Loading...
HomeMy WebLinkAboutResolution - 2006-R0195 - Contract - Hunter Construction Company - Little League Baseball Field - 04/26/2006Resolution No. 2006-RO195 April 26, 2006 Item No. 5.24 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the City Council of the City of Lubbock hereby authorizes and directs the Mayor of the City of Lubbock to execute a Contract by and between the City of Lubbock and Hunter Construction Company of Lubbock for construction of a little league baseball field and associated facilities, which Contract and any associated documents, are attached hereto and made a part of this Resolution for all intents and purposes. Passed by the City Council this 26th day of April '2006. ATTEST: Rebecca Garza, City Secretary APPROVD, TO ONTENT: Randy Truesdell, Community Services Director �VED AS T ORM: Don Vandiver, ATForney of ounse Mres/HunterConRes April 18, 2006 No Text city of Lubbock PURCHASING DEPARTMENT ROOM 204, MUNICIPAL BUILDING 1625 13T11 STREET LUBBOCK, TEXAS 79401 PH: (806) 775-2167 FAX: (806) 775-2164 http://purchasing.ci.lubbock.tx.us DATE ISSUED: CLOSE DATE: ITB # 06-014-MA, Addendum #1 ADDENDUM #1 06-014-MA Challenger League Baseball Field Construction March 28, 2006 April 6, 2006 @ 3:00 P.M. CST The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Bidder's attention is invited to the followings: 1. Sheet #3 of the drawings (Grading and Field Layout Plan); Note #2: Delete the words "AND 36 OZ FACE WEIGHT"; "AND 26 OZ FACE WEIGHT"; "AND 22 OZ FACE WEIGHT". Sheet #8 (Misc. Details) - same as above 2. Attached are the revised specifications for Section 02300 (Earthwork), PART 2 (Products), 2.04, B, has been changed to read as follows: Delete the sentence "The Contractor may use soil from the stockpile adjacent to the ballfield, provided that unsuitable materials are removed". Insert the sentence "The Contractor may use soil from the stockpile at the Park, west of Milwaukee Avenue, provided that unsuitable materials are removed". All request for additional information or clarification must be submitted in writing and directed to: Marta Alvarez, Senior Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Question may be faxed to (806) 775-2164 or Email to Malvarez@mylubbock.us mylubbock.us THANK YOU, &Rasta c2q1vatsz CITY OF LUBBOCK Marta Alvarez Senior Buyer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's responsibility to advise the City of Lubbock Purchasing Manager if any language requirements etc or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the Purchasing Manager no later than five (5) business days prior to the bid close date. A review of such notifications will be made. ITB#06-014-MAAd1 SECTION 02300 ITB # 06-014-MA, Addendum #1 EARTHWORK PART 1 - GENERAL 1.01 SCOPE: Work in this section includes furnishing all labor, materials, equipment, and services required to construct, shape, and finish earthwork to the required lines, grades, and cross sections as specified herein and on the plains. 1.02 RELATED WORK SPECIFIED ELSEWHERE: A. Grading Plan. 1.03 TEST REPORTS: The Contractor will bear the cost of all routine testing requirements and will submit test reports to the Owner within 24 hours of receipt. In the case of failing tests, the Owner will be notified immediately. Tests will be obtained from a commercial testing laboratory selected by the Owner as specified herein and in the Conditions of the Contract. 1.04 METHOD OF PAYMENT: Earthwork is a necessary and incidental part of the work. The total cost will be included in the Bid Proposal. Payment will not be made on a unit price basis or by any other separate measured payment method. PART 2 - PRODUCTS 2.01 UNCLASSIFIED EXCAVATION: Unclassified excavation shall consist of all excavation, unless separately designated, within the limits of the work. Unclassified excavation includes all material encountered regardless of its nature or the manner in which it is to be excavated. 2.02 UNCLASSIFIED FILL: A. Unclassified fill shall consist of all fill within the limits of the work, except for the upper 6" which shall be called topsoil. All suitable native materials removed in unclassified excavation, or similar imported materials, shall be used insofar as practicable as unclassified fill. Properly deposited, conditioned, and compacted fill is hereinafter referred to as "earth embankment". B. Rock will not be considered as appropriate for fill on this project. 2.03 TOPSOIL: Shall be as follows: A. On -Site Topsoil: Topsoil shall consist of an average depth of six (6") inches of native surface soil left in place after the ground cover of herbaceous vegetation and other objectionable matter has been cleared by "blading", as specified in Section 02100, or suitable on -site topsoil stock piled from areas on -site where cutting or filling operations will not be at natural grades. The topsoil must be free of objectionable matter that would render is an "unsuitable material' as described herein. 