Source: Products listed are items manufactured by U.S. Gypsum Co. and are listed as a standard of quality. Equivalent items of listed acceptable manufacturers are acceptable. Products furnished on project shall be of a single manufacturer. B. Interior Partition: Metal Studs; USG metal studs, channel type, roll -formed galvanized steel, designed for screw attachment - Use size and gauge where noted. C. Floor and Ceiling Runners: USG metal runners formed of 25 ga. galvanized steel unless otherwise noted. D. C.R. Channels: 1-1/2" cold rolled steel channels, 16 ga., black asphaltum finish. E. Cement Board panel types: Interior Panel: 5/8" thick x 48" wide x length required with tapered edge, Equal to USG Durock brand. The cement board shall exceed the ANSI Standards for cementitious backer units (CBU). See ANSI Al 18.9 for Test Methods and Specifications for CBU and ANSI A108.11 for Interior Installation of CBU. All cement board products shall meet ASTM Standard E136 for non - combustibility and exceed ASTM C 1325 standards for non -asbestos fiber -mat reinforced cementitious backer units F. Thermal and Sound Attenuation Batts: Specified in Section 07210. G. Fasteners: Provide type and size as recommended by drywall manufacturer, length as required for each assembly. H. Drywall Adhesive: As recommended by drywall manufacturer for substrate scheduled. I. Wallboard W/R Sealant: As recommended by the panel manufacture Metal Accessories: Corner Beads: Dur-A-Bead No. 101, galvanized. Metal Trim (Casing Bead): No. 200-A or 200-B metal trim, galvanized. Control Joints: No. 093. K. Acoustical Sealant: Resilient, non -hardening, Tremco Acoustical Sealant and Acoustical Tape, by Tremco Mfg. Co., BA-98. Acoustical Sealant by Pecora Chemical Corp., or USG Acoustical Sealant. PART 3 - EXECUTION 3.01 PREPARATION: A. Maintain minimum of 55 OF temperature in building one week prior to installation and until insulation and joint treatment is complete. Provide adequate ventilation to remove excess moisture during joint treatment. 3.02 METAL FRAMING INSTALLATION: A. Metal Runners: Align accurately according to partition layouts and fasten to structure at 24" o.c. Brace top runners to structure above with bracing members 8 ft. on center, maximum. B. Caulking: Before anchoring runners of partitions shown with sound insulation, apply 2 beads of 3/8" dia. acoustical sealant to contact surfaces of runner tracks and end studs to seal with adjoining structure. C. Metal Studs: Place in accordance with schedule below, unless otherwise noted on Drawings, into floor and ceiling runners. Secure studs to runners with screws at door and window frames, partition COL - Reno Muni Square RR 09250 - 2 J21518 intersections and corners and secure remaining studs with positive attachment. Where required for additional height, splice studs by nesting a minimum lap of 18" and attach flanges together with 2 screws in each flange. 1. Stud Spacing and Gage in Interior Non -Load Bearing Partitions: Unless otherwise noted. (See Section 05400 for Load Bearing Wall Construction) 3-5/8" Metal Stud Partitions 18 ga. 16"" o.c. 6" Metal Stud Partitions 18 ga. 16"" o.c. D. Wall Furring, Direct Attachment: Attach furring channels vertically to wall, at 16" o.c. with fasteners spaced 24" o.c., staggered on alternate wing flanges. E. Metal Door and Borrowed - Light Frames: 1. Studs adjacent to door and borrowed light frames shall be securely screwed or bolted to jamb and head anchors clips. 2. Construct jambs and heads as detailed on the plans. F. Girts: Provide stud material placed horizontal in the wall at mid height of the partition or not to exceed 5' on center vertical. Girts shall be cut between and securely fastened with sheet metal screws to studs. Additional girts shall be placed at or within 12" of ceiling line in all partitions extending above ceiling. Girt at ceiling shall be full width of studs to provide effective fire stop, at the Contractor's option he may substitute 1-1/2" cold rolled plaster channel passing thru openings in studs at girt location other than ceiling line. Cold rolled channels shall be securely attached to each stud. 3.03 PANEL ERECTION: A. Batt Insulation: Where designated, install batt insulation continuously in stud cavities. Insulation is specified in Section 07210. B. Single -Layer Wallboard - Treated Joints: Use maximum practical lengths. Apply face out with long dimension vertical. Place abutting ends and edges over stud flanges. Joints on opposite sides of a partition shall occur on different studs. Attach with screws spaces 12" o.c. in field of board and 8" o.c. staggered along vertical abutting edges. Neatly fit and stagger end joints. Do not apply wallboard on both faces until after stud cavities have been insulated. 3.04 ACCESSORIES INSTALLATION: A. Corner Beads: Install on external corners, with suitable fasteners spaced 9" o.c. on both sides. B. Metal Trim: Install over face -layer wallboard with suitable fasteners spaced 9" o.c., where shown on Drawings and where gypsum board surfaces meet dissimilar surfaces. C. Control Joints: Unless otherwise shown, install above door frame jambs, at changes in back-up material, in partitions at 30' o.c., in ceilings at 50' o.c. in both directions, in wings where "L", "U" and "T"-shaped ceiling areas are joined, at locations where expansion or control joints occur in the base wall and elsewhere as recommended by the drywall manufacturer. Attach to face layer wallboard with 9/16" staples spaced 6" o.c. in each flange. 3.05 CLEANING: A. At the completion of installation, remove rubbish from building, leaving floors broom clean. Remove excess material, scaffolding, tools, and other equipment from building and job site. END OF SECTION COL - Reno Muni Square RR 09250 - 3 J21518 SECTION 09310 - CERAMIC TILE 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: B. 1. Glazed ceramic wall tile. C. Related Sections include the following: 119 1. Division 7 Section "Joint Sealants" for sealing of expansion, contraction, control, and isolation joints in tile surfaces. 1.3 DEFINITIONS A. Module Size: Actual tile size (minor facial dimension as measured per ASTM C 499) plus joint width indicated. B. Facial Dimension: Nominal tile size as defined in ANSI A137.1. 1.4 PERFORMANCE REQUIREMENTS A. Static Coefficient of Friction: For tile installed on walkway surfaces, provide products with the following values as determined by testing identical products per ASTM C 1028: 1. Level Surfaces: Minimum 0.6. 1.5 SUBMITTALS A. Product Data: For each type of product indicated. B. Shop Drawings: Show locations of each type of tile and tile pattern. Show widths, details, and locations of expansion, contraction, control, and isolation joints in tile substrates and finished tile surfaces. C. Samples for Initial Selection: For each type of tile and grout indicated. Include Samples of accessories involving color selection. D. Samples for Verification: 1. Full-size units of each type and composition of tile and for each color and finish required. 2. Assembled samples with grouted joints for each type and composition of tile and for each color and finish required, at least 30 inches square and mounted on rigid panel. Use grout of type and in color or colors approved for completed work. COL - Reno Muni Square RR 09310 - 1 J21518 3. Full-size units of each type of trim and accessory for each color and finish required. E. Product Certificates: For each type of product, signed by product manufacturer. F. Qualification Data: For Installer. G. Material Test Reports: For each tile -setting and -grouting product. 1.6 QUALITY ASSURANCE A. Source Limitations for Tile: Obtain all tile of same type and color or finish from one source or producer. 1. Obtain tile from same production run and of consistent quality in appearance and physical properties for each contiguous area. B. Source Limitations for Setting and Grouting Materials: Obtain ingredients of a uniform quality for each mortar, adhesive, and grout component from a single manufacturer and each aggregate from one source or producer. C. Source Limitations for Other Products: Obtain each of the following products specified in this Section through one source from a single manufacturer for each product: 1. Joint sealants. D. Pre -installation Conference: Conduct conference at Project site to comply with requirements in Division 1 Section "Project Management and Coordination." 1.7 DELIVERY, STORAGE, AND HANDLING A. Deliver and store packaged materials in original containers with seals unbroken and labels intact until time of use. Comply with requirement in ANSI Al37.1 for labeling sealed tile packages. B. Store tile and cementitious materials on elevated platforms, under cover, and in a dry location. C. Store aggregates where grading and other required characteristics can be maintained and contamination avoided. D. Store liquid latexes and emulsion adhesives in unopened containers and protected from freezing. 1.8 PROJECT CONDITIONS A. Environmental Limitations: Do not install tile until construction in spaces is complete and ambient temperature and humidity conditions are maintained at the levels indicated in referenced standards and manufacturer's written instructions. 1.9 EXTRA MATERIALS A. Furnish extra materials described below that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Tile and Trim Units: Furnish quantity of full-size units equal to 3 percent of amount installed, for each type, composition, color, pattern, and size indicated. COL - Reno Muni Square RR 09310 - 2 J21518 2. PART2-PRODUCTS 2.1 MANUFACTURERS A. In other Part 2 articles where titles below introduce lists, the following requirements apply for product selection: Basis -of -Design Product: The design for each tile type is based on the product named. Subject to compliance with requirements, provide either the named product or a comparable product by one of the other manufacturers specified. 2.2 PRODUCTS, GENERAL A. ANSI Ceramic Tile Standard: Provide tile that complies with ANSI A137.1, "Specifications for Ceramic Tile," for types, compositions, and other characteristics indicated. Provide tile complying with Standard grade requirements, unless otherwise indicated. For facial dimensions of tile, comply with requirements relating to tile sizes specified in Part 1 "Definitions" Article. B. ANSI Standards for Tile Installation Materials: Provide materials complying with ANSI standards referenced in "Setting and Grouting Materials" Article. C. Colors, Textures, and Patterns: Where manufacturer's standard products are indicated for tile, grout, and other products requiring selection of colors, surface textures, patterns, and other appearance characteristics, provide specific products or materials complying with the following requirements: As selected by Architect from manufacturer's full range. D. Factory Blending: For tile exhibiting color variations within ranges selected during Sample submittals, blend tile in factory and package so tile units taken from one package show same range in colors as those taken from other packages and match approved Samples. E. Mounting: For factory -mounted tile, provide back- or edge -mounted tile assemblies as standard with manufacturer, unless otherwise indicated. 2.3 TILE PRODUCTS A. Floor Tile: NA B. Wall Tile: refer to Paragraph this Section 3.8 for material selection. C. Wall Tile Trim Units: Matching characteristics of adjoining flat tile and coordinated with sizes and coursing of adjoining flat tile where applicable. Provide shapes as follows, selected from manufacturer's standard shapes: External Corners: Surface bullnose. Internal Corners: Field -butted square corners except with straight base and cap angle pieces designed to fit with stretcher shapes. COL - Reno Muni Square RR 09310 - 3 J21518 2.4 SETTING AND GROUTING MATERIALS A. Latex -Portland Cement Mortar (Thin Set): ANSI At 18.4, consisting of the following: Prepackaged dry -mortar mix containing dry, redispersible, ethylene vinyl acetate additive to which only water must be added at Project site. Prepackaged dry -mortar mix combined with acrylic resin or styrene-butadiene-rubber liquid -latex additive. B. Medium -Bed, Latex -Portland Cement Mortar: Provide materials composed as follows, with physical properties equaling or exceeding those required for thin -set mortars based on testing of medium -bed specimens according to ANSI At 18.4: Prepackaged dry -mortar mix containing dry, redispersible, ethylene vinyl acetate additive to which only water must be added at Project site. Prepackaged dry -mortar mix combined with acrylic resin or styrene-butadiene-rubber liquid -latex additive. C. Organic Adhesive: ANSI A136.1, Type I. D. Polymer -Modified Tile Grout: ANSI At 18.7, color as indicated. Polymer Type: Acrylic resin in liquid -latex form for addition to prepackaged dry -grout mix. a. Sanded grout mixture for joints 1/8 inch and wider. 2.5 ELASTOMERIC SEALANTS A. General: Provide manufacturer's standard chemically curing, elastomeric sealants of base polymer and characteristics indicated that comply with applicable requirements in Division 7 Section "Joint Sealants." B. Colors: Provide colors of exposed sealants to match colors of grout in tile adjoining sealed joints, unless otherwise indicated. C. One -Part, Mildew -Resistant Silicone Sealant: ASTM C 920; Type S; Grade NS; Class 25; Uses NT, G, A, and, as applicable to nonporous joint substrates indicated, O; formulated with fungicide, intended for sealing interior ceramic tile joints and other nonporous substrates that are subject to in-service exposures of high humidity and extreme temperatures. D. Multipart, Pourable Urethane Sealant for Use T: ASTM C 920; Type M; Grade P; Class 25; Uses T, M, A, and, as applicable to joint substrates indicated, O. 2.6 MISCELLANEOUS MATERIALS A. Trowelable Underlayments and Patching Compounds: Latex -modified, portland cement -based formulation provided or approved by manufacturer of tile -setting materials for installations indicated. B. Tile Cleaner: A neutral cleaner capable of removing soil and residue without harming tile and grout surfaces, specifically approved for materials and installations indicated by tile and grout manufacturers. C. Grout Sealer: Manufacturer's standard silicone product for sealing grout joints that does not change color or appearance of grout. COL - Reno Muni Square RR 09310 - 4 J21518 2.7 MIXING MORTARS AND GROUT A. Mix mortars and grouts to comply with referenced standards and mortar and grout manufacturers' written instructions. B. Add materials, water, and additives in accurate proportions. C. Obtain and use type of mixing equipment, mixer speeds, mixing containers, mixing time, and other procedures to produce mortars and grouts of uniform quality with optimum performance characteristics for installations indicated. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates, areas, and conditions where tile will be installed, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of installed tile. Verify that substrates for setting tile are firm; dry; clean; free of oil, waxy films, and curing compounds; and within flatness tolerances required by referenced ANSI A108 Series of tile installation standards for installations indicated. Verify that installation of grounds, anchors, recessed frames, electrical and mechanical units of work, and similar items located in or behind tile has been completed before installing tile. Verify that joints and cracks in tile substrates are coordinated with tile joint locations; if not coordinated, adjust joint locations in consultation with Architect. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Remove coatings, including curing compounds and other substances that contain soap, wax, oil, or silicone, that are incompatible with tile -setting materials. B. Provide concrete substrates for tile floors installed with thin -set mortar that comply with flatness tolerances specified in referenced ANSI A108 Series of tile installation standards. Fill cracks, holes, and depressions with trowelable leveling and patching compound according to tile -setting material manufacturer's written instructions. Use product specifically recommended by tile -setting material manufacturer. Remove protrusions, bumps, and ridges by sanding or grinding. C. Blending: For tile exhibiting color variations within ranges selected during Sample submittals, verify that tile has been factory blended and packaged so tile units taken from one package show same range of colors as those taken from other packages and match approved Samples. If not factory blended, either return to manufacturer or blend tiles at Project site before installing. 3.3 INSTALLATION, GENERAL COL - Reno Muni Square RR 09310 - 5 J21518 A. ANSI Tile Installation Standards: Comply with parts of ANSI A108 Series "Specifications for Installation of Ceramic Tile" that apply to types of setting and grouting materials and to methods indicated in ceramic tile installation schedules. B. TCA Installation Guidelines: TCA's "Handbook for Ceramic Tile Installation." Comply with TCA installation methods indicated in ceramic tile installation schedules. C. Extend tile work into recesses and under or behind equipment and fixtures to form complete covering without interruptions, unless otherwise indicated. Terminate work neatly at obstructions, edges, and corners without disrupting pattern or joint alignments. D. Accurately form intersections and returns. Perform cutting and drilling of tile without marring visible surfaces. Carefully grind cut edges of tile abutting trim, finish, or built-in items for straight aligned joints. Fit tile closely to electrical outlets, piping, fixtures, and other penetrations so plates, collars, or covers overlap tile. E. Jointing Pattern: Lay tile in grid pattern, unless otherwise indicated. Align joints when adjoining tiles on floor, base, walls, and trim are same size. Lay out tile work and center tile fields in both directions in each space or on each wall area. Adjust to minimize tile cutting. Provide uniform joint widths, unless otherwise indicated. F. Lay out tile wainscots to next full tile beyond dimensions indicated. G. Expansion Joints: Locate expansion joints and other sealant -filled joints, including control, contraction, and isolation joints, where indicated during installation of setting materials, mortar beds, and tile. Do not saw -cut joints after installing tiles. 1. Locate joints in tile surfaces directly above joints in concrete substrates. 2. Prepare joints and apply sealants to comply with requirements in Division 7 Section "Joint Sealants." H. Grout tile to comply with requirements of the following tile installation standards: 1. For porcelain tile grouts (sand-portland cement; dry -set, commercial portland cement; and latex- portland cement grouts), comply with ANSI A108.10. 3.4 FLOOR TILE INSTALLATION A. General: Install tile to comply with requirements in the Floor Tile Installation Schedule, including those referencing TCA installation methods and ANSI A108 Series of tile installation standards. 1. For installations indicated below, follow procedures in ANSI A108 Series tile installation standards for providing 95 percent mortar coverage. a. Tile floors composed of tiles 8 by 8 inches or larger. B. Joint Widths: Install tile on floors with the following joint widths: Porcelain Tile: 1/4 inch. C. Grout Sealer: Apply grout sealer to grout joints according to grout -sealer manufacturer's written instructions. As soon as grout sealer has penetrated grout joints, remove excess sealer and sealer that has gotten on tile faces by wiping with soft cloth. 3.5 WALL TILE INSTALLATION COL - Reno Muni Square RR 09310 - 6 J21518 A. Install types of tile designated for wall installations to comply with requirements in the Wall Tile Installation Schedule, including those referencing TCA installation methods and ANSI setting -bed standards. B. Joint Widths: Install tile on walls with the following joint widths: Glazed Wall Tile: 1/16 inch. 3.6 CLEANING AND PROTECTING A. Cleaning: On completion of placement and grouting, clean all ceramic tile surfaces so they are free of foreign matter. 1. Remove latex-portland cement grout residue from tile as soon as possible. 2. Clean grout smears and haze from tile according to tile and grout manufacturer's written instructions, but no sooner than 10 days after installation. Use only cleaners recommended by tile and grout manufacturers and only after determining that cleaners are safe to use by testing on samples of tile and other surfaces to be cleaned. Protect metal surfaces and plumbing fixtures from effects of cleaning. Flush surfaces with clean water before and after cleaning. B. When recommended by tile manufacturer, apply coat of neutral protective cleaner to completed tile walls and floors. Protect installed tile work with kraft paper or other heavy covering during construction period to prevent staining, damage, and wear. C. Prohibit foot and wheel traffic from tiled floors for at least seven days after grouting is completed. D. Before final inspection, remove protective coverings and rinse neutral cleaner from tile surfaces. 3.7 FLOOR TILE INSTALLATION SCHEDULE A. Tile Installation: Interior floor installation on concrete; thin -set mortar; TCA F113 and ANSI A108.5. 1. Tile Type: Porcelain tile. 2. Thin -Set Mortar: Latex- portland cement mortar. 3. Grout: Polymer -modified sanded grout. 3.8 TILE SCHEDULE A. Floor Tile: NA B. Wall Tile: Field: Daltile, Wall Tile, See plan notation C. Wall Grout: Custom Building Products Polyblend, Non -Sanded Grout, See plan notations D. Floor Grout: Custom Building Products Polyblend, Sanded Grout , See plan notations END OF SECTION 09310 COL - Reno Muni Square RR 09310 - 7 J21518 SECTION 09500 - ACOUSTICAL CEILING SYSTEMS & COMPONENTS PART 1 - GENERAL 1.01 DESCRIPTION: Provide lay -in type suspended acoustical ceilings where scheduled. Also supply support track for curtain tracks. 1.02 RELATED DOCUMENTS: Applicable requirements of the General Conditions, Supplementary General Conditions, and General Requirements apply to the work specified in this section. 1.03 RELATED WORK SPECIFIED ELSEWHERE: A/C Diffusers and Grilles - Division 15 Light Fixtures - Division 16 1.04 SUBMITTALS: A. Shop Drawings: Submit in accordance with Section 01300. Indicate materials and construction of systems and locate suspension grid members and show their relationship with walls, partitions, furr downs, light fixtures, grilles, and diffusers. Include manufacturer's specifications and installation instructions for each type of acoustical system component. B. Samples: Submit full size samples of each acoustical board and suspension system for Architect's approval. C. Maintenance Instructions: Submit manufacturer's recommendations for cleaning each type of acoustical material. 1.05 QUALITY ASSURANCE: A. Qualifications of Installer: Subcontract the acoustical ceiling and related work to an experienced installer acceptable to the manufacturer of primary acoustical materials, as shown by current written statement from manufacturer. B. Fire Hazard Classification: 1. Maximum Flame Spread: US (ASTM E84): 25, Class 25 FS SS-S-118B. 1.06 COORDINATION: Coordinate installation with other trades and make provisions for their work to prevent cutting and patching. 1.07 DELIVERY AND STORAGE: Deliver materials in factory packages with factory labels attached indicating brand, pattern, size and fire rating as applicable. Store acoustical materials at normal room temperature in a protected enclosure having a stabilized moisture content. Comply with manufacturer's storage recommendations. 1.08 WARRANTY: A. Furnish written warranty that the work under this division shall be free from defects of materials and workmanship for a period of two (2) years from the date of final acceptance. B. The following shall be adjudged as defective work: loosening, buckling, undue shrinkage, warping, sagging, cracking, settling, chipping, spotting or loss of acoustical properties of materials. 1.09 EXTRA STOCK: At completion of project, furnish Owner with one full unopened carton of each type of acoustical board/tile material. COL - Reno Muni Square RR 09500 - 1 J21518 PART 2-PRODUCTS 2.01 MATERIALS: A. CEILING PANELS: Type 1 Armstrong Ultima Size: 2' x 2' x 3/4" Item #:1900 Edge: SQ Color: White B. Exposed Lay -In Suspension System: Prelude XL, 15/16", white at Type 1 ceilings. Exposed tee grid system to be as indicated for ceiling types above. Suspension to be inverted -tee type, direct hung system meeting "intermediate" or better structural standards of ASTM C635. Main and cross tees (each 1-1/2" high) fabricated with double webs of .015 cold -rolled steel, electro-zinc coated and factory painted as noted above. 15/16" exposed flange, paint finish to match grid. Edge molding, 0.020" steel, channel or hemmed edge angle shaped, 9/16" or 15116" exposed flange, paint finish to match grid. Hold down clips #L-15 as supplied by suspension system manufacturer. Locate at all Vestibules. Maximum deflection: 1/360 span. C. Hanger Wire: Minimum 12 ga., galvanized, soft-anneled, mild steel wire. D. Attachment Devices: Where hanger wires cannot be directly wire -tied to framing members, provide attachment devices for type of construction used in the work, with a carrying capacity not less than 5 times design loads involved. PART 3 - EXECUTION 3.01 PROJECT CONDITIONS: A. In areas to receive acoustical materials, maintain relative humidity at not more than 70% and temperature between 60°F-75° F., 24 hours before, during, and after installation. B. Examine areas for conditions that would affect quality and execution of work and report discrepancies. 3.02 INSTALLATION - GENERAL: A. Install suspension systems in accordance with ASTM C636. B. Minimum width of border tile of board allowed: one-half unit width. 3.03 INSTALLATION - EXPOSED GRID SYSTEM: A. Space main tees at 48" o.c., suspend from structure with hanger wire spaced at 48" o.c. Install additional hanger wires at 6" from ends of each suspension member and at corners of light fixtures, and other items supported by ceiling suspension system. B. Space cross tees at 24" o.c., connect to main tees. Rest main and cross tees on wall moldings. C. Rigidly brace entire system in both directions, leave bottom surface of members flush and level. D. Install ceiling board according to manufacturer's recommendations and in level plane bearing on suspension members. Neatly cut out board around items installed by other trades. E. Provide spring hold down clips for each board in system in vestibules and within 10 feet in all directions of exterior doors. F. Fire -rated installations shall conform to U.L. Time -Design -Rated Assembly requirements. COL - Reno Muni Square RR 09500 - 2 J21518 3.04 ADJUSTING AND CLEANING: Replace damaged members of exposed suspension system. Replace ceiling and wall board that is damaged, installed improperly, or shows visible sign of sagging. Clean soiled areas of ceiling material and exposed suspension system; comply with manufacturer's instruction. Replace ceiling units and members which are damaged or cannot be cleaned. 3.05 PROTECTION: Advise Contractor of proper procedures for protection of acoustical ceilings from damage or deterioration. END OF SECTION COL - Reno Muni Square RR 09500 - 3 J21518 SECTION 09650 - RESILIENT FLOORING PART 1 - GENERAL 1.01 DESCRIPTION: Provide resilient sheet vinyl flooring. 1.02 RELATED DOCUMENTS: A. Applicable requirements of the General Conditions, Supplementary General Conditions and General Requirements apply to the work specified in this section. 1.03 RELATED WORK SPECIFIED ELSEWHERE: Concrete Work - Section 03300 Resilient Cove Base - Section 09655 1.04 QUALITY ASSURANCE: A. Fire rating classification test: Fire Protection NFPA 253 (ASTM 3E648 Flooring Radiant Panel): Class I Smoke Density FFNFPA 258: Less than 450. B. Static load limit (lbs/sq.in.): Min. 125 C. Federal Specification L-F-475A (3), Type II, Grade A: Meets or exceeds Federal Specification L-F- 001641. D. Applicator must be approved in writing by materials manufacturer. 1.05 SUBMITTALS: Submit in accordance with Section 01340. A. Manufacturer's Data: Submit copies of manufacturer's technical data and installation instructions for each type of material and accessories. B. Maintenance Instructions: Submit copies of manufacturer's written instructions for recommended maintenance practices for each type of materials and accessories. C. Samples: Submit samples of resilient flooring, specialty flooring materials, stair covering materials and base materials to Architect for approval and selection of color and pattern. Do not order or deliver materials until after Architect's selection and approval. Materials delivered to project shall match approved samples. 1.06 DELIVERY AND STORAGE: A. Deliver materials in unbroken factory containers and store in cool, dry place. Each container shall bear manufacturer's name, pattern number, and lot number. B. Store in heated space at minimum 70°F for 72 hours before use. 1.07 JOB CONDITIONS: A. Examine the areas and conditions under which resilient flooring and accessories are to be installed and notify the Contractor in writing or unsatisfactory conditions. Do not proceed with the work until unsatisfactory conditions have been corrected. B. Maintain temperature in spaces to receive flooring at minimum 70°F for 72 hours prior to, during, and 72 hours after installation. 1.08 EXTRA STOCK: At completion of project, deliver to Owner the following minimum amounts of materials of same brand, size, and pattern as used on project; furnish materials from same manufactured lot as the materials installed: COL - Reno Muni Square RR 09650 - 1 J21518 Vinyl Composition tile - one complete carton of each type and pattern installed or 100 s.f. (10 sm) of each color and type for maintenance. 1.09 GUARANTEE: Warranty resilient flooring material to be free of manufacturing defects and not to wear through the color/pattern for five years from installation. Workmanship of installation shall be guaranteed for one year from installation. PART 2-PRODUCTS 2.01 GENERAL: A. Materials shall be uniform in thickness and size. B. Edges cut accurately and square. C. Uniform color with variations in variegated patterns kept to a minimum. 2.02 FLOOR COVERING MATERIALS: A. Acceptable manufacturers: 1. Resilient Sheet Vinyl Flooring : Armstrong B. Selections: 1. Vinyl Composition Tile (VCT): Field Tile: NA 2. Resilient Sheet Vinyl: Armstrong, Possibilities - Petit Point, 88052 Pearl Gray C. Adhesive: As recommended by flooring manufacturer. D. Leveling Compound: As recommended by flooring manufacturer. E. Transition Strips: 1" reducer strip or V carpet to vinyl transition strip length as required, manufactured by flooring manufacturer, color as selected by Architect. F. Seams: Resilient sheet vinyl. Heat weld per manufacturer. G. Base: Resilient sheet vinyl. Vinyl to extend 6" up wall to form cove base where scheduled. 2.03 SPECIALTY FLOORING MATERIALS: A. Vinyl Reducer Strip: Standard 1" wide tapered rubber edging, 1/8" thickness, color as selected. 2.04 LEVELLING MATERIALS: A. Floor Leveling Underlayment: Camp's Latex Mix or Armstrong Latex Underlayment S-180. 2.05 APPLICATION MATERIALS: A. Concrete Slab Primer: Non -staining type as recommended by flooring manufacturer. B. Tile Adhesive: As recommended by tile manufacturer. 2.06 WAX: Water emulsion floor wax as recommended by flooring manufacturer. PART 3 - EXECUTION 3.01 INSPECTION AND PREPARATION: A. Examine substrate for excessive moisture content and unevenness which would prevent proper execution of flooring application. B. Remove grease, dirt and other foreign substances from sub -floors. COL - Reno Muni Square RR 09650 - 2 J21518 C. Fill depressions, holes, and cracks with latex underlayment. Trowel and featheredge underlayment to a smooth and level surface. Grind down high spots and finish with underlayment. Finish floor level to within 1/8" in 10 ft. Do not proceed until defects are corrected. D. Maintain 70°F minimum temperature 24 hours before and after laying tile. Stack tile in prepared areas at 70OF 24 hours prior to laying tile and resilient sheet vinyl, or as per manufacturer's recommendations. E. Rinse sub -floor and allow to dry thoroughly before applying adhesive. 3.02 INSTALLATION: A. Install flooring and base after finishing operations, including painting, have been completed and permanent heating system is operating. Moisture content of concrete slabs, building air temperature and relative humidity must be within limits recommended by flooring manufacturer. 3.03 INSTALLATION OF TILE MATERIALS: A. Apply thin uniform film of adhesive, spread evenly with notched steel trowel, in accordance with directions on container. Allow adhesive to cure 30 minutes prior to tile installation. B. Lay tile starting at center of room, working toward walls, square with room axis. Adjust width of border tiles as required and scribe to walls and projections. C. Joints shall be tight butt joints, true to line. D. Verify pattern of tile (directions of grain) with Architect before laying tile. E. Install flooring on covers for telephone and electrical ducts, and other such items as occur within finished floor areas: maintain continuity of color and pattern. 3.04 INSTALLATION OF SPECIALTY MATERIALS: A. Reducer Strips: Install rubber reducer strips where detailed and where tile terminates at exposed concrete floors. 3.05 CLEANING AND WAXING: A. Allow 24 hours after laying flooring materials before beginning cleaning process. Clean flooring materials with a neutral cleaner and allow to dry. B. Apply first coat of wax full strength, and machine buff. C. Immediately prior to final inspection, apply a second coat of wax and machine buff. D. Clean resilient base thoroughly and remove excess adhesive from surfaces. Use mineral spirits (naptha) to remove adhesive residue or stubborn dirt. E. Remove damaged flooring and replace with new flooring at no additional expense to the Owner. F. Remove cartons and rubbish from site. END OF SECTION COL - Reno Muni Square RR 09650 - 3 J21518 SECTION 09655 - RESILIENT COVE BASE PART 1 - GENERAL 1.01 DESCRIPTION: Provide all base as indicated on room finish schedule. 1.02 RELATED DOCUMENTS: A. Applicable requirements of the General Conditions, Supplementary Conditions and General Requirements apply to the work specified in this section. 1.03 RELATED WORK SPECIFIED ELSEWHERE: Resilient Flooring - Section 09650 1.04 SUBMITTALS: Submit in accordance with Section 01340. A. Samples: Submit samples of base materials to Architect for approval and selection of colors. Do not order or deliver materials until after Architect's selection approval. Materials delivered to project shall match approved samples. 1.05 QUALITY ASSURANCE: 1.06 DELIVERY AND STORAGE: Deliver materials in unbroken factory containers and store in cool, dry place. Each container shall bear manufacturer's name, color and style number, and lot number. 1.07 JOB CONDITIONS: Examine the areas and conditions under which rubber base is to be installed and notify the Contractor in writing of unsatisfactory conditions. Do not proceed with the work until unsatisfactory conditions have been corrected. 1.08 GUARANTEE: Warranty rubber cove base materials free from defects or discoloration and installation workmanship for a period of one year from installation. PART 2-PRODUCTS 2.01 MATERIALS: A. Rubber Base: Rubber cove base by Roppe, VPI, or equal, as scheduled in 90'-120' rolls, 6" high with toe base, 1/8" thick, FS SS-W-40a, Type I. Colors as noted on plan. B. Adhesive: As recommended by rubber cover base manufacturer relative to substrate. PART 3 - EXECUTION 3.01 INSTALLATION OF BASE: A. Apply resilient base to walls, columns, pilasters, millwork, casework and other permanent fixtures in rooms or areas where base is required. B. On masonry surfaces, or other similar irregular surfaces, fill voids along top edge of resilient wall base with manufacture's recommended adhesive filler material. C. Cement base to wall using recommended adhesive, straight with tight butt joints. D. Form in and out corner angles tightly and neatly, and run continuous molded base around corners minimum 2'0". E. Scribe base accurately to door and cabinet trim. COL - Reno Muni Square RR 09655 - 1 J21518 3.02 INSTALLATION OF SPECIALTY MATERIALS: A. Reducer Strips: Install rubber reducer strips where detailed, or where flooring material thickness changes, and/or where tile terminates at exposed concrete floors. 3.03 CLEANING: A. Clean rubber base and excess adhesive from surfaces as recommended by manufacturer. B. Remove cartons and rubbish from site. END OF SECTION COL - Reno Muni Square RR 09655 - 2 J21518 SECTION 09900 - PAINTING AND FINISHING PART 1 - GENERAL 1.01 DESCRIPTION: A. Provide complete painting and finishing of surfaces throughout interior and exterior of building as scheduled or noted, including exposed to view mechanical equipment and electrical conduits. B. All exposed metal building structural members. C. Examine specifications for various other trades and their provisions regarding their painting. Surfaces that are left unfinished by other sections of specifications shall be painted or finished as a part of this section. D. Copper, bronze, chromium plate, nickel, stainless steel, Monel metal, lead, and lead coated copper shall not be painted or finished except as otherwise specified or scheduled. E. Other surfaces not to be painted include clay masonry units; synthetic plaster, prefinished wall, ceiling, and floor coverings; items with factory applied final finish; chases; and plenums above suspended ceilings, except as noted otherwise. 1.02 RELATED DOCUMENTS: Applicable requirements of the General Conditions, Supplementary Conditions and General Requirements apply to the work specified in this section. 1.03 RELATED WORK SPECIFIED ELSEWHERE: Caulking & Sealants - Section 07900 Gypsum Drywall Construction - Section 09250 1.04 QUALITY ASSURANCE: A. Product Labels: Include manufacturer's name, type of paint, stock number, color and label analysis on label of containers. B. Field Quality Control: Apply each type of finish required on a representative area or room for approval of color, texture, quality and workmanship. After approval, these applications shall serve as standard of quality for entire project. 1.05 SAMPLES AND COLORS: A. Colors, including deep tones, will be selected by Architect. Number of colors including accent borders/striping to be used on job will be determined by Architect. B. Prepare two 12" x 12" samples of each color and sheen selected, on properly prepared paint -out cards or hardboard. Approved samples shall remain at project site. C. Prepare stained wood samples on type and quality of wood specified for use on project. D. Submit paint schedule in accordance with submittal requirements of Section. List each surface and its proposed paint products and systems. 1.06 SUBSTITUTIONS: A. Comply with provisions of Section 01600. B. Submit substitute paint schedule listing each surface and its proposed products. C. Submit complete supporting data, specifications, and identifying numbers of each proposed product. D. Do not order or deliver materials until Architect's approval is obtained. 