2.04 IMPORTED FILL: A. Imported fill materials shall be used for the construction of earth embankment in the event that (1) the volume of unclassified excavation is less than the volume of fill required for earth embankment and/or (2) the condition of materials removed in unclassified excavation makes them unsuitable for use in the construction of earth embankment. B. The Contractor shall haul and place imported fill obtained from off -site sources as necessary to achieve the grades shown on the plans. The Contractor may use soil from the stockpile at the Park, west of Milwaukee Avenue, provided that unsuitable materials are removed. Stockpile shall be graded after removal to smooth and gentle slopes suitable for growth of turf. Disturbed areas of stockpile shall be hydro -mulched and seeded to same specs as other disturbed areas. All costs related to imported fill will be included in the contract price, and no additional or separate payment for imported fill will be due the Contractor. C. A sample of proposed imported fill must be provided by the Contractor and be approved by the Architect/Engineer. In general, imported material must be equal to or better than native material in quality and engineering characteristics. The Architect/Engineer may also require the Contractor to provided a material analysis test of the proposed fill. ITB#06-014-MAAd1 2 ITB # 06-014-MA, Addendum #1 2.6 ONSUITABLE MATERIALS: A. Topsoil, select material, imported fill, or unclassified fill will be declared as "unsuitable" by the Architect/Engineer if, in his opinion, any of the following conditions or matter and particles are present to a degree that is judged detrimental to the proposed use of the material. 1. Moisture. 2. Decayed or undecayed vegetation. 3. Hardpan clay, heavy clay, or clay balls. 4. Rubbish. 5. Construction rubble. 6. Sand or gravel. 7. Rocks, cobbles, or boulders. 8. Cementious matter. 9. Foreign matter of any kind. B. Unsuitable materials will be disposed of as "waste" as specified in Section 02100. C. Wet Material: If fill material is unsatisfactory for use as embankment solely because of high moisture content, the Architect/Engineer may grant the Contractor permission to process the material to reduce the moisture content to a usable optimum condition. 2.06 COMPOST (omit): Shall be well -rotted organic material such as cotton hulls or pine bark, or a combination of 80% vegetable matter and 20% manure products or approved equal. This material shall have been composted at least nine (9) months and shall be free of fungus, grass, weed seed, debris, or any toxic substances. Compost shall be "screened" so that no particles are greater than %2" in diameter. "New Life Acid Grow" as produced by Soil Building Systems, Inc., Dallas, Texas, 972-831-8181; or Premium Grade "Compost" as produced by Vital Earth Resources, Gladewater, Texas, 903-845-2163, are examples of acceptable products. -- PART 3 - EXECUTION 3.01 SITE PREPARATION: In general, "site preparation," as specified in Section 02100, shall be performed in advance of grading and earthwork operations and shall be completed over the entire area of earthwork operations. - 3.02 ATHLETIC FIELD SOIL PLACEMENT, MIXING AND FINE GRADING: A. OUTFIELD: Existing soil and/or imported topsoil shall be tilled to a depth of 6" then graded and smoothed to within 0.05 feet of required grade; allowing for thickness of field surface materials. Prepare topsoil as described in Section 02930, Turfgrass Planting and Mowing. B. INFIELD: Existing soil and/or imported fill shall be placed, graded and compacted to minimum 95% of Standard Proctor Density, and graded to within 0.05 feet of finished grade; allowing for thickness of field surface materials. Contractor shall arrange for three compaction tests to be taken upon completion of final grading at locations to be _1 determined by the Owner's Representative. 3.03 UNCLASSIFIED EXCAVATION: A. All excavated areas shall be maintained in a condition to assure proper drainage at all times, and ditches and sumps shall constructed and maintained to avoid damage to the areas under construction. Erosion control measures shall be installed and maintained during construction operations. B. Surplus Material: 1. Surplus excavation is that quality of material that may be left over after the grading plan is executed, and all earthwork operations, including excavation, embankment construction, topsoil replacement, and final grading, are completed. Unless otherwise specified, the Contractor shall dispose of surplus material as "waste" as specified in Section 02100. 2. Excavation in Rock (omit): The use of explosives will not be permitted unless specifically permitted in writing by the Owner. Unless otherwise indicated on the plans, excavation in solid rock shall extend six (6") ITB#06-014-MAAd 1 3 ITB # 06-014-MA, Addendum #1 inches below required subgrade elevation for the entire width of the area under construction and shall be backfilled with suitable materials as indicated on the plans. 