1.07 DELIVERY AND STORAGE: A. Deliver materials in original containers with seals unbroken and labels intact. COL - Reno Muni Square RR 09900 - 1 J21518 B. Store materials and equipment in a single lockable area of project site. Provide adequate means to protect floors and adjacent surfaces of this area from damage. C. Store clean rags, paint, and solvents in closed metal containers located in designated area. Dispose of soiled rags daily. D. Comply with applicable health and fire regulations. 1.08 SCAFFOLDS AND PROTECTION: A. Provide adequate safe ladders, scaffolds, and stages necessary to complete work. B. Protect completed finish and painted work, and protect adjacent finish surfaces from paint splatter, spills and stains. Use adequate drop cloths and masking procedures during progress of work. 1.09 EXTRA PAINT: Upon completion of the work, deliver to the Owner one (1) gallon of each color of latex paint used, and two (2) quarts of each enamel color used. 1.10 GUARANTEE: This Contractor shall guarantee all work performed under this contract for a period of one (1) year from date of acceptance. Cracking, peeling and scaling of paint shall be judged as defective work. PART 2-PRODUCTS 2.01 MATERIALS: A. Products specified in Schedule of Painting are as manufactured by Kelly -Moore. B. Materials selected for coating systems shall be products of a single manufacturer unless otherwise specified. C. Secondary products such as linseed oil, turpentine and shellacs shall be first line quality products of a reputable manufacturer. D. Lead Free Paint: All paint specified for use under this section shall be lead free and mercury free and shall be in full compliance with Federal Hazardous Substances Act. 2.02 MIXING AND TINTING: A. Accomplish job site tinting and mixing only when approved by Architect. Use tinting colors recommended by paint manufacturer for specific type of fmish. B. Thin paints only when specifically allowed by manufacturer: do not exceed thinning directions. 2.03 JOINT TREATMENT MATERIALS: A. Compounds: Pre -fill powdered joint compound, taping compound and topping compound, ASTM C4475- 70. B. Joint Tape: Perforated tape, ASTM C47570. PART 3 - EXECUTION 3.01 INSPECTION: A. Examine surfaces scheduled to receive paint and finished for conditions that will adversely affect execution, permanence, or quality of finish work, and which cannot be put into an acceptable condition through normal preparatory work. B. Notify Architect in writing of such unacceptable conditions. C. Do not proceed with surface preparation or coating applications until conditions are suitable. D. Application of paint or finish to surfaces shall constitute acceptance of that surface. COL - Reno Muni Square RR 09900 - 2 J21518 3.02 GENERAL APPLICATION REQUIREMENTS: A. The intent of these specifications is to produce highest quality appearance of paint and finish surfaces. Employ skilled mechanics only. B. Do not apply exterior paint while surface is damp, or during cold, rainy, or frosty weather, or when temperature is below 50°F. Avoid painting surfaces exposed to hot sun. C. Floors and adjacent surfaces, as well as surfaces to be painted, shall be clean before painting. D. Finish tops, bottoms, and edges of doors same as balance of doors after they are fitted. Seal top, bottom, opening and hardware recesses immediately after hanging doors. E. Clean surfaces free of foreign matter before applying paint or finishes. F. Maintain ambient temperature in building of not less than 60°F for 24 hours prior to and minimum of 24 hours after interior painting. G. Do not paint masonry surfaces with a moisture content exceeding 12%. H. Provide a minimum of 20 foot candles illumination for surfaces to be painted or finished. I. Apply materials with adequate ventilation; maintain ventilation in occupied rooms. 3.03 MECHANICAL AND ELECTRICAL PAINTING REQUIREMENTS: A. Paint panelboards and other cabinets in accordance with schedule to match adjacent surfaces. B. Do not paint nameplates on equipment or labels on doors and frames. C. Paint all piping on roof. 3.04 PREPARATION OF SURFACES: A. Seal knots, pitch streaks, and sappy spots with 2 lb. cut shellac priming. B. Fill nail holes, cracks, open joints, and other defects with putty after first coat. Color to match finish. C. Sand woodwork smooth and clean surface before finishing. D. Backprime interior trim and cabinetry with tinted wood primer before installation. E. Backprime exterior wood fascias and grounds with tinted wood primer. F. Paste wood filler, applied on open grain wood when "set" shall be wiped across grain of wood, then with grain to secure a clean surface. G. Coat surfaces to be stained with a uniform coat of stain and wipe excess off. H. Sand enamel or varnish finish on wood between coats using a fine sandpaper to produce an even, smooth finish. Thoroughly clean surfaces. I. Wash metal surfaces with mineral spirits to remove dirt, oil, or grease before applying primer. Remove rust or scale by wire brushing or sanding clean before painting. Clean marred shop coats and touch-up with primer. J. Pretreat galvanized metal surfaces with a crystalline zinc phosphate treatment such as Lithoform, by American Chemical Paint Co., Ambler, Pa., or Galvaprep #5, by Neilson Chemical Co., Detroit, Mich. K. Fill scratches, cracks, and abrasions in drywall with a spackling compound flush with adjoining surface. When dry, sand smooth and seal before application of priming coat. L. Fill and sand metal door frames as required to provide a smooth surface before finishing. Touch-up factory prime coat before applying first coat. M. Touch-up shop coats on metal surfaces before applying finish. N. All gypsum board surfaces to receive ceramic tile or vinyl wall fabric shall be primed and sealed before application of adhesive. Primer shall be shellac unless otherwise recommended by adhesive manufacturer. COL - Reno Muni Square RR 09900 - 3 J21518 O. Do not paint over dirt, rust, scale, grease, moisture, scuffed surfaces, or conditions otherwise detrimental to the formation of a durable paint film. P. Clean surfaces to be painted before applying paint or surface treatments. 3.05 JOINT TREATMENT: A. Treat joints, interior angles, fastener depressions and finishing trim of face -layer wallboard. Prefill, tape, fill and finish in strict accordance with manufacturer's directions. Sand finish coat and leave surfaces smooth, uniform and free of fins, depressions, cracks and other imperfections. Treat joints of surfaces to receive ceramic tile or other finish wall material. Treat joints of all face layers and all gypsum board fire proofing. 3.06 APPLICATION: A. Final coat of paint shall have visual evidence of solid hiding and uniform appearance, and shall be smooth, free of brush marks, streaks, sags, runs, laps, or skipped areas. B. Apply paint, stain, and varnish with suitable brushes, or follers, as recommended my manufacturer. Spray application will be allowed only upon written approval of the Architect. C. Allow previous coats to thoroughly dry before applying succeeding coats. D. Edges of paint adjoining other materials or colors shall be sharp and clean with no overlapping. E. Slightly vary color of successive coats. F. Sand and dust between each coat as required to remove visual defects. G. Adjust transparent (natural) finishes to obtain matching appearance between doors and casework. H. Each coat of paint applied shall be inspected by Architect before application of succeeding specified coats. Only inspected coats of paint will be considered in determining number of coats. Provide Architect a report of each coat applied when completed for inspection to comply with above. Architect reserves right to make revisions within color range of paint prior to final coat. I. Apply each coat of paint uniformly to minimum wet fill (MWF) thickness specified in Schedule, or as recommended by manufacturer. Additional coats shall be applied if required to produce full coverage. 3.07 CLEANING AND PATCHING: A. Upon completion of work, remove paint and varnish spots from floor, glass, and other finished surfaces. Remove from premises rubbish and accumulated materials. Leave work in clean, orderly, and acceptable condition. B. Spot painting will be allowed to correct soiled or damaged paint surfaces only when touch-up spot will blend into surrounding finish and is invisible to normal viewing. Otherwise, re -coat entire section to corners or visible stopping point. 3.08 SCHEDULE OF PAINTING: EXTERIOR METAL First Coat: Kelly -Moore KelGuard Zinc Chromate Red Oxide Primer #1710 (MWF 2.1 mils) Second Coat: Kelly -Moore Kel-Guard Rust Inhibitive Enamel #1700 (MWF 2.7 mils) Third Coat: Kelly -Moore Kel-Guard Rust Inhibitive Enamel #1700 (MWF 2.7 mils) NOTE: First coat not required on items delivered with shop coat applied. Use this finish on all exterior ferrous metal including exposed structural steel. EXTERIOR GALVANIZED METAL First Coat:NAPA 8847 Etching Filler and NAPA 8848 Actuator (MWF 4.6 mils) Second Coat: Kelly -Moore Kel-Guard Rust Inhibitive Enamel #1700 (MWF 2.7 mils) Third Coat: Kelly -Moore Kel-Guard Rust Inhibitive Enamel #1700 (MWF 2.7 mils) COL - Reno Muni Square RR 09900 - 4 J21518 INTERIOR METAL - SEMI -GLOSS FINISH First Coat: Kelly -Moore Kel-Guard White Rust Inhibitive Primer #1711 (MWF 2.3 mils) Second Coat: Kelly -Moore Flo -Cote Enamel Undercoat #985 (MWF 3.6 mils) Third Coat: Kelly -Moore Kel Cote Alkyd Eggshell Enamel #1620 (MWF 3.6 mils) NOTE: Use this finish for all interior ferrous metal except where other finishes are required. First coat not required on items delivered with prime coat. INTERIOR GALVANIZED METAL - SEMI -GLOSS FINISH First Coat:NAPA 8847 Etching Filler and NAPA 8848 Actuator (MWF 4.6 mils) Second Coat: Kelly -Moore Kel Cote Alkyd Eggshell Enamel #1620 (MWF 3.6 mils) Third Coat: Kelly -Moore Kel Cote Alkyd Eggshell Enamel #1620 (MWF 3.6 mils) INTERIOR WOODWORK - PAINTED (ENAMEL) FINISH First Coat: Kelly -Moore Acry-Plex Hi -Hide Vinyl Wall Sealer #970 (MWF 2.3 mils) Second Coat: Kelly -Moore Flo -Cote Enamel Undercoat #985 (MWF 2.7 mils) Third Coat: Kelly -Moore Kel Cote Alkyd Eggshell Enamel #1620 (MWF 3.6 mils) NOTE: Use this finish for all white pine and trim, millwork,etc., noted to have painted finish. INTERIOR WOODWORK - TRANSPARENT FINISH First Coat: Kelly -Moore Stainz-Rite Interior Wiping Stain #2152 (MWF 3.2 mils) Second Coat: Kelly -Moore Kel Thane Clear Polyurethane Varnish #21 (MWF 2.3 mils) Third Coat: Kelly -Moore Kel Thane Clear Polyurethane Varnish #21 (MWF 2.3 mils) Fourth Coat: Kelly -Moore Kel Thane Clear Polyurethane Varnish #21 (MWF 2.3 mils) NOTE: Use this finish for all hardwood trim, doors, millwork, etc., noted to have transparent finish. INTERIOR WOODWORK - Cabinet Interiors not exposed to view One Coat #2186 Lacquer Clear Gloss DRYWALL CONSTRUCTION (Gypsum Board): First Coat: Kelly -Moore Super Latex Flatwall Finish #550 Second Coat: Kelly -Moore Acry-Plex Latex Eggshell Enamel #1640 NOTE: Use this finish at all exposed gypsum board. All taped and floated joints shall be spot primed with Vapex wall primer. Before painting, provide a uniform texture, approved by Architect, over the entire surface. PIPES, MECHANICAL AND ELECTRICAL EQUIPMENT - ENAMEL FINISH Finish in accordance with specifications for Interior Galvanized Metal and Interior Metal. INTERIOR MASONRY SURFACES: First Coat: Kelly -Moore High Hide Vinyl Wall Sealer #970 (MWF 3.2 mils) Second Coat: Kelly -Moore Kel Cote Alkyd Semi -Gloss Enamel #1630 (MWF 3.6 mils) EXTERIOR STUCCO SURFACES: First & Second Coats: Kelly -Moore #1128 Acrylic Smooth Elastemeric Coating END OF SECTION COL - Reno Muni Square RR 09900 - 5 J21518 SECTION 09941 MULTI -COLOR WALL FINISH PART 1 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General Conditions, Division 01 - General Requirements, and other applicable specification sections in the Project Manual apply to the work specified in this Section. 1.02 SUMMARY A. Scope: Provide labor, material, equipment, related services, and supervision required, including, but not limited to, manufacturing, fabrication, erection, and application for multi -color wall finishes as required for the complete performance of the work, and as shown on the Drawings and as herein specified. Provide a water -based single component multi -color finish in a single can that shall be spray - applied. Product shall meet or exceed applicable LEED standards, and shall meet or exceed values indicated in the Performance Paragraph. Product shall contain anti -microbial product that shall fight mold and mildew build-up on the dried paint film. B. Related Sections: Related sections include, but shall not be limited to, the following: Section 09 90 00 - Painting. 1.03 REFERENCES A. General: The publications listed below form a part of this Specification to the extent referenced. The publications are referred to in the text by the basic designation only. The edition/revision of the referenced publications shall be the latest date as of the date of the Contract Documents, unless otherwise specified. B. ASTM (ASTM) 1. ASTM D 56, "Standard Test Method for Flash Point by Tag Closed Tester." 2. ASTM D 522, "Standard Test Methods for Mandrel Bend Test of Attached Organic Coatings." 3. ASTM D 523, "Standard Test Method for Specular Gloss." 4. ASTM D 1308, "Standard Test Method for Effect of Household Chemicals on Clear and Pigmented Organic Finishes." 5. ASTM D 1653, "Standard Test Methods for Water Vapor Transmission of Organic Coating Films." 6. ASTM D 2486, "Standard Test Method for Scrub Resistance of Interior Latex Flat Wall Paints." 7. ASTM D 2574, "Standard Test Method for Resistance of Emulsion Paints in the Container to Attack by Microorganisms." 8. ASTM D 2794, "Standard Test Method for Resistance of Organic Coatings to the Effects of Rapid Deformation (Impact)." 9. ASTM D 3273, "Standard Test Method for Resistance to Growth of Mold on the Surface of Interior Coatings in an Environmental Chamber." 10. ASTM D 3359, "Standard Test Method for Measuring Adhesion by Tape Test." 11. ASTM D 3363, "Standard Test Method for Film Hardness by Pencil Test." 12. ASTM D 3456, "Standard Practice for Determining by Exterior Exposure Tests the Susceptibility of Paint Films to Microbiological Attack." COL - Reno Muni Square RR 09941 - 1 J21518 13. ASTM D 3960, "Standard Practice for Determining Volatile Organic Compound (VOC) Content of Paints and Related Coatings." 14. ASTM D 4060, "Standard Test Method for Abrasion Resistance of Organic Coatings by the Taber Abraser." 15. ASTM E 84, "Standard Test Method for Surface Burning Characteristics of Building Materials." 16. ASTM G 53, "Standard Practice for Operating Light- and Water -Exposure Apparatus (Fluorescent UV - Condensation Type) for Exposure of Non -Metallic Materials." C. Federal Standards (Fed. Std.): Fed. Std. 141, "Paint, Varnish, Lacquer and related materials: Methods of Inspection, Sampling and Testing." D. South Coast Air Quality Management District (SCAQMD): SCAQMD Rule #1168, "Adhesive and Sealant Applications," including most recent amendments. E. SSPC: The Society for Protective Coatings (SSPC): SSPC SP-3, "Surface Preparation Specification No. 3, Power Tool Cleaning." 1.04 SYSTEM DESCRIPTION A. Performance: 1. Abrasion Resistance: 101 mg loss/1000 cycles/1000 gram weight, ASTM D 4060. 2. Accelerated Weathering: 500 hours, no chalking or change in film integrity, very good color retention, excellent water resistance, ASTM G 53. 3. Adhesion Over Primed Surfaces: Good adhesion, ASTM D 3359. 4. Bacterial Resistance: No growth, ASTM D 3456. 5. Continuous Color: Complete integration of color particles within and throughout the paint finish. 6. Coverage: Up to 135 square feet per gallon (3.2 square meters per liter) to 150 square feet per gallon (3.6 square meters per liter) depending upon surface porosity, surface texture and method of application. 7. Fire Rating: Coating shall be Class A fire -rated, ASTM E 84. 8. Flashpoint: D.O.T., not regulated; OSHA, not regulated; ASTM D 56. 9. Flexibility Test: No cracking of film when bent around a 1/8 inch (3 mm) mandrel, ASTM D 522. 10. Hardness, Pencil: HB, ASTM D 3363. 11. Impact Resistance: Pass, 60 lbs. in, no visible cracking (over bonderite steel panel), ASTM D 2794. 12. Lifting: Can be re -coated, painted or covered with sheet goods without stripping, Fed. Std. 141, Method 6252. 13. Mildew and Fungal Resistance: No growth, ASTM D 3273. 14. Permeability: 7.5 perms to 11.4 perms (with 100 percent acrylic primer), ASTM D 1653. 15. Resistance of Emulsion Paint in the Container to Attack by Micro -Organism: No growth, ASTM D 2574. 16. Resistance to Common Cleaners and Disinfectants: Including soapy water, liquid cleansers, mild abrasive cleansers, 70 percent isopropyl alcohol solutions, film not affected, ASTM D 1308. 17. Scrubability: 3180 cycles (to system failure), ASTM D 2486. 18. Specular Gloss: Maximum of 10 at 60 degrees, ASTM D 523. 19. Stain Resistance: Resistant to mustard, catsup, butter, orange juice, soda, vegetable oil, acetic acid, gasoline, motor oil, and betadine, ASTM D 1308. 20. VOC: Less than 60 grams/liter (water -based acrylic formula), ASTM D 3960. 21. Washability of Paints: No change in specular gloss, Fed. Std. 141, Method 6141. COL - Reno Muni Square RR 09941 - 2 J21518 1.05 SUBMITTALS A. General: See Section 01 33 00 - Submittal Procedures. B. Product Data: Submit product data showing material proposed. Submit sufficient information to determine compliance with the Drawings and Specifications. Product data shall include, but shall not be limited to, manufacturer's product data and application instructions. C. Samples: Color Samples: Submit two samples of each color (5 inches by 8 inches). Control Samples: Submit a spray -out with each batch of finish coat to demonstrate that batches match approved samples. D. Quality Control Submittals: Submit letter from manufacturer stating that applicator has completed manufacturer's training program. 1.06 QUALITY ASSURANCE A. Qualifications: Manufacturer Qualifications: Manufacturer shall be a firm engaged in the manufacture of multi- color wall finish of types and sizes required, and whose products have been in satisfactory use in similar service for a minimum of five years. a. Manufacturer to certify they make all materials in this Section. b. All materials within special coatings section including, but not limited to, finishes, and primers shall be supplied by one manufacturer. Contact Zolatone or your local Zolatone representative for names of trained applicators in your Project area. Applicator Qualifications: Applicator shall be a firm that shall have a minimum of three years of successful applications experience with projects utilizing multi -color wall finish similar in type and scope to that required for this Project and shall be approved by the manufacturer. a. Applicator shall certify in writing that technicians utilized for work in this Section have been trained by the manufacturer or its representative. b. Applicator shall include in his certification that specialized equipment as required by the manufacturer shall be used for work in this Section. B. Regulatory Requirements: Comply with applicable requirements of the laws, codes, ordinances, and regulations of Federal, State, and local authorities having jurisdiction. Obtain necessary approvals from such authorities. C. Fire Ratings: Provide Class A fire hazard classification, test procedure ASTM E 84. D. Mock -Ups: Prior to application of the work, fabricate and erect mock-ups for each type of finish and application required to verify selections made under sample submittals and to demonstrate aesthetic effects as well as qualities of materials and execution. Build mock-ups to comply with the following requirements, using materials indicated for final unit of work. Mock-ups are recommended so that full- size field samples can be approved for aesthetic control. Minimum 100 square foot (9.3 square meter) mock-up application of specified coating system on each type of surface. Provide separate mock-up for each color blend. Upon acceptance by the Architect, mock-ups shall serve as standard for the work. Mock-up shall remain as part of the completed Project. COL - Reno Muni Square RR 09941 - 3 J21518 E. Pre -Application Conference: Conduct pre -application conference in accordance with Section 01 31 19 - Project Meetings. Prior to commencing the application, meet at the Project site to review the material selections, application procedures, and coordination with other trades. Mock-ups shall be reviewed during the pre -application conference. Pre -application conference shall include, but shall not be limited to, the Contractor, the Applicator, manufacturer's representatives, and any trade that requires coordination with the work. Date and time of the pre -application conference shall be acceptable to the Owner and the Architect. 