3.04 EARTH EMBANKMENT: A. Earth embankment is defined as embankment composed of suitable materials removed in unclassified excavation and/or imported fill. The construction of embankment includes preparing the area on which fill is to be placed and the depositing, conditioning, and compaction of fill material. B. General: Except as otherwise required by the plans, all embankment shall be constructed in layers approximately _ parallel to the finished grade of the graded area, and each layer shall be so constructed as to provide a uniform slope as shown on the grading plan. Embankments shall be constructed to correspond to the general shape of the typical sections shown on the plans, and each section of the embankment shall correspond to the detailed section or slopes established by the drawings. After completion of the graded area, embankment shall be continuously maintained to its finished section and grade until the project is accepted. C. Preparation: Prior to placing any embankment, all preparatory operations will have been completed on the excavation sources and areas over which the embankment is to be placed. Stump holes or small excavations in the limits of the embankments shall be backfilled with suitable material and thoroughly tamped by approved methods before commencing embankment construction. The surface of the ground, including plowed, loosened ground, or surfaces roughened by small washes or otherwise, shall be restored to approximate its original slope by grading or other methods. The subgrade shall be firm and able to support the construction equipment without displacement. Soft or yielding subgrade shall be corrected and made stable before construction proceeds. The subgrade shall be proof rolled to detect soft spots, which if exist, shall be reworked. Proof rolling shall be performed using a heavy pneumatic tired roller, loaded dump truck, or similar piece of equipment weighing approximately 25 tons. The proof rolling operations shall be observed by the geotechnical engineer or his representative. D. Scarification: The surface of all areas and slopes over which fill is to be placed, other than rock, shall be scarified to a depth of (6") inches to provide a bond between the existing surface and the proposed embankment. Scarification shall be accomplished by plowing, discing, or other approved means. The material that has been loosened shall be recompacted with the new embankment. The first lift shall have no more than two (2") inches in loose depth added to the scarified material. E. Benching (omit): Scarification is normally adequate for sloping surfaces. However, in certain cases where fill is to be placed against hillsides or existing embankment with slopes greater than four to one (4:1), the Architect/Engineer may direct the Contractor to key the fill material to the existing slopes by benching. A minimum of two (2') feet normal to the slope shall be removed and recompacted to insure that the new work is constructed on a firm foundation free or loose or disturbed material. F. Depositing: Fill material shall be placed in horizontal layers or lifts, evenly spread, not to exceed six (6") inches in loose depth before conditioning and compaction. Unless otherwise permitted, each layer of fill material shall cover the length and width of the area to be filled and shall be conditioned and compacted before the next higher layer of fill is placed. The fill material shall be uniform with respect to material type and moisture content. Clods and chunks of material shall be broken and the fill material mixed by discing, blading, or plowing, as necessary, so that a material of uniform moisture and density is obtained for each lift. Adequate drainage shall be maintained at all times. G. Watering: At the time of compaction, the moisture content of fill material shall be such that the specified compaction will be obtained, and the fill will be firm, hard, and unyielding. Fill material that contains excessive moisture shall not be compacted until it is dry enough to obtain the specified compaction. Water required for sprinkling to bring the fill _. material to the proper moisture content should be applied evenly through each layer. H. Compacting: Each layer of earth dill shall be compacted by approved tamping or sheepsfoot rollers, pneumatic tire rollers, or other mechanical means acceptable to the Architect/Engineer. Hand -directed compaction equipment shall be used in areas inaccessible to vehicular compactors. I. Grading: Embankments shall be constructed in proper sequence and at proper densities for their respective functions. --` All embankment serves in one capacity or another as subgrade (e.g., under topsoil, under pavement, under structures, etc.). Accordingly, the upper layer of embankment shall be graded to within plus or minus 0.10 foot of proper ITB#06-014-MAAd1 4 ITB # 06-014-MA, Addendum #1 subgrade elevation prior to depositing topsoil, an prior to the construction of pavements, slabs, etc. (See Building Earthwork.) 3.05 DENSITY CONTROL A. Earth Embankment in General: On -site sandy clay soils used in earth embankment shall be compacted in maximum six (6") inch lifts at ninety-two (92%) to one hundred (100%) percent of Standard Proctor Density ASTM D698 with moisture content ranging between optimum to five (5%) percentage points above optimum. B. Earth Embankment Under Pavement: The top six (6") inches of natural earth comprising the subgrade for areas of pavement shall be ninety-five (95%) to ninety-eight (98%) percent of Standard Proctor Density ASTM D698 with the moisture content at two (2%) to four (4%) percent above optimum. Sidewalks six (6') feet and less in width and individual paved areas less than one hundred fifty (150) square feet in surface area are excluded from this requirement. 