1.07 DELIVERY, STORAGE, AND HANDLING A. Deliver materials in their original, unopened containers bearing manufacturer's labels. B. Provide fire extinguisher in storage area. Do not leave containers open. Remove empty cans and rags with oil or solvent from building every day. C. Store between 50 degrees F (10 degrees C) and 85 degrees F (29 degrees Q. Protect from freezing. 1.08 PROJECT CONDITIONS A. Apply coating under following conditions: Temperature of air and substrate is between 50 degrees F (10 degrees C) and 85 degrees F (29 degrees Q. Temperature of substrate is above dew point. Substrate is dry to touch. B. Protect surfaces not to be coated. C. Provide adequate illumination. D. Provide adequate fresh air and ventilation during application. 1.09 MAINTENANCE MATERIALS A. General: Provide two sheets of finishes "FastFix" samples for each color blend used. B. Maintenance Manual: Submit fully equipped manufacturer maintenance manual for the Owner's records. Manual can be obtained from local manufacturer representative. C. Extra Stock: Provide five gallons of each color blend used. Provide in sealed, labeled containers. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Basis of Design: Products specified are those as manufactured by Master Coating Technologies. Items specified are to establish a standard of quality for design, function, materials, and appearance. Equivalent products by listed manufacturers are acceptable. The Architect will be the sole judge of the basis of what is equivalent. COL - Reno Muni Square RR 09941 - 4 J21518 2.02 MATERIALS A. Low -Emitting Materials: Use adhesives, sealants, paints, coatings, etc., that comply with the specified limits for VOC content when calculated according to SCAQMD Rule #1168. See LEED Green Building Rating System for VOC content limits. B. Primers, Sealers, and Fillers: Provide primers recommended by manufacturer for substrates. Do not tint primers. Provide white only. 1. Gypsum Board Primer: a. Basis of Design: "SP203 Acrylic Drywall Primer," Master Coating Technologies. 2. Block Filler: a. Basis of Design: "SP206 High Solids Block Filler," Master Coating Technologies. 3. Water Base Primer: a. Basis of Design: "SP97 Multi -Purpose Waterbase Primer," Master Coating Technologies. 4. Stain Blocker: a. Basis of Design: "SP235 Stain Blocker," Master Coating Technologies. C. Intermediate and Finish Coats: Finish shall be ready mixed; no tinting shall be required. Basis of Design: "Polomyx Airless," Master Coating Technologies. Color: As per notation on plans 2.03 EQUIPMENT: Equipment is available from your local equipment supplier. A. Use airless spray equipment only. Apply with equipment recommended by coating manufacturer. Utilize tips and hoses appropriate to selected units, per manufacturer's instructions. Remove filters and screens. Set spray pressures to match specified look. See manufacturer's application guidelines or contact the local manufacturer's representative for more details. PART 3 EXECUTION 3.01 EXAMINATION A. Verification of Conditions: Examine areas and conditions under which the work is to be applied, and notify the Contractor in writing, with a copy to the Owner and the Architect, of any conditions detrimental to the proper and timely completion of the work. Do not proceed with the work until unsatisfactory conditions have been corrected. Verify that substrates are ready to receive work of this Section and are in accordance with coating manufacturer's requirements. Report any conditions that would adversely affect the appearance or performance of the coating systems. Beginning of the work shall indicate acceptance of the areas and conditions as satisfactory by the Applicator. COL - Reno Muni Square RR 09941 - 5 J21518 3.02 SURFACE PREPARATION: Coordinate preparation with other applicable specification sections. A. General: Protection: Prior to surface preparation and application operations, completely mask, remove, or otherwise protect hardware, accessories, plates, lighting fixtures, floors, and similar items in contact with or in the vicinity of coating surfaces, but not scheduled to receive special coating. Protect and store removed items. Re -install items after completion of coating application. Cleaning: Before applying special coating, thoroughly clean surfaces involved. Surfaces shall be clean, dry, and adequately protected from dampness. Surfaces shall be smooth, even and true to place, and free of any foreign material which will adversely affect adhesion or appearance of applied coating. Moisture Levels: Gypsum board, plaster, concrete, and masonry surfaces shall be tested with moisture testing device before coating is applied. No coating shall be applied when moisture content exceeds 12 percent, except as may be required by the manufacturer of the coating materials used. Mildew: Mildew shall be removed and neutralized. pH: pH of surface to be coated shall be under 10. Priming: Provide recommended primers for surfaces to receive special coating. The Contractor shall sand and re -prime all abrasions and damage spots in the surface of the primer before proceeding with subsequent finish coat. B. Concrete: Remove high spots, fill holes, and clean surfaces as specified in Section 03 30 00 - Cast -In - Place Concrete. Cure 28 days minimum before application of coating. C. Masonry: Tool joints and clean surfaces as specified in Section 04 20 00 - Unit Masonry. Rinse off cleaning solutions and allow surface to dry. Cure mortar 28 days minimum before application of coating. D. Ferrous Metals: Remove rust and mill scale. Shop -coated, unprimed, or damaged areas shall be cleaned to meet the requirements of the SSPC SP-3 and primed in accordance with these recommendations. Wire brush or sand damaged or rusted areas to bright metal. Remove grease and other foreign materials with mineral spirits. Touch-up damaged areas of shop primer. E. Non -Ferrous Metals: Clean with lacquer thinner. F. Wood: Sand smooth and free of marks. Wash sap spots and knots with mineral spirits. When dry, cover spots and knots with two coats of shellac. G. Plaster: Cure 28 days minimum before application of coating. H. Gypsum Board: Apply joint tape and compound to joints, fastener heads, dents, and surface flaws as specified in Section 09 29 00 -Gypsum Board. Prepare surface to a minimum Level 3 gypsum board finish. Use acrylic joint compound, lightweight muds may cause joint problems. Sand smooth and flush with adjacent surfaces. Prepare surface of moisture -resistant board to a minimum Level 3 gypsum board finish. Surface shall be completely primed with manufacturer's recommended stain blocker before general priming. Prepare surface of impact -resistant board to a minimum Level 3 gypsum board finish. Surface shall be completely primed with manufacturer's recommended stain blocker before general priming. I. Ceramic Tile: Clean tile and remove mildew. Scuff sand, apply manufacturer's recommended primer. Vinyl Wall Coverings: Verify that seams are laid down and firmly adhered. Prime with manufacturer's recommended primer. Check for intercoat adhesion and plastizer migration prior to applying topcoat. COL - Reno Muni Square RR 09941 - 6 J21518 K. Previously Painted Surfaces: Thoroughly clean and dry surface to be re -coated. Sand lightly and remove sanding dust. Prime entire wall surface with manufacturer's recommended stain blocker before general priming. For other substrates, contact Zolatone for preparation recommendations. This product is not recommended for exterior surfaces, floors, and surfaces subject to frequent water contact. 3.03 APPLICATION A. Follow manufacturer's recommendations and instructions carefully regarding special coating product so as to provide the best quality work. B. Equipment shall be kept clean and in proper working condition to provide best quality work as intended by this Section. C. Materials shall be applied under adequate illumination, evenly spread, and smoothly applied, free of runs, sags, holidays, lap marks, air bubbles, and pinholes to assure a smooth finish. D. Suction or hot spots shall be spot -primed prior to general priming. E. Apply as many primer coats as necessary to produce a white uniform substrate appearance. Do not exceed manufacturer's recommended coverage rate. Allow individual coats to dry prior to application of subsequent coats. Over gypsum board, back -roll primer if airless applied. Select applicable material(s) below. F. Over gypsum board, sand primer with 100 grit or finer sandpaper. Remove dust. G. Apply special coating using one-step, cross -hatch spray technique. Overlap passes to the wall by 50 percent. Maintain constant pressure. Slight variations in pattern and texture are normal for multi -color coatings. H. Apply multicolor finish to "FastFix" sheets as well as the specified substrate. Insert finished sheets into manufacturer's maintenance manual or job close out package. Should any coat of coating be deemed unsatisfactory, it shall be sanded and additional coats applied. 3.04 INSPECTION A. Request acceptance of each coat before applying succeeding coats. B. Touch-up and repair work that is not acceptable to the Architect and request final acceptance. 3.05 CLEANING A. Remove paint spatters from adjoining surfaces. B. Repair any damage to coatings or surfaces caused by cleaning operations. C. Remove debris from job site and leave storage area clean. 3.06 PROTECTION A. Provide final protection and maintain conditions in a manner acceptable to the Applicator, that shall ensure that the multi -color wall finishes shall be without damage at time of Substantial Completion. COL - Reno Muni Square RR 09941 - 7 J21518 3.07 REPAIR/MAINTENANCE A. Maintenance: 1. When necessary, the surface can be washed down with a mild solution of detergent and water (this shall be done when film of dust, dirt, or smoke appears on surface). 2. Stubborn stains can be removed with mild (bleach -free) abrasive cleanser or 70 percent isopropyl alcohol solutions with intermittent rinsing. B. Necessary Equipment: 1. Finished sheets of "FastFix." 2. An option to the contractor specification shall be to provide single gallons of each color for future repairs. 3. Appropriate airless equipment as recommended by the manufacturer. 4. For repairs utilize airless equipment used in original application. C. Surface Preparation: 1. Make sure area to be repaired is spackled. Use acrylic spackle, lightweight muds may cause porosity differences on the wall. Sand smooth and level. 2. Spot prime with recommended white primer. D. Repair Procedure: 1. Apply self -adhering "FastFix" patch(es) for temporary repair of damaged surface(s). 2. For spray -applied spot repairs set pressure on compressor to 50 psi. Turn control knob on the spray gun clockwise for sheer, then counter -clockwise for pattern step. Carefully sheer area and blend it into the surrounding surface. Allow sheer to tack dry. Set pressure on compressor to approximately 30 psi. Lower pressure will make larger flecks, higher pressure will make smaller flecks. Adjust accordingly to match existing surface. 3.08 PAINTING SCHEDULE A. Interior: As indicated on schedules. 1. Miscellaneous and Ferrous Metals: a. Primer: Ferrous metal primer. b. Second Coat: "Polomyx Airless," Master Coating Technologies. 2. Wood: a. Primer: "SP235 Stain Blocker," (two coats) Master Coating Technologies. b. Second Coat: "Polomyx Airless," Master Coating Technologies. 3. Gypsum Board and Plaster: a. Primer: "SP203 Acrylic Drywall Primer," (until uniformly white in color and sealed; may require two coats depending on substrate; back -roll if airless applied) Master Coating Technologies. b. Second Coat: "Polomyx Airless," Master Coating Technologies. 4. Moisture -Resistant Gypsum Board: COL - Reno Muni Square RR 09941 - 8 J21518 a. Primer: "SP235 Stain Blocker," Master Coating Technologies. b. Second Coat: "SP203 Acrylic Drywall Primer," Master Coating Technologies. C. Third Coat: "Polomyx Airless," Master Coating Technologies. 5. Concrete and Masonry (Unfilled): a. Primer: "SP203 Acrylic Drywall Primer," Master Coating Technologies. b. Second Coat: "Polomyx Airless," Master Coating Technologies. 6. Concrete and Masonry (Filled): a. Primer: "SP203 Acrylic Drywall Primer," Master Coating Technologies. b. Optional Second Coat (for a Sealed Surface): "SP235 Stain Blocker," Master Coating Technologies. C. Second or Third Coat: "Polomyx Airless," Master Coating Technologies. 7. Glazed Block, Ceramic Tile, Masonite, MDF, Fiberglass, Glass, Galvanized Metals, Aluminum, Laminate, Epoxys, and Urethanes: a. Primer: "SP97 Multi -Purpose Waterbase Primer," Master Coating Technologies. b. Second Coat: "Polomyx Airless," Master Coating Technologies. 8. Vinyl Wall Coverings: a. Primer: "SP97 Multi -Purpose Waterbase Primer" or "SP203 Acrylic Drywall Primer," Master Coating Technologies. b. Second Coat: "Polomyx Airless," Master Coating Technologies. 9. Previously Painted Surfaces: a. Primer: "SP235 Stain Blocker," Master Coating Technologies. b. Second Coat: "SP203 Acrylic Drywall Prime," Master Coating Technologies. C. Third Coat: "Polomyx Airless," Master Coating Technologies. 10. Glazed Block / Tile: a. Surface Prep: Clean with Multi -purpose cleaner and/or Solvent Wash with Lacquer Thinner to remove Surface contaminants. b. Prime Coat: XIM 400W Bonding Primer NOTE: Repair cracks and minor imperfections in substrate prior to intermediate coat. C. Intermediate Coat: B30W00251 — ProMar® 200 Interior Latex Flat. NOTE: Tint PM200 Flat/Intermediate coat to main background color in Multi -Spec Fine Fleck Color. d. 2 Coats Multicolor: Multi Color Fine Fleck Coating NOTE: Multicolor coating must be applied with dual regulated conventional spray equipment. Adjust pressure and material to match approved sample. e. 2 Coats Multi -Spec: MCT Clear Coat Low Sheen END OF SECTION COL - Reno Muni Square RR 09941 - 9 J21518 SECTION 10600 - TOILET PARTITIONS PART 1 - GENERAL 1.01 NOTE: Conform with the applicable provisions of the General Conditions, Special General Conditions, General Requirements and Supplementary General Conditions. 1.02 SCOPE: The extent of toilet partition work is shown on the drawings. 1.03 TYPES: The types of toilet partitions required include the following: A. Plastic Laminate floor mounted partitions. B. Plastic Laminate wall mounted screens. 1.04 RELATED WORK SPECIFIED ELSEWHERE: Toilet Accessories - Section 10800 1.05 FIELD MEASUREMENTS: Verify dimensions by field measurements prior to preparation of shop drawings and fabrication wherever possible, without delaying work. 1.06 INSERTS AND ANCHORAGES: Furnish inserts and anchorages which must be built into other work for installation of toilet partitions and related work; coordinate delivery with other work to avoid delay. 1.07 MANUFACTURER: Provide plastic laminate toilet partitions produced by one of the following manufacturers: 1. Ampco Southwest 2. Accurate Partitions Corp. 3. General Partitions 4. Bradley Corp. 5. Bobrick Washroom Equipment, Inc 1.08 PRODUCT DATA: Submit manufacturer's detailed technical data for materials, fabrication, and installation, including catalog cuts of anchors, hardware, fastenings, and accessories. 1.09 SHOP DRAWINGS: Submit shop drawings for the fabrication and erection of toilet partitions assemblies which are not fully described by the manufacturer's data. 1.10 SAMPLES: Submit full range of color samples for each type of toilet partition required. Prepare samples of each color and finish on the same substrate to be used in work. PART 2-PRODUCTS 2.01 GENERAL: Provide materials which have been selected for surface flatness and smoothness. Exposed surfaces which exhibit pitting, seam marks, roller marks, stains, discolorations, telegraphing of core material, or other imperfections on finished units are not acceptable. 2.02 PLASTIC LAMINATE PARTITIONS: A. Doors and Panels: Shall be 1" thick, constructed of a sandwich of laminated plastic bonded to a solid particle board core by an evenly distributed continuous application of pressure and heat. The laminate shall be a high pressure general purpose grade conforming to NEDA standards. Core material shall be 3 ply, 45 lb. density particle board. All edges shall be neatly trimmed in flush, straight line joints. Plastic COL - Reno Muni Square RR 10600 - 1 J21518 laminate color will be: Wilsonart premium laminate, Satin Stainless 4830 K-18 with linearity finish with Aeon. B. Pilasters: Shall be of 1-1/4" thickness, and of same construction and finishes as doors and panels. C. Pilaster Shoes: Shall be 3" high polished 20 ga. stainless steel, of one piece construction. Shoe assemblies to have concealed hold-down anchor clips. D. Stirrup Brackets: Wall connection brackets for panels and pilasters shall be extruded anodized aluminum, or chromium -plated non-ferrous cast alloy ("Zamac"). E. Hardware and Accessories: Shall be heavy-duty chromium -plated, non-ferrous cast alloy ("Zamac"). F. Overhead Bracing: Shall be "anti -grip" continuous extruded anodized aluminum tubing, with necessary fittings. G. Anchorages and Fasteners: Manufacturer's standard exposed fasteners of stainless steel, chromium -plated steel, or brass finished to match hardware, with theft -resistant type heads and nuts. For concealed anchors, use hot -dip galvanized, cadium-plated, or other rust -resistant protective -coated steel. H. Fabrication - General: Furnish standard doors, panels, screens, and pilasters fabricated for partition system, unless otherwise indicated. Furnish units with cutouts, drilled holes, and internal reinforcement to receive partition mounted hardware, accessories, and grab bars, as indicated. I. Door Dimensions: Unless otherwise indicated, furnish 24" wide in swinging doors for ordinary toilet stalls and 36" wide (clear opening) out swinging doors at stalls equipped for use by handicapped. Overhead -braced Pilasters: Furnish galvanized steel supports and leveling bolts at pilasters, as recommended by manufacturer to suit floor conditions. Make provisions for setting and securing continuous aluminum overhead bracing tube at top of each pilaster. Furnish shoe at each pilaster to conceal supports and leveling mechanism. K. Floor -supported Overhead -braced Screens: Size as indicated, of same construction and finish as toilet compartment panels and pilasters. Furnish wall brackets and pilaster base anchorages and shoes to match compartment units. L. Hardware: Furnish hardware for each compartment in partition system, as follows: Hinges: Concealed universal type gravity hinges. Lower hinge recessed in door shall operate on opposing nylon cams. Upper hinge shall operate with pin in a nylon bushing anchored above and below the hinge bracket. Latch and Keeper: Surface -mounted latch unit, which permits access to the compartment in case of an emergency. Coat Hook: Combination hook and rubber -tipped bumper. Door Pull: Manufacturer's standard unit. PART 3 - EXECUTION 3.01 INSPECTION: Installer must examine areas and conditions under which toilet partitions and related items are to be installed, and must notify Contractor in writing of conditions detrimental to proper and timely completion to work. Do not proceed with work until unsatisfactory conditions have been corrected in manner acceptable to installer. 3.02 INSTALLATION - GENERAL: Comply with manufacturer's recommended procedures and installation sequence. Install partitions rigid, straight, plumb, and level. Provide clearances of not more than 1/2" between pilasters and panels, and not more than 1" between panels and walls. Secure panels to walls and pilasters with not less than two stirrup brackets attached near top and bottom of panel. 3.03 FLOOR ANCHORED SERIES: To have 12 ga. '/2" x 1" steel channel welded to 3/8" x 1" chromate plated steel bar. Stile shoe shall be one piece, 4" high, type-304,22 gauge stainless steel with satin finish. Top shall have 90 degree return to stile. COL - Reno Muni Square RR 10600 - 2 J21518 3.04 HARDWARE ADJUSTMENT: Adjust and lubricate hardware for proper operation. Set hinges on inswinging doors to hold open approximately 30 degrees from closed position when unlatched. Set hinges on outswinging doors to return to fully closed position. 3.05 CLEANING: Clean exposed surface of partition systems using materials and methods recommended by manufacturer, and provide protection as necessary to prevent damage during remainder of construction period. END OF SECTION COL - Reno Muni Square RR 10600 - 3 J21518 SECTION 10800 - TOILET ACCESSORIES PART 1 - GENERAL 1.01 DESCRIPTION OF WORK: Purchase and installation of toilet accessories where scheduled. Also relocation of existing accessories as noted. 1.02 RELATED DOCUMENTS: Conform with the applicable provisions of the General Conditions, Special Conditions, General Requirements and Supplementary General Conditions. 1.03 RELATED WORK SPECIFIED ELSEWHERE: Toilet Partitions and Grab Bars - Section 10600 1.04 REFERENCES: ASTM A167 - Stainless and Heat Resisting Chromium -Nickel Steel Plate, Sheet and Strip. 1.05 SUBMITTALS: A. Submit complete manufacturer's catalog cuts and data sheets, part list, and installation requirements for each accessory item specified. 1.06 DELIVERY, STORAGE AND HANDLING: A. Owner to furnish to the Contractor number of accessories required for each toilet and lavatory location. 1.07 PROTECTION: A. Protect adjacent or adjoining finished surfaces and work from damage during installation of work of this Section. 1.08 INSERTS AND ANCHORAGES: Furnish inserts and anchoring devices for the installation of toilet accessories. 1.09 ACCESSORY LOCATIONS: Coordinate accessory locations with other work to avoid interference and to assure proper operation and servicing of accessory units. 1.10 WARRANTY: Contractor shall warrant installation for one year from date of final acceptance of facility. PART2-PRODUCTS 2.01 GENERAL: Proprietary references are give only to serve as a guideline for establishing type, style and quality of accessories required for this product. Other accessories will be considered provided same are, in the opinion of the Architect, equal in weight, finish, size, appearance and dispense same type of goods or services. 2.02 ACCEPTABLE MANUFACTURERS: Bobrick Washroom Equipment Inc. American Specialties, Inc. Bradley Corporation McKinney Manufacturing Co. 2.03 TOILET ACCESSORIES SCHEDULE: Accessories scheduled shall be equal to those manufactured by Bobrick Washroom Equipment, Inc. COL - Reno Muni Square RR 10800 - 1 J21518 2.04 TOILET ACCESSORY LOCATIONS: A. Mirror 18" x 36" located at above each lavatory as noted Bobrick B-165 1836 B. Grab Bars 36" and 42"one set at each toilet stall location noted on the plan Bobrick B-6806.99 x 36 & B-6806.99 x 42 (use two 36" grab bars at the alternate stall) C. Toilet Paper Holder at the HC toilet stalls only a Bobrick B-273 D. Hat or Coat Hook - install one on the interior side of each toilet stall door a Bobrick B-682 E. Sanitary Napkin Disposal - Surface mount at each women's toilet stall a Bobrick B-270 2.05 Verify locations and mounting heights of all accessories prior to installation. Verify all mounting heights with TAS required heights. PART 3 - EXECUTION 3.01 INSPECTION: A. Installer must examine the areas and conditions under which toilet accessories are to be installed and notify the Contractor of conditions detrimental to the proper and timely completion of the work. B. Check openings scheduled to receive recessed units for correct dimensions, plumbness of blocking or frames, and other conditions that would affect installation of accessories. C. Check areas to receive surface mounted units for conditions that would affect quality execution of work. D. Verify spacing of plumbing fixtures and toilet partitions that affect installation of accessories. E. Do not begin installation of washroom accessories until openings and surfaces are acceptable. 3.02 INSTALLATION: A. Accessories shall be located as indicated on the drawings or as directed by the Architect. Installation shall be in accordance with the manufacturer's instructions for each item and type of substrate construction. B. All accessories shall be mounted with non -rusting, theft -resistant fastenings. Use concealed fastenings wherever possible. Exposed mounting devices and fasteners shall be non-ferrous, non -rustling, and finished to match accessories. C. All mounting heights to meet handicapped accessibility requirement. Verify heights before installation with Architect. D. Grab bar installation shall be per TAS requirements and mounting heights. Provide blocking at all grab bar locations E. Framed Mirror Units: Installations shall be per ADA requirements and mounting heights. Install mirrors per manufactures recommendations elevations for a complete vandal resistant mounting attachments. 3.03 TAS INSTALLATION REQUIREMENTS A. The General Contractor shall research all mounting requirements for accessories and controls. Any items not in TAS compliance shall be removed and remounted without any cost to owner. 3.04 ADJUST AND CLEAN: A. Adjust toilet accessories for proper operation and verify that mechanisms function smoothly. B. Clean and polish all exposed surfaces after removing protective coatings. C. Deliver keys and instruction sheets to Owner. END OF SECTION COL - Reno Muni Square RR 10800 - 2 J21518 CONSULTANTS' PROFESSIONAL RESPONSIBILITY The specifications sections to be authenticated by my seal and signature are limited to the following: DIVISION 15 - MECHANICAL SECTION 15010 GENERAL MECHANICAL PROVISIONS 6 SECTION 15020 TESTING I SECTION 15060 PIPING 3 SECTION 15250 INSULATION I SECTION 15400 PLUMBING 2 By: Carl W. Wampler, P.E. BSA Consulting Engineers, PLLC Texas Firm Registration No. F-4415 License No. 97056 %001 9.28-/s COL — Reno Muni Square RR Mechanical Table of Contents - I J21518 SECTION 15020 - TESTING PART 1 - GENERAL 1.01 DESCRIPTION A. Provide specified testing and testing as required by governing authorities. 1.02 RELATED DOCUMENTS A. Refer to other applicable clauses and regulations for other requirements. PART 2-PRODUCTS 2.01 SUBMITTAL A. All submittal required by this section shall be submitted in accordance with Section 01300. B. Submit a certificate signed by the job superintendent certifying that all tests have been satisfactorily completed. PART 3 - EXECUTION 3.01 MECHANICAL SYSTEMS A. All testing required under the contract of the plumbing contractor shall be approved by the Engineer before acceptance. Soil or waste piping located underground shall be tested before backfilling. Provide the necessary valves for cutting off existing work not to be tested. B. The contractor shall perform the various tests as specified and as required by State and Local Authorities. The Contractor shall furnish all fuel and materials necessary for making tests. C. Any leaks or defective material found shall be repaired and replaced, and tests shall be repeated until no further leaks or defects are indicated. D. Drainage System: The entire drainage and venting system shall have all necessary openings plugged to permit the entire system to be filled with water to the level of the highest vent stack without showing a drop of greater than four inches (4"). Where a portion of the system is to be tested, the test shall be conducted in the same manner as described for the entire system, except that a vertical stack ten feet (10') above the highest horizontal line to be tested may be installed and filled with water to maintain sufficient pressure, or a pump may be used to supply the required pressure. The pressure shall be maintained for four (4) hours. E. All Domestic Hot and Cold Water System: Upon completion of any part of the roughing -in and setting of fixtures, the entire hot and cold water piping system shall be tested at a hydrostatic pressure of not less than 100 lbs. per square inch gauge, stand proof tight at this pressure for not less than eight (8) hours. Each particular part of the hot and cold water system shall be tested as above specified. END OF SECTION 15020 COL — Reno Muni Square RR 15020-1 J21518 SECTION 15060 - PIPING PART 1-GENERAL 1.01 DESCRIPTION A. This contract shall include the furnishing and installation of all labor and material necessary to complete all plumbing as shown on the drawings and as herein specified. 1.02 RELATED DOCUMENTS A. Refer to other applicable clauses and regulations for other requirements. 1.03 SUBMITTAL A. All submittal required by this section shall be submitted in accordance with Section 01300. B. Submit manufacturer's data for approval on all materials to be furnished as part of this project. PART 2-PRODUCTS 2.01 PIPING GENERALLY A. Type of piping for the various systems shall be as specified under specific headings. B. Pipe ends shall be square cut. Ends of pipes shall be reamed and shall be wiped clean to remove cuttings. Before installation, pipe shall be stood on end and rapped sharply to remove cuttings and other foreign material from interior. Pipe shall be thoroughly cleaned inside and outside. C. Screwed joints shall be made with best linseed oil and graphite or "Jointite" used on male threads only. Omit compound on two (2) end starting threads. D. Pipe shall be accurately cut to fit. Bending or springing of pipe will not be permitted. E. The various service pipes, valves, fittings, etc., running parallel with each other and near together shall be in line with each other and shall be kept a sufficient distance from each other and other work, to permit not less than 1/2" between finished coverings on the different services. F. No unions are to be placed in any pipe in a location which will be inaccessible after completion of the building unless so shown on drawings or specified. Unions must be installed on each side of all special valves, regulators, etc., and one (1) side of all check valves, thermostatic traps, and at all pieces of equipment such as pumps, condensers, tanks, etc., so that such equipment may be readily disconnected. G. Each Contractor shall furnish all foundations, structural or pipe supports indicated or called for specifically, or that may be required to support his particular equipment and material, unless hangers are definitely indicated as being furnished by others. All horizontal runs of piping shall be securely supported by pipe hangers spaced not more than 10' apart, and closer when necessary to prevent sagging. Soil pipe shall be supported every 5'. H. Perforated strap hangers will not be allowed for any part of hangers. I. Swing joints, offsets, and anchors shall be provided in piping where required to provide for and control expansion or contraction of pipe. J. All piping, except waste piping, shall be installed above finished first floor slab, unless otherwise noted on the Drawings. 2.02 MATERIALS A. Locations for various kinds of pipe materials shall be in accordance with the schedule following: 1. Plastic DWV pipe and fittings: a. Sanitary drainage piping unless designated otherwise. b. Aboveground vent and drainage piping. 2. Type L hard drawn copper with brass solder fittings: a. Aboveground domestic water piping within the building 4" and smaller in size. COL — Reno Muni Square RR 15060-1 J21518 Drainage pipe where shown on the drawings. PART 3 - EXECUTION 3.01 COPPER WATER PIPING A. Pipe and tubing shall be cut accurately to measurements established at the building by the Contractor and shall be worked into place without springing or forcing. Care shall be taken not to weaken the structural portions of the building. Piping aboveground shall be run parallel with the lines of the building unless otherwise shown or noted on the drawings. Branches from service lines may be taken off top of main, bottom of main, or side of main, using such crossover fittings as may be required by structural or installation conditions. Service pipes, valves, and fittings shall be kept a sufficient distance from other work and not less than 1/2" between finished coverings on the different services. No water piping shall be buried in floors unless specifically indicated on the drawings or approved. Changes in sizes shall be made with reducing fittings. The use of long screws and bushing will not be permitted. Where contractor connects copper to galvanized steel piping or hot water heaters, furnish and install insulating couplings. B. Drains indicated on the drawings in connection with the water distribution system shall be 1/2" brass plugs. Additional drains shall be installed at low points on the hot-water and cold -water piping, and all piping shall grade down to the drains. C. Allowance shall be made throughout for expansion and contraction or tubing. Horizontal runs of tubing over 50' in length shall be anchored to the wall or to the supporting construction about midway on the run to force expansion, evenly divided, toward the ends. D. Air chambers shall be provided on both hot and cold supplies near each faucet or control valve, as applicable, and where not definitely shown on the drawings shall consist of a 12" length of tubing of the same diameter as the branch supply, fitted with a cap. E. Tubing shall be cut square, and burrs shall be removed. Both inside of fittings and outside of tubing shall be well cleaned with steel wool before sweating. Care shall be taken to prevent annealing of fittings and tubing when making connections. All joints shall be made with fittings. Joints for aboveground soldered fittings shall be made with a non -corrosive paste flux and solid string silver solder, and all underground joints shall be made with silfos only. Cored solder will not be permitted. Threaded swing joints shall be provided on all branch connections to mains and risers to provide for expansion and contraction of tubing. 95-5 solder shall be used to make joints extending to fixture only. F. Underground piping shall be a minimum of 24" below finish and/or natural grades. 3.02 SANITARY PIPING A. Horizontal soil and waste pipes shall be given a grade of 1/4" per foot where possible, but in no case less than 1/8" per foot. All main vertical soil and waste stacks shall be extended full size to and above the roof lines as vents, except where otherwise specifically indicated. Where practicable, two or more vent pipes shall be connected together and extended as one pipe through the roof. Vent pipes in roof spaces shall be run as close a possible to the underside of the roof, with horizontal piping pitched down to stacks without forming traps in pipes, using fittings as required. Vertical vent pipes may be connected into one (1) main vent riser above vented fixtures. Where circuit vent or wet vent from any fixture is connected to a vent line serving other fixtures, the connection shall be at least three feet (3') above the floor on which the fixtures are located to prevent the use of any vent line as a waste. Horizontal waste lines receiving the discharge from two (2) or more fixtures shall be provided with end vents unless separate venting of fixtures is noted. Branch connections to exterior downspouts shall terminate three inches (3") above finished grade. The cast-iron hub -and -spigot or no hub pipe inside of buildings shall be extended six inches (6") above ground where the lowest floor is self-supporting. This Contractor shall connect waste line from building to manhole as shown on the drawings. B. Changes in pipe size on waste, soil, and drain lines shall be made with reducing fittings of recessed reducers. Changes in direction shall be made by the appropriate use of 45 degrees wyes, half wyes, long -sweep bends unless otherwise directed, except that sanitary tees may be used on vertical stacks, and short 1/4 bends of elbows may be used in soil and waste lines where the change in direction of flow is from the horizontal to the vertical, and on the discharge from water closets. COL — Reno Muni Square RR 15060-2 J21518 C. Joints shall be made as recommended by the pipe manufacturer. 3.03 DOMESTIC HOT AND COLD WATER VALVES AND FITTINGS: A. Valves and fittings for all domestic cold water and hot water services shall be as follows: 1. Water valves shall be ball valves. 2. Strainers shall be 125 psi, bronze body, screwed ends, of sizes shown on the drawings. 3. Swing check valves 3" and smaller shall be Crane No. 137. Swing checks larger than 3" shall be Crane No. 14493. 4. Lift check valves 3" and smaller shall be Crane No. 366E. 3.04 PIPE HANGERS AND FIXTURE SUPPORTS: A. Pipe hangers and fixture supports shall be furnished and set, and the Contractor shall be responsible for their proper and permanent locations. B. Horizontal runs of copper tubing shall be supported by approved steel plastic coated hangers spaced not more than 8' o.c. Horizontal runs of drainage and vent pipes shall be supported by adjustable expansion pipe hangers having bolted hinged loops and turnbuckles, or an approved equal. Hangers on drainage and vent pipe shall be spaced not more than 10' o.c. Hanger and collars shall be of size proportionate to the weight of the pipe supported. C. Fixtures and equipment shall be supported and fastened in a satisfactory manner. Where secured to concrete or brickwork walls, they shall be fastened with brass expansion bolts. Expansion bolts shall be 1/4" brass bolts with 20 threads to the inch and of sufficient length to extend at least 3" into solid concrete or brickwork, fitted with loose tubing or sleeves of proper length to bring expansion sleeves in the solid concrete or brick wall. Where secured to tile walls or partitions, they shall be fastened with 1/4" brass toggle or through bolts. Where through bolts are used, they shall be provided with plates or washers at back, set so that heads, nuts, and washers will be concealed by plaster. Bolts and nuts shall be hexagon, and exposed bolts, nuts, and screw heads shall be provided with chromium plated brass washers. D. Copper pipe hangers shall be similar to Grinnell No. 260 with plastic coating for non -insulated water piping and Grinnell No. 300 for insulated water piping. Drainage and vent pipe hangers shall be similar to Grinnell No. 590. END OF SECTION 15060 COL — Reno Muni Square RR J21518 15060-3 SECTION 15250 - INSULATION PART I - GENERAL 1.01 DESCRIPTION A. This contract includes furnishing and installing all insulation specified herein. 1.02 RELATED DOCUMENTS A. Refer to other applicable clauses and regulations for other requirements. 