3.06 MOISTURE MAINTENANCE: The specified moisture content shall be maintained in all embankments that are to function as subgrade for structures, areas of pavement, of for select embankment. After completion of the embankment, the Contractor shall prevent excessive loss of moisture in the by sprinkling as required. Loss of moisture in excess of two (2%) percent below optimum in the top twelve (12") inches of the fill will require that the top twelve (12") inches of the embankment be scarified, wetted, and recompacted prior to placement of the structure, select fill or pavement. If desired, the Contractor may place an asphalt membrane of emulsified or cutback asphalt over the completed embankment and thus eliminates the sprinkling requirement. 3.07 TESTING: Field density tests shall be arranged by the Contractor. Contractor shall notify Owner's Representative before testing is to occur. 3.08 STORM WATER MANAGEMENT: The Contractor shall perform his construction operations in accordance with best management practices to control pollutants in storm water discharges during construction. The Contractor shall conform to local state and federal regulations regarding control of storm water pollutants, silt, and sediments leaving the site. The Contractor shall maintain sediment and pollution controls in accordance with the plans and the TCEQ STORM WATER POLLUTION PREVENTION PLAN. j 3.09 RECORD DRAWINGS: Upon completion of the grading operations the Contractor must verify the site grading by having a registered public surveyor shoot grades on a 25' grid overlaid over the baseball playing field areas. The grades must be -- transferred to a reproducible drawing of the grading plan for submission to and approval by the Owner or Architect/Engineer. No construction can proceed until the Owner has approved this "Record Drawing". All costs for surveying must be borne by - the Contractor. END OF SECTION ITB#06-014-MAAd 1 5 CITY OF LUBBOCK INVITATION TO BID •C TITLE: Challenger League Baseball Field Construction ADDRESS: LUBBOCK, TEXAS ITB NUMBER: 06-014-MA PROJECT NUMBER: 90384 CONTRACT PREPARED BY: PURCHASING & CONTRACT MANAGEMENT DEPARTMENT INDEX 1. NOTICE TO BIDDERS 2. GENERAL INSTRUCTIONS TO BIDDERS 3. BID SUBMITTAL - BID FOR LUMP SUM CONTRACTS 4. PAYMENT BOND 5. PERFORMANCE BOND 6. CERTIFICATE OF INSURANCE 7. CONTRACT 8. GENERAL CONDITIONS OF THE AGREEMENT 9. CURRENT WAGE DETERMINATIONS 10. SPECIFICATIONS NOTICE TO BIDDERS NOTICE TO BIDDERS ITB #06-014-MA Sealed bids addressed to Marta Alvarez, Interim Purchasing Manager, City of Lubbock, Texas, will be received in the office of the Interim Purchasing Manager, Municipal Building, 1625 13th Street, Room 204, Lubbock, Texas, 79401, until 3:00 o'clock p.m. on 6th April, 2006 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: "Challenger League Baseball Field Construction" After the expiration of the time and date above first written, said sealed bids will be opened in the office of the Interim Purchasing Manager and publicly read aloud. It is the sole responsibility of the bidder to ensure that his bid is actually in the office of the Interim Purchasing Manager for the City of Lubbock, before the expiration of the date above first written. Bids are due at 3:00 o'clock p.m. on 6th April. 2006 and the City of Lubbock City Council will consider the bids on 26th April, 2006, at the Municipal Building, 1625 13th Street, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all bids and waive any formalities. The successful bidder will be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful bidder will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. Said statutory bonds should be issued by a company carrying a current Best Rating of B or superior. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within ten (10) business days after notice of award of the contract to him. FAILURE OF THE BIDDER TO INCLUDE BID SECURITY WITH THE BID SUBMITTAL SHALL CONSTITUTE A NONRESPONSIVE BID AND RESULT IN DISQUALIFICATION OF THE BID SUBMITTAL. It shall be each bidder's sole responsibility to inspect the site of the work and to inform himself regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the bid submitted. There will be a non -mandatory pre -bid conference on 23rd March, 2006 at 11:00 o'clock a.m., in Parks and Recreation Conference Room, Lubbock, Texas. Bidders may view the plans and specifications without charge at The Reproduction Company, 2102 Avenue Q, Lubbock, Texas 79405. ONE SET OF PLANS AND SPECIFICATIONS MAY BE OBTAINED, AT THE CITY'S EXPENSE, FROM THE REPRODUCTION COMPANY WITH A $100 REFUNDABLE DEPOSIT, htlp://t)r.therepLqductioncompany.com/, Phone: (806) 763-7770. Additional sets of plans and specifications may be obtained at the bidder's expense. Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the office of the Interim Purchasing Manager of the City of Lubbock, which document is specifically referred to in this notice to bidders. Each bidder's attention is further directed to provision of Article 5159a, Vernon's Ann. Civil St., and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -bid meetings and bid openings are available to all persons regardless of disability. If you would like bid information made available in a more accessible format or if you require assistance, please contact the City of Lubbock ADA Coordinator at (806) 775- 2018 at least 48 hours in advance of the meeting. CITY OF LUBBOCK MAR7A.aL VAREZ MARTA ALVAREZ INTERIM PURCHASING MANAGER GENERAL INSTRUCTIONS TO BIDDERS GENERAL INSTRUCTIONS TO BIDDERS 1 BID DELIVERY TIME & DATE 1.1 The City of Lubbock is seeking written and sealed competitive bids to furnish Challenger League - Baseball Field per the attached specifications and contract documents. Sealed bids will be received no later than 3:00 p.m. CST, 6th April, 2006 at the office listed below. Any bid received after the date and _s hour specified will be rejected and returned unopened to the bidder. Each bid and supporting documentation must be in a sealed envelope or container plainly labeled in the lower left-hand corner: "ITB #06-014-MA, Challenger League Baseball Field" and the bid opening date and time. Bidders must also include their company name and address on the outside of the envelope or container. Bids must be addressed to: Marta Alvarez, Interim Purchasing Manager City of Lubbock 1625 13th Street, Room 204 W Lubbock, Texas 79401 1.2 Bidders are responsible for making certain bids are delivered to the Purchasing & Contract Management Department. Mailing of a bid does not ensure that the bid will be delivered on time or delivered at all. If bidder does not hand deliver bid, we suggest that he/she use some sort of delivery service that provides a receipt. 1.3 Bids will be accepted in person, by United States Mail, by United Parcel Service, or by private courier service. No bids will be accepted by oral communication, telephone, electronic mail, telegraphic transmission, or telefacsimile transmission. THE CITY WILL NOT ACCEPT FAX BIDS. 1.4 The City of Lubbock reserves the right to postpone the date and time for opening bids through an - addendum. 2 PRE -BID MEETING 2.1 For the purpose of familiarizing bidders with the requirements, answering questions, and issuing addenda as needed for the clarification of the Invitation to Bid (ITB) documents, a non -mandatory pre -bid meetin will be held at 11:00 a.m. March 23`d2006 in Parks and Recreation Conference Room Lubbock Texas. All persons attending the meeting will be asked to identify themselves and the prospective bidder they represent. 2.2 It is the bidder's responsibility to attend the pre -bid meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre -bid meeting to bidders who do not attend the pre -bid meeting. 3 ADDENDA & MODIFICATIONS 3.1 Any changes, additions, or clarifications to the ITB are made by ADDENDA information available over the Internet at ham://www.RFPdepot.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 bidder in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof from the Purchasing & Contract Management Department. At the request of the bidder, or in the event the Purchasing & Contract Management Department deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Purchasing & Contract Management Department. Such addenda issued by the Purchasing & Contract Management Department will be available over the Internet at littp://www.RFPdepot.com and will become part of the proposal package having the same binding effect as provisions of the original ITB. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by the City of Lubbock Purchasing & Contract Management Department no later than five (5) days before the bid closing date. 3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock shall not be legally bound by any amendment or interpretation that is not in writing. Only information supplied by the City of Lubbock Purchasing & Contract Management Department in writing or in this ITB should be used in preparing bid responses. All contacts that a bidder may have had before or after receipt of this ITB with any individuals, employees, or representatives of the City and any information that may have been read in any news media or seen or heard in any communication facility regarding this bid should be disregarded in preparing responses. 3.4 The City does not assume responsibility for the receipt of any addendum sent to bidders. 4 EXAMINATION OF DOCUMENTS AND REQUIREMENTS 4.1 Each bidder shall carefully examine all ITB documents and thoroughly familiarize itself with all requirements before submitting a bid to ensure that their bid meets the intent of these specifications. 4.2 Before submitting a bid, each bidder shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Invitation to Bid. Failure to make such investigations and examinations shall not relieve the bidder from obligation to comply, in every detail, with all provisions and requirements of the Invitation to Bid. 4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Interim Purchasing Manager and a clarification obtained before the bids are received, and if no such notice is received by the Interim Purchasing Manager prior to the opening of bids, then it shall be deemed that the bidder fully understands the work to be included and has provided sufficient sums in its bid to complete the work in accordance with these plans and specifications. If bidder does not notify Interim Purchasing Manager before bidding of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of bids. 5 BID PREPARATION COSTS 5.1 Issuance of this ITB does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a bid. 5.2 The issuance of this ITB does not obligate the City of Lubbock to enter into contract for any services or equipment. 