1.03 SUBMITTAL A. All submittal required by this section shall be submitted in accordance with Section 01300. B. Submit manufacturer's data for approval on all materials to be furnished as part of this project. PART 2-PRODUCTS 2.01 PIPE AND DUCT INSULATION A. All insulation required under the Plumbing contract and Heating and Air Conditioning Contract shall be equal to and as manufactured by Knauf Fiber Glass, or Johns -Manville, and shall be applied in accordance with the manufacturer's directions and recommendations. B. Insulation: 1. Water Piping Within Building Lines - Shall be insulated with 1" thick fiber glass pipe insulation with a factory applied all service jacket with self-sealing lap. 2. Pipe Fittings - Insulate pipe fittings with Manville Zestons according to manufacturer's recommendation. 3. All insulation for mechanical systems shall comply with the International Energy Conservation Code. 4. All PVC piping exposed in the return air plenum shall be wrapped with 2" fiber glass duct wrap with aluminum foil Kraft vapor barrier. 2.02 EQUAL MATERIALS CONSIDERATION A. Approval of equipment other than that specified does not relieve the Contractor from the responsibility of modifying the equipment if necessary to meet Structural, Architectural, Electrical, or Mechanical conditions as detailed and specified on the drawings. 2.03 SMOKE AND FLAME SPREAD A. All duct and pipe insulation shall have a flame spread no greater than 25 and a smoke developed rating no greater than 50. PART 3 - EXECUTION 3.01 INSULATION A. All insulation shall be applied to clean surfaces and in accordance with the manufacturer's recommendations. END OF SECTION 15250 COL — Reno Muni Square RR 15250-1 J21518 SECTION 15400 - PLUMBING PART 1 -GENERAL 1.01 DESCRIPTION A. This contract will include the furnishings and installation of all labor and material necessary to complete all plumbing as shown on the drawings and as herein specified as follows: 1. Water supply and service. 2. System of sanitary drainage, venting and connection to all fixtures as shown on the drawings. 3. Furnishing and installation of all fixtures as shown on the drawings and as herein specified. 1.02 RELATED DOCUMENTS A. Refer to other applicable clauses and regulations for other requirements. 1.03 SUBMITTAL A. All submittals required by this section shall be submitted in accordance with Section 01300. B. Submit manufacturer's data for approval on all materials to be furnished as part of this project. PART 2 - PRODUCTS 2.01 EQUAL MATERIAL CONSIDERATION A. Approval of equipment other than that specified does not relieve the Contractor from the responsibility of modifying the equipment if necessary to meet Structural, Architectural, Electrical, or Mechanical conditions as detailed and specified on the drawings. 2.02 TRAPS A. Each fixture and piece of equipment requiring connections at the drainage system shall be equipped with a trap. Traps installed on hub -and -spigot pipe shall be extra -heavy cast-iron. Traps installed on threaded pipe shall be recess drainage pattern. All floor drains shall be equipped with a deep seal trap. 2.03 CLEANOUTS A. Cleanouts shall be the same size as the pipe, except that cleanout plugs larger than 4" will not be required. Cleanouts and access covers at finished walls and exterior walls shall be Wade Co. 8570-R N.B. cover and at finished floors shall be Wade Co. 8550-5 with Wade No 8300-5 #2, N.B. cover, or the approved equal. Omit access covers for cleanouts in other locations. All wall covers shall be cadmium plated, and all floor cleanouts shall be polished nickel bronze flush with finish floor. Cleanouts exterior to the building shall be Wade Co. 7100-X with 9" x 9" access cover set flush with finish grade in 16" x 16" concrete pad, or as detailed on the drawings. PART 3 - EXECUTION 3.01 INSTALLATION A. Utilities: This Contractor shall furnish and install, and shall pay for connections to water and sewer piping, all in accordance with requirement of the local service companies concerned. B. Cross Connections and Interconnections: No plumbing fixtures, device or piping shall be installed which will provide a cross connection or interconnection between a distributing supply for drinking or domestic purposes and a polluted supply such as a drainage system of a soil or waste into the water supply system. Provide and install backflow prevention devices as required by local code. COL — Reno Muni Square RR 15400-1 J21518 C. The Contractor shall provide all necessary material and labor to connect to the Plumbing System all fixtures and equipment shown on the drawings having plumbing connections and which are furnished and installed by others or are specified in other sections of these specifications. D. The Contractor shall carefully investigate the structural and finish conditions affecting all his work and shall arrange such work accordingly, furnishing such fittings, traps, valves, and accessories as may be required to meet such conditions. Where pipes extend through concrete members, this Contractor shall core all such members and slabs, unless sleeves have been provided. Chipping concrete will not be allowed, and if any coring of the concrete members is necessary, this contractor shall call it to the Architect's attention before doing same. E. Pipe openings shall be closed with caps or plugs during installation. Fixtures and equipment shall be tightly covered and protected against dirt, water and chemical or mechanical injury. At the completion of the work the fixtures, materials, and equipment shall be thoroughly cleaned. END OF SECTION 15400 COL — Reno Muni Square RR 15400-2 J21518 CONSULTANTS' PROFESSIONAL RESPONSIBILITY The specifications sections to be authenticated by my seal and signature are limited to the following: DIVISION 16 - ELECTRICAL 16050 BASIC ELECTRICAL MATERIALS AND METHODS 16060 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS 16073 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS 16091 SLEEVES AND SLEEVE SEALS FOR ELECTRICAL RACEWAYS AND CABLING 16120 POWER CONDUCTORS AND CABLES 16130 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS 16140 WIRING DEVICES END OF TABLE OF CONTENTS By: Michael T. Strahan, P.E. BSA Consulting Engineers, PLLC Texas Firm Registration #4415 License No. 84881 09.28.15 (E O.F T4,0 41, •• i MICHAELT. STRAHAN • '.. 0-o �, 84881 ;•. < �CENS�O.•��� 10 C FS N COL — Reno Muni Square RR J21518 DIVISION 16 TABLE OF CONTENTS 2 2 3 3 3 6 6 SECTION 16050 - BASIC ELECTRICAL METHODS 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. Electrical equipment coordination and installation. 2. Common electrical installation requirements. 1.3 SUBMITTALS A. Submittal Data for Division 16 shall be submitted for review in one binder. There shall be a tab for each section of the specifications requiring submittal review. Submittals shall not be in folders and the sections requiring review shall not be submitted separately. Submittals received that are not formatted correctly will be returned without review. B. The engineer will review submittals twice as part of his obligation to the owner. If submittals have to be reviewed more than twice the contractor will be pay the engineer a fee of $100 per hour for additional submittals reviews. C. The electrical contractor shall be responsible for coordinating changes in electrical requirements to any equipment substitutions by other trades. Coordinate with the mechanical, plumbing and general contractors prior to submittal phase of the project. Verify that any equipment substitutions that require different electrical connections than designed on the electrical drawings are corrected and included in the original electrical submittal data review documents. Provide additional correspondence along with the submittal review data to the engineer of record documenting all required changes. 1.4 QUALITY ASSURANCE A. Test Equipment Suitability and Calibration: Comply with NETA ATS, "Suitability of Test Equipment" and "Test Instrument Calibration." B. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. C. Comply with NFPA 70. 1.5 COORDINATION A. Coordinate arrangement, mounting, and support of electrical equipment: COL — Reno Muni Square RR J21518 16050 - 1 1. To allow maximum possible headroom unless specific mounting heights that reduce headroom are indicated. 2. To allow right of way for piping and conduit installed at required slope. 3. So connecting raceways, cables, wireways, cable trays, and busways will be clear of obstructions and of the working and access space of other equipment. B. Coordinate installation of required supporting devices and set sleeves in cast -in -place concrete, masonry walls, and other structural components as they are constructed. C. Coordinate electrical testing of electrical, mechanical, and architectural items, so equipment and systems that are functionally interdependent are tested to demonstrate successful interoperability. D. Coordinate chases, slots, inserts, sleeves, and openings for electrical supports, raceways, and cable with general construction work. E. Where electrical identification devices are applied to field -finished surfaces, coordinate installation of identification devices with completion of finished surface. F. Contractor shall coordinate exact quantities, locations and distances to mechanical and plumbing equipment equipment and temperature control requirements with Mechanical and Electrical Drawings. PART2-PRODUCTS 2.1 MANUFACTURERS A. In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection: 1. Manufacturers: Subject to compliance with requirements, provide products by one of the manufacturers specified. PART 3 - EXECUTION 3.1 COMMON REQUIREMENTS FOR ELECTRICAL INSTALLATION A. Comply with NECA 1. B. Headroom Maintenance: If mounting heights or other location criteria are not indicated, arrange and install components and equipment to provide maximum possible headroom consistent with these requirements. C. Equipment: Install to facilitate service, maintenance, and repair or replacement of components of both electrical equipment and other nearby installations. Connect in such a way as to facilitate future disconnecting with minimum interference with other items in the vicinity. D. Right of Way: Give to raceways and piping systems installed at a required slope. END OF SECTION 16050 COL — Reno Muni Square RR J21518 16050 - 2 SECTION 16060 - GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS PART 1 - GENERAL 1.1 SUMMARY A. Section includes grounding and bonding systems and equipment. 1.2 ACTION SUBMITTALS A. Product Data: For each type of product indicated. PART2-PRODUCTS 2.1 MANUFACTURERS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Burndy; Part of Hubbell Electrical Systems. 2. ERICO International Corporation. 3. O-Z/Gedney; a brand of Emerson Industrial Automation. 4. Thomas & Betts Corporation, A Member of the ABB Group. 2.2 SYSTEM DESCRIPTION A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. B. Comply with UL 467 for grounding and bonding materials and equipment. 2.3 CONDUCTORS A. Insulated Conductors: Copper wire or cable insulated for 600 V unless otherwise required by applicable Code or authorities having jurisdiction. B. Bare Copper Conductors: 1. Solid Conductors: ASTM B 3. 2. Stranded Conductors: ASTM B 8. 3. Tinned Conductors: ASTM B 33. 4. Bonding Cable: 28 kcmil, 14 strands of No. 17 AWG conductor, 1/4 inch in diameter. 5. Bonding Conductor: No. 4 or No. 6 AWG, stranded conductor. 6. Bonding Jumper: Copper tape, braided conductors terminated with copper ferrules; 1-5/8 inches wide and 1/16 inch thick. 7. Tinned Bonding Jumper: Tinned -copper tape, braided conductors terminated with copper ferrules; 1-5/8 inches wide and 1/16 inch thick. COL — Reno Muni Square RR J21518 16060 - 1 2.4 CONNECTORS A. Listed and labeled by an NRTL acceptable to authorities having jurisdiction for applications in which used and for specific types, sizes, and combinations of conductors and other items connected. B. Bolted Connectors for Conductors and Pipes: Copper or copper alloy. PART 3 - EXECUTION 3.1 APPLICATIONS A. Conductors: Install solid conductor for No. 8 AWG and smaller, and stranded conductors for No. 6 AWG and larger unless otherwise indicated. B. Conductor Terminations and Connections: 1. Equipment Grounding Conductor Terminations: Bolted connectors. 3.2 EQUIPMENT GROUNDING A. Install insulated equipment grounding conductors with all feeders and branch circuits. B. Install insulated equipment grounding conductors with the following items, in addition to those required by NFPA 70: 1. Feeders and branch circuits. 2. Lighting circuits. 3. Receptacle circuits. 4. Single-phase motor and appliance branch circuits. 3.3 INSTALLATION A. Grounding Conductors: Route along shortest and straightest paths possible unless otherwise indicated or required by Code. Avoid obstructing access or placing conductors where they may be subjected to strain, impact, or damage. B. Bonding Straps and Jumpers: Install in locations accessible for inspection and maintenance except where routed through short lengths of conduit. 3.4 FIELD QUALITY CONTROL A. Perform tests and inspections. Inspect physical and mechanical condition. Verify tightness of accessible, bolted, electrical connections with a calibrated torque wrench according to manufacturer's written instructions. END OF SECTION 16060 COL — Reno Muni Square RR J21518 16060 - 2 SECTION 16073 - HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Hangers and supports for electrical equipment and systems. 2. Construction requirements for concrete bases. 1.2 ACTION SUBMITTALS A. Product Data: For each type of product. B. Shop Drawings: Signed and sealed by a qualified professional engineer. For fabrication and installation details for electrical hangers and support systems. C. Delegated -Design Submittal: For hangers and supports for electrical systems. 1. Include design calculations and details of trapeze hangers. PART2-PRODUCTS 2.1 PERFORMANCE REQUIREMENTS A. Delegated Design: Engage a qualified professional engineer, as defined in Section 014000 "Quality Requirements," to design hanger and support system. 2.2 SUPPORT, ANCHORAGE, AND ATTACHMENT COMPONENTS A. Steel Slotted Support Systems: Comply with MFMA-4 factory -fabricated components for field assembly. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Allied Tube & Conduit; a part of Atkore International. b. B-line, an Eaton business. C. ERICO International Corporation. d. Thomas & Betts Corporation, A Member of the ABB Group. 2. Material: Pre -galvanized steel. 3. Channel Width: 1-5/8 inches. 4. Metallic Coatings: Hot -dip galvanized after fabrication and applied according to MFMA-4. 5. Nonmetallic Coatings: Manufacturer's standard PVC, polyurethane, or polyester coating applied according to MFMA-4. 6. Painted Coatings: Manufacturer's standard painted coating applied according to MFMA-4. COL — Reno Muni Square RR J21518 16073-1 Protect finishes on exposed surfaces from damage by applying a strippable, temporary protective covering before shipping. Channel Dimensions: Selected for applicable load criteria. B. Conduit and Cable Support Devices: Steel hangers, clamps, and associated fittings, designed for types and sizes of raceway or cable to be supported. C. Support for Conductors in Vertical Conduit: Factory -fabricated assembly consisting of threaded body and insulating wedging plug or plugs for nonarmored electrical conductors or cables in riser conduits. Plugs shall have number, size, and shape of conductor gripping pieces as required to suit individual conductors or cables supported. Body shall be made of malleable iron. D. Mounting, Anchoring, and Attachment Components: Items for fastening electrical items or their supports to building surfaces include the following: Powder -Actuated Fasteners: Threaded -steel stud, for use in hardened portland cement concrete, steel, or wood, with tension, shear, and pullout capacities appropriate for supported loads and building materials where used. a. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1) Hilti, Inc. 2) ITW Ramset/Red Head; Illinois Tool Works, Inc. 3) MKT Fastening, LLC. 4) Simpson Strong -Tie Co., Inc. Mechanical -Expansion Anchors: Insert -wedge -type, [zinc -coated steel] [stainless steel], for use in hardened portland cement concrete, with tension, shear, and pullout capacities appropriate for supported loads and building materials where used. a. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1) B-line, an Eaton business. 2) Empire Tool and Manufacturing Co., Inc. 3) Hilti, Inc. 4) ITW Ramset/Red Head; Illinois Tool Works, Inc. Concrete Inserts: Steel or malleable -iron, slotted support system units are similar to MSS Type 18 units and comply with MFMA-4 or MSS SP-58. Clamps for Attachment to Steel Structural Elements: MSS SP-58 units are suitable for attached structural element. Through Bolts: Structural type, hex head, and high strength. Comply with ASTM A 325. Toggle Bolts: All -steel springhead type. Hanger Rods: Threaded steel. 2.3 FABRICATED METAL EQUIPMENT SUPPORT ASSEMBLIES A. Description: Welded or bolted structural -steel shapes, shop or field fabricated to fit dimensions of supported equipment. B. Materials: Comply with requirements in Section 055000 "Metal Fabrications" for steel shapes and plates. COL — Reno Muni Square RR J21518 16073-2 PART 3 - EXECUTION 3.1 APPLICATION A. Comply with NECA 1 and NECA 101 for application of hangers and supports for electrical equipment and systems unless requirements in this Section are stricter. B. Comply with requirements for raceways and boxes specified in Section 16130 "Raceways and Boxes for Electrical Systems." C. Maximum Support Spacing and Minimum Hanger Rod Size for Raceway: Space supports for EMTs, IMCs, and RMCs as scheduled in NECA 1, where its Table 1 lists maximum spacings that are less than those stated in NFPA 70. Minimum rod size shall be 1/4 inch in diameter. D. Spring -steel clamps designed for supporting single conduits without bolts may be used for 1-1/2-inch and smaller raceways serving branch circuits and communication systems above suspended ceilings and for fastening raceways to trapeze supports. 3.2 SUPPORT INSTALLATION A. Comply with NECA 1 and NECA 101 for installation requirements except as specified in this article. B. Strength of Support Assemblies: Where not indicated, select sizes of components so strength will be adequate to carry present and future static loads within specified loading limits. Minimum static design load used for strength determination shall be weight of supported components plus 200 lb. C. Mounting and Anchorage of Surface -Mounted Equipment and Components: Anchor and fasten electrical items and their supports to building structural elements. D. Drill holes for expansion anchors in concrete at locations and to depths that avoid the need for reinforcing bars. 3.3 INSTALLATION OF FABRICATED METAL SUPPORTS A. Comply with installation requirements in Section 055000 "Metal Fabrications" for site -fabricated metal supports. B. Cut, fit, and place miscellaneous metal supports accurately in location, alignment, and elevation to support and anchor electrical materials and equipment. C. Field Welding: Comply with AWS D1.1/D1.1M. END OF SECTION 16073 COL — Reno Muni Square RR J21518 16073-3 SECTION 16091 - SLEEVES AND SLEEVE SEALS FOR ELECTRICAL RACEWAYS AND CABLING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Sleeves for raceway and cable penetration of non -fire -rated construction walls and floors. 2. Sleeve -seal systems. 3. Sleeve -seal fittings. 4. Grout. 5. Silicone sealants. B. Related Requirements: 1. Section 07840 "Penetration Firestopping" for penetration firestopping installed in fire -resistance - rated walls, horizontal assemblies, and smoke barriers, with and without penetrating items. 1.2 ACTION SUBMITTALS A. Product Data: For each type of product. PART2-PRODUCTS 2.1 SLEEVES A. Wall Sleeves: 1. Steel Pipe Sleeves: ASTM A 53/A 53M, Type E, Grade B, Schedule 40, zinc coated, plain ends. 2. Cast -Iron Pipe Sleeves: Cast or fabricated "wall pipe," equivalent to ductile -iron pressure pipe, with plain ends and integral waterstop unless otherwise indicated. B. Sleeves for Conduits Penetrating Non -Fire -Rated Gypsum Board Assemblies: Galvanized -steel sheet; 0.0239-inch minimum thickness; round tube closed with welded longitudinal joint, with tabs for screw - fastening the sleeve to the board. 2.2 SLEEVE -SEAL SYSTEMS A. Description: Modular sealing device, designed for field assembly, to fill annular space between sleeve and raceway or cable. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Advance Products & Systems, Inc. b. CALPICO, Inc. C. Metraflex Company (The). COL — Reno Muni Square RR J21518 16091 - 1 d. Pipeline Seal and Insulator, Inc. 2. Sealing Elements: EPDM rubber interlocking links shaped to fit surface of pipe. Include type and number required for pipe material and size of pipe. 3. Pressure Plates: Carbon steel. 4. Connecting Bolts and Nuts: Carbon steel, with corrosion -resistant coating, of length required to secure pressure plates to sealing elements. 2.3 SLEEVE -SEAL FITTINGS A. Description: Manufactured plastic, sleeve -type, waterstop assembly made for embedding in concrete slab or wall. Unit shall have plastic or rubber waterstop collar with center opening to match piping OD. 2.4 GROUT A. Description: Nonshrink; recommended for interior and exterior sealing openings in non -fire -rated walls or floors. B. Standard: ASTM C I I07/C I I07M, Grade B, post -hardening and volume -adjusting, dry, hydraulic - cement grout. C. Design Mix: 5000-psi, 28-day compressive strength. D. Packaging: Premixed and factory packaged. 2.5 SILICONE SEALANTS A. Silicone Sealants: Single -component, silicone -based, neutral -curing elastomeric sealants of grade indicated below. 1. Grade: Pourable (self -leveling) formulation for openings in floors and other horizontal surfaces that are not fire rated. 2. Sealant shall have VOC content when calculated according to 40 CFR 59, Subpart D (EPA Method 24). 3. Sealant shall comply with the testing and product requirements of the California Department of Health Services' "Standard Practice for the Testing of Volatile Organic Emissions from Various Sources Using Small -Scale Environmental Chambers." B. Silicone Foams: Multicomponent, silicone -based liquid elastomers that, when mixed, expand and cure in place to produce a flexible, nonshrinking foam. PART 3 - EXECUTION 3.1 SLEEVE INSTALLATION FOR NON -FIRE -RATED ELECTRICAL PENETRATIONS A. Comply with NECA 1. B. Comply with NEMA VE 2 for cable tray and cable penetrations. COL — Reno Muni Square RR J21518 16091 - 2 C. Sleeves for Conduits Penetrating Above -Grade Non -Fire -Rated Concrete and Masonry -Unit Floors and Walls: Interior Penetrations of Non -Fire -Rated Walls and Floors: a. Seal annular space between sleeve and raceway or cable, using joint sealant appropriate for size, depth, and location of joint. Comply with requirements in Section 079200 "Joint Sealants." b. Seal space outside of sleeves with mortar or grout. Pack sealing material solidly between sleeve and wall so no voids remain. Tool exposed surfaces smooth; protect material while curing. Use pipe sleeves unless penetration arrangement requires rectangular sleeved opening. Size pipe sleeves to provide 1/4-inch annular clear space between sleeve and raceway or cable unless sleeve seal is to be installed. Install sleeves for wall penetrations unless core -drilled holes or formed openings are used. Install sleeves during erection of walls. Cut sleeves to length for mounting flush with both surfaces of walls. Deburr after cutting. Install sleeves for floor penetrations. Extend sleeves installed in floors 2 inches above finished floor level. Install sleeves during erection of floors. D. Sleeves for Conduits Penetrating Non -Fire -Rated Gypsum Board Assemblies: Use circular metal sleeves unless penetration arrangement requires rectangular sleeved opening. Seal space outside of sleeves with approved joint compound for gypsum board assemblies. E. Aboveground, Exterior -Wall Penetrations: Seal penetrations using steel pipe sleeves and mechanical sleeve seals. Select sleeve size to allow for 1-inch annular clear space between pipe and sleeve for installing mechanical sleeve seals. 3.2 SLEEVE -SEAL -SYSTEM INSTALLATION A. Install sleeve -seal systems in sleeves in exterior concrete walls and slabs -on -grade at raceway entries into building. B. Install type and number of sealing elements recommended by manufacturer for raceway or cable material and size. Position raceway or cable in center of sleeve. Assemble mechanical sleeve seals and install in annular space between raceway or cable and sleeve. Tighten bolts against pressure plates that cause sealing elements to expand and make watertight seal. 3.3 SLEEVE -SEAL -FITTING INSTALLATION A. Install sleeve -seal fittings in new walls and slabs as they are constructed. B. Assemble fitting components of length to be flush with both surfaces of concrete slabs and walls. Position waterstop flange to be centered in concrete slab or wall. C. Secure nailing flanges to concrete forms. D. Using grout, seal the space around outside of sleeve -seal fittings. END OF SECTION 16091 COL — Reno Muni Square RR J21518 16091 - 3 SECTION 16120 POWER CONDUCTORS AND CABLES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Building wires and cables rated 600 V and less. 2. Connectors, splices, and terminations rated 600 V and less. 1.2 ACTION SUBMITTALS A. Product Data: For each type of product. 1.3 INFORMATIONAL SUBMITTALS A. Field quality -control reports. PART2-PRODUCTS 2.1 CONDUCTORS AND CABLES A. Copper Conductors: Comply with NEMA WC 70/ICEA 5-95-658. B. Conductor Insulation: Comply with NEMA WC 70/ICEA 5-95-658 for Type THHN/THWN-2. C. Multiconductor Cable: Comply with NEMA WC 70/ICEA 5-95-658 for metal -clad cable, Type MC with ground wire. 2.2 CONNECTORS AND SPLICES A. Description: Factory -fabricated connectors and splices of size, ampacity rating, material, type, and class for application and service indicated. 2.3 SYSTEM DESCRIPTION A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. B. Comply with NFPA 70. COL — Reno Muni Square RR J21518 16120 - 1 PART 3 - EXECUTION 3.1 CONDUCTOR MATERIAL APPLICATIONS A. Feeders: Copper. Solid for No. 10 AWG and smaller; stranded for No. 8 AWG and larger. B. Branch Circuits: Copper. Solid for No. 10 AWG and smaller; stranded for No. 8 AWG and larger, except VFC cable, which shall be extra flexible stranded. 3.2 CONDUCTOR INSULATION AND MULTICONDUCTOR CABLE APPLICATIONS AND WIRING METHODS A. Exposed Feeders: Type THHN/THWN-2, single conductors in raceway. B. Feeders Concealed in Ceilings, Walls, Partitions, and Crawlspaces: Type THHN/THWN-2, single conductors in raceway. C. Feeders Concealed in Concrete, below Slabs -on -Grade, and Underground: Type THHN/THWN-2, single conductors in raceway. D. Feeders Installed below Raised Flooring: Type THHN/THWN-2, single conductors in raceway. E. Exposed Branch Circuits, Including in Crawlspaces: Type THHN/THWN-2, single conductors in raceway. F. Branch Circuits Concealed in Ceilings, Walls, and Partitions: Type THHN/THWN-2, single conductors in raceway. Metal -clad cable, Type MC is acceptable concealed in walls between wiring devices. G. Branch Circuits Concealed in Concrete, below Slabs -on -Grade, and Underground: Type THHN/THWN- 2, single conductors in raceway. 3.3 INSTALLATION OF CONDUCTORS AND CABLES A. Conceal cables in finished walls, ceilings, and floors unless otherwise indicated. B. Complete raceway installation between conductor and cable termination points according to Section 260533 "Raceways and Boxes for Electrical Systems" prior to pulling conductors and cables. C. Use manufacturer -approved pulling compound or lubricant where necessary; compound used must not deteriorate conductor or insulation. Do not exceed manufacturer's recommended maximum pulling tensions and sidewall pressure values. D. Use pulling means, including fish tape, cable, rope, and basket -weave wire/cable grips, that will not damage cables or raceway. E. Install exposed cables parallel and perpendicular to surfaces of exposed structural members, and follow surface contours where possible. F. Support cables according to Section 16070 "Hangers and Supports for Electrical Systems." COL — Reno Muni Square RR J21518 16120 - 2 3.4 CONNECTIONS A. Tighten electrical connectors and terminals according to manufacturer's published torque -tightening values. If manufacturer's torque values are not indicated, use those specified in UL 486A-486B. B. Make splices, terminations, and taps that are compatible with conductor material and that possess equivalent or better mechanical strength and insulation ratings than unspliced conductors. 1. Use oxide inhibitor in each splice, termination, and tap for aluminum conductors. C. Wiring at Outlets: Install conductor at each outlet, with at least 12 inches of slack. 3.5 IDENTIFICATION A. Identify and color -code conductors and cables according to Section 260553 "Identification for Electrical Systems." B. Identify each spare conductor at each end with identity number and location of other end of conductor, and identify as spare conductor. 3.6 SLEEVE AND SLEEVE -SEAL INSTALLATION FOR ELECTRICAL PENETRATIONS A. Install sleeves and sleeve seals at penetrations of exterior floor and wall assemblies. Comply with requirements in Section "Sleeves and Sleeve Seals for Electrical Raceways and Cabling." 3.7 FIRESTOPPING A. Apply firestopping to electrical penetrations of fire -rated floor and wall assemblies to restore original fire -resistance rating of assembly according to Section 07840 "Firestopping." 3.8 FIELD QUALITY CONTROL A. Perform the following tests and inspections: 1. After installing conductors and cables and before electrical circuitry has been energized, test service entrance and feeder conductors for compliance with requirements. 2. Perform each visual and mechanical inspection and electrical test stated in NETA Acceptance Testing Specification. Certify compliance with test parameters. B. Test and Inspection Reports: Prepare a written report to record the following: 1. Procedures used. 2. Results that comply with requirements. 3. Results that do not comply with requirements and corrective action taken to achieve compliance with requirements. C. Cables will be considered defective if they do not pass tests and inspections. END OF SECTION 16120 COL — Reno Muni Square RR J21518 16120 - 3 SECTION 16130 - RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Metal conduits, tubing, and fittings. 2. Nonmetal conduits, tubing, and fittings. 3. Boxes, enclosures, and cabinets. 1.2 ACTION SUBMITTALS A. Product Data: For surface raceways, wireways and fittings, floor boxes, hinged -cover enclosures, and cabinets. B. Shop Drawings: For custom enclosures and cabinets. Include plans, elevations, sections, and attachment details. 1.3 INFORMATIONAL SUBMITTALS A. Coordination Drawings: Conduit routing plans, drawn to scale, on which the following items are shown and coordinated with each other, using input from installers of items involved: 1. Structural members in paths of conduit groups with common supports. 2. HVAC and plumbing items and architectural features in paths of conduit groups with common supports. PART2-PRODUCTS 2.1 METAL CONDUITS, TUBING, AND FITTINGS A. Listing and Labeling: Metal conduits, tubing, and fittings shall be listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. B. GRC: Comply with ANSI C80.1 and UL 6. C. ARC: Comply with ANSI C80.5 and UL 6A. D. IMC: Comply with ANSI C80.6 and UL 1242. E. PVC -Coated Steel Conduit: PVC -coated rigid steel conduit. 1. Comply with NEMA RN 1. 2. Coating Thickness: 0.040 inch, minimum. F. EMT: Comply with ANSI C80.3 and UL 797. COL — Reno Muni Square RR J21518 16130 - 1 G. FMC: Comply with UL 1; zinc -coated steel. H. LFMC: Flexible steel conduit with PVC jacket and complying with UL 360. I. Fittings for Metal Conduit: Comply with NEMA FB 1 and UL 514B. 1. Conduit Fittings for Hazardous (Classified) Locations: Comply with UL 886 and NFPA 70. 2. Fittings for EMT: a. Material: Steel. b. Type: compression. 3. Expansion Fittings: PVC or steel to match conduit type, complying with UL 651, rated for environmental conditions where installed, and including flexible external bonding jumper. 4. Coating for Fittings for PVC -Coated Conduit: Minimum thickness of 0.040 inch, with overlapping sleeves protecting threaded joints. J. Joint Compound for IMC, GRC, or ARC: Approved, as defined in NFPA 70, by authorities having jurisdiction for use in conduit assemblies, and compounded for use to lubricate and protect threaded conduit joints from corrosion and to enhance their conductivity. 2.2 BOXES, ENCLOSURES, AND CABINETS A. General Requirements for Boxes, Enclosures, and Cabinets: Boxes, enclosures, and cabinets installed in wet locations shall be listed for use in wet locations. B. Sheet Metal Outlet and Device Boxes: Comply with NEMA OS 1 and UL 514A. C. Cast -Metal Outlet and Device Boxes: Comply with NEMA FB 1, ferrous alloy, Type FD, with gasketed cover. D. Luminaire Outlet Boxes: Nonadjustable, designed for attachment of luminaire weighing 50 lb. Outlet boxes designed for attachment of luminaires weighing more than 50 lb shall be listed and marked for the maximum allowable weight. E. Paddle Fan Outlet Boxes: Nonadjustable, designed for attachment of paddle fan weighing 70 lb. Listing and labeling: Paddle fan outlet boxes shall be listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. F. Small Sheet Metal Pull and Junction Boxes: NEMA OS 1. G. Cast -Metal Access, Pull, and Junction Boxes: Comply with NEMA FB 1 and UL 1773, galvanized, cast iron with gasketed cover. H. Box extensions used to accommodate new building finishes shall be of same material as recessed box. I. Device Box Dimensions: 4 inches square by 2-1/8 inches deep. J. Gangable boxes are allowed. K. Hinged -Cover Enclosures: Comply with UL 50 and NEMA 250, Type 1 with continuous -hinge cover with flush latch unless otherwise indicated. COL — Reno Muni Square RR J21518 16130 - 2 Metal Enclosures: Steel, finished inside and out with manufacturer's standard enamel. Nonmetallic Enclosures: Plastic. Interior Panels: Steel; all sides finished with manufacturer's standard enamel. L. Cabinets: NEMA 250, Type 1 galvanized -steel box with removable interior panel and removable front, finished inside and out with manufacturer's standard enamel. Hinged door in front cover with flush latch and concealed hinge. Key latch to match panelboards. Metal barriers to separate wiring of different systems and voltage. Accessory feet where required for freestanding equipment. Nonmetallic cabinets shall be listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. PART 3 - EXECUTION 3.1 RACEWAY APPLICATION A. Indoors: Apply raceway products as specified below unless otherwise indicated. Exposed, Not Subject to Physical Damage: EMT. Exposed, Not Subject to Severe Physical Damage: EMT. Exposed and Subject to Severe Physical Damage: IMC. Raceway locations include the following: a. Loading dock. b. Corridors used for traffic of mechanized carts, forklifts, and pallet -handling units. C. Mechanical rooms. d. Gymnasiums. Concealed in Ceilings and Interior Walls and Partitions: EMT. Connection to Vibrating Equipment (Including Transformers and Hydraulic, Pneumatic, Electric Solenoid, or Motor -Driven Equipment): FMC, except use LFMC in damp or wet locations. Damp or Wet Locations: IMC. Boxes and Enclosures: NEMA 250, Type 1, except use NEMA 250, Type 4 stainless steel in institutional and commercial kitchens and damp or wet locations. B. Minimum Raceway Size: 1/2-inch trade size. C. Raceway Fittings: Compatible with raceways and suitable for use and location. Rigid and Intermediate Steel Conduit: Use threaded rigid steel conduit fittings unless otherwise indicated. Comply with NEMA FB 2.10. PVC Externally Coated, Rigid Steel Conduits: Use only fittings listed for use with this type of conduit. Patch and seal all joints, nicks, and scrapes in PVC coating after installing conduits and fittings. Use sealant recommended by fitting manufacturer and apply in thickness and number of coats recommended by manufacturer. EMT: Use compression, steel fittings. Comply with NEMA FB 2.10. Flexible Conduit: Use only fittings listed for use with flexible conduit. Comply with NEMA FB 2.20. D. Do not install aluminum conduits, boxes, or fittings in contact with concrete or earth. COL — Reno Muni Square RR J21518 16130 - 3 E. Install surface raceways only where indicated on Drawings. F. Do not install nonmetallic conduit where ambient temperature exceeds 120 deg F. 3.2 INSTALLATION A. Comply with NECA 1 and NECA 101 for installation requirements except where requirements on Drawings or in this article are stricter. Comply with NECA 102 for aluminum conduits. Comply with NFPA 70 limitations for types of raceways allowed in specific occupancies and number of floors. B. Keep raceways at least 6 inches away from parallel runs of flues and steam or hot-water pipes. Install horizontal raceway runs above water and steam piping. C. Comply with requirements in Section 16073 "Hangers and Supports for Electrical Systems" for hangers and supports. D. Arrange stub -ups so curved portions of bends are not visible above finished slab. E. Install no more than the equivalent of three 90-degree bends in any conduit run except for control wiring conduits, for which fewer bends are allowed. Support within 12 inches of changes in direction. F. Conceal conduit and EMT within finished walls, ceilings, and floors unless otherwise indicated. Install conduits parallel or perpendicular to building lines. G. Support conduit within 12 inchesof enclosures to which attached. H. Raceways Embedded in Slabs: Run conduit larger than 1-inch trade size, parallel or at right angles to main reinforcement. Where at right angles to reinforcement, place conduit close to slab support. Secure raceways to reinforcement at maximum 10-foot intervals. Arrange raceways to cross building expansion joints at right angles with expansion fittings. Arrange raceways to keep a minimum of 2 inches of concrete cover in all directions. Do not embed threadless fittings in concrete unless specifically approved by Architect for each specific location. Change from ENT to IMC before rising above floor. I. Stub -ups to Above Recessed Ceilings: Use EMT, IMC, or RMC for raceways. Use a conduit bushing or insulated fitting to terminate stub -ups not terminated in hubs or in an enclosure. Threaded Conduit Joints, Exposed to Wet, Damp, Corrosive, or Outdoor Conditions: Apply listed compound to threads of raceway and fittings before making up joints. Follow compound manufacturer's written instructions. K. Coat field -cut threads on PVC -coated raceway with a corrosion -preventing conductive compound prior to assembly. L. Raceway Terminations at Locations Subject to Moisture or Vibration: Use insulating bushings to protect conductors including conductors smaller than No. 4 AWG. COL — Reno Muni Square RR J21518 16130 - 4 M. Terminate threaded conduits into threaded hubs or with locknuts on inside and outside of boxes or cabinets. Install bushings on conduits up to 1-1/4-inch trade size and insulated