5.3 All costs related to the preparation and submission of a bid shall be paid by the bidder. 6 TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 6.1 If you consider any portion of your bid to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. 6.2 The City of Lubbock will honor your notations of trade secrets and confidential information and decline to release such information initially, but please note that the final determination of whether a particular portion of your bid is in fact a trade secret or commercial or financial information that may be withheld from public inspection will be made by the Texas Attorney General or a court of competent jurisdiction. In the event a public information request is received for a portion of your bid that you have marked as being confidential information, you will be notified of such request and you will be required to justify your legal position in writing to the Texas Attorney General pursuant to Section 552.305 of the Government Code. In the event that it is determined by opinion or order of the Texas Attorney General or a court of competent jurisdiction that such information is in fact not privileged and confidential under Section 552.110 of the Government Code and Section 252.049 of the Local Government Code, then such information will be made available to the requester. 6.3 Marking your entire bid CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open Records Act. 2 7 LICENSES PERMITS TAXES The price or prices for the work shall include full compensation for all taxes, permits, etc. that the bidder is or may be required to pay. UTILIZATION OF LOCAL BUSINESS RESOURCES Prospective bidders are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their bid submittal how they would utilize local resources. 9 CONFLICT OF INTEREST 9.1 The bidder shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Lubbock. 9.2 By signing and executing this bid, the bidder certifies and represents to the City the bidder has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, _ advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of discretion concerning this bid. 10 CONTRACT DOCUMENTS 10.1 All work covered by the contract shall be done in accordance with contract documents described in the General Conditions. 10.2 All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 11 PLANS FOR USE BY BIDDERS It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without charge or forfeiture of deposit. The contract documents, may be examined without charge as noted in the Notice to Bidders. 12 BIDDER INQUIRIES AND CLARIFICATION OF REQUIREMENTS 12.1 It is the intent and purpose of the City of Lubbock that this request permit competitive bids. It shall be the bidder's responsibility to advise the Director of Purchasing & Contract Management if any language requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the City of Lubbock Purchasing & Contract Management Office no later than five (5) calendar days before the bid closing date. A review of such notifications will be made. 12.2 NO BIDDER SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS INVITATION TO BID (ITB) MUST BE SUBMITTED IN WRITING NO LATER THAN FIVE (5) CALENDAR DAYS PRIOR TO THE BID CLOSING DATE AND ADDRESSED TO: MARTA ALVAREZ, INTERIM PURCHASING MANAGER City of Lubbock 1625 13" Street Lubbock, Texas 79401 Fax: (806) 775-2164 Email: MAlvarez@mylubbok.us RFPDepot: http://www.RFPdet)ot.com 13 TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be substantially completed within TWO HUNDRED AND FORTY DAYS(240) CONSECUTIVE CALENDAR DAYS from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder. 13.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take such action as the City deems necessary to ensure completion of the project within the time specified. 14 PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the A� contract documents. _. 15 AFFIDAVITS OF BILLS PAID _ The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. 16 MATERIALS AND WORKMANSHIP The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and methods set forth in the contract documents provide minimum standards of quality, which the Owner believes necessary to procure a satisfactory project. 17 GUARANTEES 17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within ONE year from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants fault -free performance and fault -free result in the processing date and date -related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will be recognized and accommodated and will not, in 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 Y_ Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the 4 Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. 18 PLANS FOR THE CONTRACTOR The contractor will be furnished one set of plans and specifications, and related contract documents for his use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. 19 PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City reserves the right, after the bids have been opened and before the contract has been awarded, to require of a bidder the following information: (a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by the intended contract and all work in progress with bond amounts and percentage completed. (b) A sworn statement of the current financial condition of the bidder. (c) Equipment schedule. 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 and 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 cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense. 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 tights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. LJ 23 EXPLOSIVES 23.1 The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from the City. In all cases where written permission is obtained for the use of explosives, the Contractor shall assume full responsibility for all damage, which may occur as a direct or indirect result of the blasting. In addition, in all cases where explosives are authorized to be used, the Contractor shall use utmost care so as not to endanger life or property and the Contractor shall further use only such methods as are currently utilized by persons, firms, or corporations engaged in similar type of construction activity. 23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. 23.3 In all cases where explosives are to be used during the construction of the project contemplated by this contract, it shall be the duty of the Contractor to notify each utility company having structures (above or below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and such notice shall be given sufficiently in advance to enable the companies to take such steps as they may deem necessary to protect their property from injury. Such notice, however, shall not relieve the Contractor of responsibility for any damage resulting from his blasting operations. 24 CONTRACTOR'S REPRESENTATIVE The successful bidder shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful bidder shall be required to furnish the name, address and telephone number where such local representative 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 coverage's shall be submitted before contract execution. 25.2 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 A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. 26 LABOR AND WORKING HOURS 26.1 Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate that must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The bidders' attention is further directed to the requirements of Article 5159a, Vernon's Annotated Civil Statutes providing for the payment of the wage schedules above mentioned and the bidder's obligations hereunder. The inclusion of the schedule of general prevailing rate of per diem wages in these contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under this contract requiring an inspector will not be performed on weekends or holidays unless the following conditions exist: 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. 26.2 Before construction work requiring an inspector is to be performed on weekends or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on - weekends or holidays will be made by the Owner's Representative. 26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors engaged at the site of the work shall not later than the seventh day following the payment of wages, file with the Owner's Representative, or Engineer, a certified, sworn, legible copy of such payroll. This shall contain the name of each employee, his classification, the number of hours worked on each day, rate of pay, and net pay. The affidavit shall state that the copy is a true and correct copy of such payroll, that no rebates or deductions (except as shown) have been made, or will in the future be made from the wages paid as shown thereon. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, ten dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. 28 PROVISIONS CONCERNING ESCALATION CLAUSES Bids submitted containing any conditions which provide for changes in the stated bid price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the bidder without being considered. 29 PREPARATION FOR BID 29.1 The bidder shall submit his bid on forms furnished by the City. All blank spaces in the form shall be correctly filled in and the bidder shall state the price both in words and numerals, for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the price written in words and the price written in figures, the price written in words shall govern. 29.2 If the bid is submitted by an individual, his name must be signed by him or his duly authorized agent. If a bid is submitted by a firm, association, or partnership, the name and address of each member must be given and the bid signed by a member of the firm, association or partnership, or person duly authorized. If the bid is submitted by a company or corporation, the company or corporate name and business address must be given, and the bid signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign bids must be properly certified and must be in writing and submitted with the bid. The bid shall be executed in ink. 29.3 Each bid shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and endorsed on the outside of the envelope in the following manner: 28.3.1 Bidder's name 28.3.2 Bid for (description of the project). 