throat metal bushings on 1- 1/2-inch trade size and larger conduits terminated with locknuts. Install insulated throat metal grounding bushings on service conduits. N. Install pull wires in empty raceways. Use polypropylene or monofilament plastic line with not less than 200-lb tensile strength. Leave at least 12 inches of slack at each end of pull wire. Cap underground raceways designated as spare above grade alongside raceways in use. O. Surface Raceways: Install surface raceway with a minimum 2-inchradius control at bend points. Secure surface raceway with screws or other anchor -type devices at intervals not exceeding 48 inches and with no less than two supports per straight raceway section. Support surface raceway according to manufacturer's written instructions. Tape and glue are not acceptable support methods. P. Install raceway sealing fittings at accessible locations according to NFPA 70 and fill them with listed sealing compound. For concealed raceways, install each fitting in a flush steel box with a blank cover plate having a finish similar to that of adjacent plates or surfaces. Q. Install devices to seal raceway interiors at accessible locations. Locate seals so no fittings or boxes are between the seal and the following changes of environments. Seal the interior of all raceways at the following points: Where conduits pass from warm to cold locations, such as boundaries of refrigerated spaces. Where an underground service raceway enters a building or structure. Where otherwise required by NFPA 70. R. Expansion -Joint Fittings: 1. Install type and quantity of fittings that accommodate temperature change listed for each of the following locations: a. Indoor Spaces Connected with Outdoors without Physical Separation: 125 deg F temperature change. b. Attics: 135 deg F temperature change. Install fitting(s) that provide expansion and contraction for at least 0.00041 inch per foot of length of straight run per degree F of temperature change for PVC conduits. Install expansion fittings at all locations where conduits cross building or structure expansion joints. Install each expansion joint fitting with position, mounting, and piston setting selected according to manufacturer's written instructions for conditions at specific location at time of installation. Install conduit supports to allow for expansion movement. S. Flexible Conduit Connections: Comply with NEMA RV 3. Use a maximum of 72 inches of flexible conduit for recessed and semirecessed luminaires, equipment subject to vibration, noise transmission, or movement; and for transformers and motors. Use LFMC in damp or wet locations subject to severe physical damage. Use LFMC or LFNC in damp or wet locations not subject to severe physical damage. T. Mount boxes at heights indicated on Drawings. If mounting heights of boxes are not individually indicated, give priority to ADA requirements. Install boxes with height measured to center of box unless otherwise indicated. COL — Reno Muni Square RR J21518 16130 - 5 U. Recessed Boxes in Masonry Walls: Saw -cut opening for box in center of cell of masonry block, and install box flush with surface of wall. Prepare block surfaces to provide a flat surface for a raintight connection between the box and cover plate or the supported equipment and box. V. Horizontally separate boxes mounted on opposite sides of walls so they are not in the same vertical channel. W. Locate boxes so that cover or plate will not span different building finishes. X. Support boxes of three gangs or more from more than one side by spanning two framing members or mounting on brackets specifically designed for the purpose. Y. Fasten junction and pull boxes to or support from building structure. Do not support boxes by conduits. Z. Set metal floor boxes level and flush with finished floor surface. AA. Set nonmetallic floor boxes level. Trim after installation to fit flush with finished floor surface. 3.3 SLEEVE AND SLEEVE -SEAL INSTALLATION FOR ELECTRICAL PENETRATIONS A. Install sleeves and sleeve seals at penetrations of exterior floor and wall assemblies. Comply with requirements in Section 16091 "Sleeves and Sleeve Seals for Electrical Raceways and Cabling." 3.4 FIRESTOPPING A. Install firestopping at penetrations of fire -rated floor and wall assemblies. Comply with requirements in Section 07840 "Penetration Firestopping." 3.5 PROTECTION A. Protect coatings, finishes, and cabinets from damage and deterioration. 1. Repair damage to galvanized finishes with zinc -rich paint recommended by manufacturer. 2. Repair damage to PVC coatings or paint finishes with matching touchup coating recommended by manufacturer. END OF SECTION 16130 COL — Reno Muni Square RR J21518 16130 - 6 SECTION 16140 - WIRING DEVICES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Straight -blade convenience receptacles. 2. USB charger devices. 3. GFCI receptacles. 4. SPD receptacles. 5. Toggle switches. 6. Decorator -style convenience. 7. Wall switch sensor light switches with dual technology sensors. 8. Wall switch sensor light switches with passive infrared sensors. 9. Wall switch sensor light switches with ultrasonic sensors. 10. Digital timer light switches. 11. Residential devices. 12. Wall -box dimmers. 13. Wall plates. 1.2 DEFINITIONS A. Abbreviations of Manufacturers' Names: 1. Cooper: Copper Wiring Devices; Division of Cooper Industries, Inc. 2. Hubbell: Hubbell Incorporated: Wiring Devices-Kellems. 3. Leviton: Leviton Mfg. Company, Inc. 4. Pass & Seymour: Pass& Seymour/Legrand. 1.3 ACTION SUBMITTALS A. Product Data: For each type of product. B. Shop Drawings: List of legends and description of materials and process used for premarking wall plates. C. Samples: One for each type of device and wall plate specified, in each color specified. 1.4 INFORMATIONAL SUBMITTALS A. Field quality -control reports. 1.5 CLOSEOUT SUBMITTALS A. Operation and maintenance data. COL — Reno Muni Square RR J21518 16140 - 1 PART2-PRODUCTS 2.1 GENERAL WIRING -DEVICE REQUIREMENTS A. Wiring Devices, Components, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. B. Comply with NFPA 70. C. Devices that are manufactured for use with modular plug-in connectors may be substituted under the following conditions: 1. Connectors shall comply with UL 2459 and shall be made with stranding building wire. 2. Devices shall comply with the requirements in this Section. D. Devices for Owner -Furnished Equipment: 1. Receptacles: Match plug configurations. E. Source Limitations: Obtain each type of wiring device and associated wall plate from single source from single manufacturer. 2.2 STRAIGHT -BLADE RECEPTACLES A. Duplex Convenience Receptacles, 125 V, 20 A: Comply with NEMA WD 1, NEMA WD 6 Configuration 5-20R, UL 498, and FS W-C-596. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Eaton (Arrow Hart). b. Hubbell Incorporated; Wiring Device-Kellems. C. Leviton Manufacturing Co., Inc. d. Pass & Seymour/Legrand (Pass & Seymour). C. 2. Description: Single -piece, rivetless, nickel -plated, all -brass grounding system. Nickel -plated, brass mounting strap. 2.3 TOGGLE SWITCHES A. Comply with NEMA WD 1, UL 20, and FS W-S-896. B. Switches, 120/277 V, 20 A: 1. Single Pole: a. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1) Eaton (Arrow Hart). COL — Reno Muni Square RR J21518 16140 - 2 2) Hubbell Incorporated; Wiring Device-Kellems. 3) Leviton Manufacturing Co., Inc. 4) Pass & Seymour/Legrand (Pass & Seymour). 2. Two Pole: a. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1) Eaton (Arrow Hart). 2) Hubbell Incorporated; Wiring Device-Kellems. 3) Leviton Manufacturing Co., Inc. 4) Pass & Seymour/Legrand (Pass & Seymour). 3. Three Way: a. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1) Eaton (Arrow Hart). 2) Hubbell Incorporated; Wiring Device-Kellems. 3) Leviton Manufacturing Co., Inc. 4) Pass & Seymour/Legrand (Pass & Seymour). 4. Four Way: a. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1) Eaton (Arrow Hart). 2) Hubbell Incorporated; Wiring Device-Kellems. 3) Leviton Manufacturing Co., Inc. 4) Pass & Seymour/Legrand (Pass & Seymour). 2.4 DECORATOR -STYLE DEVICES A. Convenience Receptacles: Square face, 125 V, 15 A; comply with NEMA WD 1, NEMA WD 6 Configuration 5-15R, and UL 498. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Eaton (Arrow Hart). b. Hubbell Incorporated; Wiring Device-Kellems. C. Leviton Manufacturing Co., Inc. d. Pass & Seymour/Legrand (Pass & Seymour). B. GFCI, Feed -Through Type, Convenience Receptacles: Square face, 125 V, 15 A; comply with NEMA WD 1, NEMA WD 6 Configuration 5-15R, UL 498, and UL 943 Class A. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Eaton (Arrow Hart). COL — Reno Muni Square RR J21518 16140 - 3 b. Hubbell Incorporated; Wiring Device-Kellems. C. Leviton Manufacturing Co., Inc. d. Pass & Seymour/Legrand (Pass & Seymour). C. Toggle Switches: Square Face, 120/277 V, 15 A: Comply with NEMA WD 1, UL 20, and FS W-S-896. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Eaton (Arrow Hart). b. Hubbell Incorporated; Wiring Device-Kellems. C. Leviton Manufacturing Co., Inc. d. Pass & Seymour/Legrand (Pass & Seymour). 2.5 WALL SWITCH SENSOR LIGHT SWITCH, DUAL TECHNOLOGY A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Eaton (Arrow Hart). 2. Hubbell Incorporated; Wiring Device-Kellems. 3. Leviton Manufacturing Co., Inc. 4. Pass & Seymour/Legrand (Pass & Seymour). B. Description: Switchbox-mounted, combination lighting -control sensor and conventional switch lighting - control unit using dual technology. 1. Connections: Provisions for connection to BAS. 2. Connections: Hard wired. 3. Connections: Wireless. 4. Rated 960 W at 120-V ac for tungsten lighting, 10 A at 120-V ac or 10 A at 277-V ac for fluorescent or LED lighting, and 1/4 hp at 120-V ac. 5. Integral relay for connection to BAS. 6. Adjustable time delay of 15 minutes. 7. Able to be locked to Automatic -On mode. 8. Automatic Light -Level Sensor: Adjustable from 2 to 200 fc. 9. Comply with NEMA WD 1, UL 20, and FS W-S-896. 2.6 WALL PLATES A. Single and combination types shall match corresponding wiring devices. 1. Plate -Securing Screws: Metal with head color to match plate finish. 2. Material for Finished Spaces: Smooth, high -impact thermoplastic 3. Material for Unfinished Spaces: Galvanized steel. 4. Material for Damp Locations: Thermoplastic with spring -loaded lift cover, and listed and labeled for use in wet and damp locations. 2.7 FINISHES A. Device Color: COL — Reno Muni Square RR J21518 16140 - 4 Wiring Devices Connected to Normal Power System: White or As selected by Architect unless otherwise indicated or required by NFPA 70 or device listing. B. Wall Plate Color: For plastic covers, match device color. PART 3 - EXECUTION 3.1 INSTALLATION A. Comply with NECA 1, including mounting heights listed in that standard, unless otherwise indicated. B. Coordination with Other Trades: 1. Protect installed devices and their boxes. Do not place wall finish materials over device boxes and do not cut holes for boxes with routers that are guided by riding against outside of boxes. 2. Keep outlet boxes free of plaster, drywall joint compound, mortar, cement, concrete, dust, paint, and other material that may contaminate the raceway system, conductors, and cables. 3. Install device boxes in brick or block walls so that the cover plate does not cross a joint unless the joint is troweled flush with the face of the wall. 4. Install wiring devices after all wall preparation, including painting, is complete. C. Conductors: 1. Do not strip insulation from conductors until right before they are spliced or terminated on devices. 2. Strip insulation evenly around the conductor using tools designed for the purpose. Avoid scoring or nicking of solid wire or cutting strands from stranded wire. 3. The length of free conductors at outlets for devices shall meet provisions of NFPA 70, Article 300, without pigtails. 4. Existing Conductors: a. Cut back and pigtail, or replace all damaged conductors. b. Straighten conductors that remain and remove corrosion and foreign matter. C. Pigtailing existing conductors is permitted, provided the outlet box is large enough. D. Device Installation: 1. Replace devices that have been in temporary use during construction and that were installed before building finishing operations were complete. 2. Keep each wiring device in its package or otherwise protected until it is time to connect conductors. 3. Do not remove surface protection, such as plastic film and smudge covers, until the last possible moment. 4. Connect devices to branch circuits using pigtails that are not less than 6 inches in length. 5. When there is a choice, use side wiring with binding -head screw terminals. Wrap solid conductor tightly clockwise, two-thirds to three -fourths of the way around terminal screw. 6. Use a torque screwdriver when a torque is recommended or required by manufacturer. 7. When conductors larger than No. 12 AWG are installed on 15- or 20-A circuits, splice No. 12 AWG pigtails for device connections. 8. Tighten unused terminal screws on the device. 9. When mounting into metal boxes, remove the fiber or plastic washers used to hold device - mounting screws in yokes, allowing metal -to -metal contact. COL — Reno Muni Square RR J21518 16140 - 5 E. Receptacle Orientation: Install ground pin of vertically mounted receptacles up, and on horizontally mounted receptacles to the left. F. Device Plates: Do not use oversized or extra -deep plates. Repair wall finishes and remount outlet boxes when standard device plates do not fit flush or do not cover rough wall opening. G. Dimmers: Install dimmers within terms of their listing. Verify that dimmers used for fan -speed control are listed for that application. Install unshared neutral conductors on line and load side of dimmers according to manufacturers' device listing conditions in the written instructions. H. Arrangement of Devices: Unless otherwise indicated, mount flush, with long dimension vertical and with grounding terminal of receptacles on top. Group adjacent switches under single, multigang wall plates. I. GFCI Receptacles: Install non -feed -through -type GFCI receptacles where protection of downstream receptacles is not required. 3.2 FIELD QUALITY CONTROL A. Test Instruments: Use instruments that comply with UL 1436. B. Test Instrument for Convenience Receptacles: Digital wiring analyzer with digital readout or illuminated digital -display indicators of measurement. C. Perform the following tests and inspections: Tests for Convenience Receptacles: a. Line Voltage: Acceptable range is 105 to 132 V. b. Percent Voltage Drop under 15-A Load: A value of 6 percent or higher is unacceptable. C. Ground Impedance: Values of up to 2 ohms are acceptable. d. GFCI Trip: Test for tripping values specified in UL 1436 and UL 943. e. Using the test plug, verify that the device and its outlet box are securely mounted. f. Tests shall be diagnostic, indicating damaged conductors, high resistance at the circuit breaker, poor connections, inadequate fault current path, defective devices, or similar problems. Correct circuit conditions, remove malfunctioning units and replace with new ones, and retest as specified above. D. Wiring device will be considered defective if it does not pass tests and inspections. E. Prepare test and inspection reports. END OF SECTION 16140 COL — Reno Muni Square RR J21518 16140 - 6 Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. COMcheck Software Version 4.0.0 Interior Lighting Compliance Certificate Section 1: Project Information Energy Code: 2009 IECC Project Title: Municipal Square Restroom Renovations Project Type: Alteration Construction Site: Owner/Agent: Designer/Contractor: 916 Texas Avenue City of Lubbock Michael Stmhan Lubbobk, TX 79401 BSA Consulting Engineers, PLLC 14302 FM 1730 Lubbock, TX 79424 (806)7807475 mikes@bsaengieeering.com Section 2: Interior Lighting and Power Calculation A B C D Area Category Floor Area Allowed Allowed Watts (ft2) Watts / ft2 (B x C) Toilet Renovations (Office) 1095 1 1095 Total Allowed Watts = 1095 Section 3: Interior Lighting Fixture Schedule A B C D E Fixture ID : Description / Lamp / Wattage Per Lamp / Ballast Lamps/ # of Fixture (C X D) Fixture Fixtures Watt. Toilet Renovations ( Office 1095 sq.ft.) LED 1: Type A/A1: 2x4 Recessed LED Indirect: LED Other Fixture Unit 36W: 1 21 38 798 LED 2: Type B: 6" Led Downlight: LED PAR 12W: 1 2 12 24 Total Proposed Watts = 892 Section 4: Requirements Checklist Interior Lfghting PASSES Lighting Wattage: ❑ 1. Total proposed watts must be less than or equal to total allowed watts. Allowed Watts Proposed Watts Complies 1095 822 Passes Controls, Switching, and Wiring: ❑ 2. Daylight zones under skylights more than 15 feet from the perimeter have lighting controls separate from daylight zones adjacent to vertical fenestration. 3. Daylight zones have individual lighting controls independent from that of the general area lighting. Exceptions: ❑ Contiguous daylight zones spanning no more than two orientations are allowed to be controlled by a single controlling device. ❑ Daylight spaces enclosed by walls or ceiling height partitions and containing two or fewer light fixtures are not required to have a separate switch for general area lighting. I] 4. Independent controls for each space (switch/occupancy sensor). Exceptions: Project Title: Municipal Square Restroom Renovations Report date: 10/01/15 Data filename: Z:1BSA Consulting Engineers, PLLC\2015 Jobs\15-085 Municipal Square Restrooms\Electrical ComCheck.cck Page 1 of 2 ❑ Areas designated as security or emergency areas that must be continuously illuminated. Lighting in stairways or corridors that are elements of the means of egress. 05. Master switch at entry to hotel/motel guest room. ❑ 6. Individual dwelling units separately metered- Cj 7. Medical task lighting or art/history display lighting claimed to be exempt from compliance has a control device independent of the control of the nonexempt lighting. 8. Each space required to have a manual control also allows for reducing the connected lighting load by at least 50 percent by either controlling all luminaires, dual switching of alternate rows of luminaires, alternate luminaires, or alternate lamps, switching the middle lamp luminaires independently of other lamps, or switching each luminaire or each lamp. Exceptions: Only one luminaire in space. An occupant -sensing device controls the area. The area is a corridor, storeroom, restroom, public lobby or sleeping unit. ❑ Areas that use less than 0.6 WaWsq.ft. 9. Automatic lighting shutoff control in buildings larger than 5,000 sq.ft. Exceptions: p Sleeping units, patient care areas; and spaces where automatic shutoff would endanger safety or security. 11O.Photocell/astronomical time switch on exterior lights. Exceptions: Lighting intended for 24 hour use. 11.Tandem wired one -lamp and three -lamp ballasted luminaires (No single -lamp ballasts). Exceptions: Electronic high -frequency ballasts; Luminaires on emergency circuits or with no available pair. Section 5: Compliance Statement Compliance Statement: The proposed lighting alteration project represented in this document is consistent with the building plans, specifications and other calculations submitted with this permit application. The proposed lighting alteration project has been designed to meet the 2009 IECC, Chapter 8, requirements in COMcheck Version 4.0.0 and to comply with the mandatory require ants in the Requirements Checklist. �% Name -Title Signature Date Project Title: Municipal Square Restroom Renovations Report date: 10/O1115 Data filename: Z1BSA Consulting Engineers, PLLC12015 Jobs\15-085 Municipal Square Restrooms0ectrical ComCheck.cck Page 2 of 2