7 29.4 Bid submittals may be withdrawn and resubmitted at any time before the time set for opening of the bids, but no bid may be withdrawn or altered thereafter. 29.5 Pursuant to Texas Local Government Code 252.043(g), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. 30 BOUND COPY OF CONTRACT DOCUMENTS Bidder understands and agrees that the contract to be executed by bidder shall be bound and includes the following: (a) Notice to Bidders. (b) General Instructions to Bidders. (c) Bidder's Submittal. (d) Statutory Bond (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates for Contractor and all Sub -Contractors. 0) All other documents made available to bidder for his inspection in accordance with the Notice to Bidders. If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by reference into the aforementioned contract documents. 31 QUALIFICATIONS OF BIDDERS The bidder may be required before the award of any contract to show to the complete satisfaction of the City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein in a satisfactory manner. The bidder may also be required to give a past history and references in order to satisfy the City of Lubbock about the bidder's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the bidder to perform the work, and the bidder shall furnish to the City of Lubbock all information for this purpose that may be requested. The bidder's bid may be deemed not to meet specifications or the bid may be rejected if the evidence submitted by, or investigation of, the bidder fails to satisfy the City of Lubbock that the bidder is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the bidder's qualifications shall include: (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the bidder to perform the work or provide the service promptly or within the time specified, without delay or interference. (c) The character, integrity, reputation, judgment, experience, and efficiency of the bidder. (d) The quality of performance of previous contracts or services. (e) The safety record of the Contractor and proposed Sub -Contractors 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 three (3) 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. 32 BID AWARD 32.1 The City of Lubbock reserves the right to reject any or all bids, reject any particular item on a bid, and to waive immaterial formalities and to accept the offer most advantageous to the City of Lubbock in its sole discretion. Unless otherwise specified herein, the City shall award the bid based on the total bid for Bid Items 1 through 9 or the sum of Items 1 through 9 plus Alternate Bid, as the City may select. 32.2 All bids are evaluated for compliance with specifications before the bid price is considered. Response to specifications is primary in determining the best low bid. Failure to comply with the specifications may result in disqualification of the bid. 32.3 In case of tie bids, preference will be given to local bidders. Consistent and continued tie bidding may be cause for rejection of bids by the City of Lubbock and/or investigation by the Attorney General to determine possible Anti -Trust violations. 32.4 Before the City may award a bid to a nonresident bidder, the nonresident bidder's bid must be lower than lowest bid submitted by a responsible Texas bidder by the same margin or amount that a Texas bidder would be required to underbid the nonresident bidder in the nonresident bidders' home state. 32.5 Any contract made, or purchase order issued, as a result of this Invitation to Bid, shall be entered into the State of Texas and under the laws of the State of Texas. In connection with the performance of work, the Bidder agrees to comply with the Fair Labor Standard Act, Equal Opportunity Employment Act, and all other applicable Federal, State, and Local laws, regulations, and executive orders to the extent that the same may be applicable. 32.6 NO INDIVIDUAL OF ANY USING DEPARTMENT HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS INVITATION TO BID. 9 BID SUBMITTAL BID SUBMITTAL LUMP SUM BID CONTRACT DATE: APRIL 6, 2006 PROJECT NUMBER: #06-014-MA - Challenger League Baseball Field Construction Bid of HUNTER CONSTRUCTION COMPANY (hereinafter called Bidder) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Gentlemen: The Bidder, in compliance with your Invitation to Bid for the construction of a Challenger League Baseball Field Construction having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surroundin�(y 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. Estimated Item Quantity No. R Unit Description of Item Total Amount 1 • I LS Press -Box and steps. MATERIALS: CNE BLMF D 7AM CNE 'IIi1_F& D SIX ErGH1y I!IVE $ /LS(121,685 LABOR: EIM ONE THIEW CNE 'IW ly FCI.R $ /LS( 811M TOTAL. ) BID ITEM # 1: W HIOM W TMUSW EIGE HEM NINE (Unit Price Amounts shall ords and be shown in both wnumerals. In case of discrepancy. the mw amount shown in word,( sgoovveem ?• 5954 SF Concrete sidewalks, bleacher pads and dugout pads. MATERIALS: TWMN ND E THJJSW THREE 9E VRU SIR & 00/100 $_ 4.94 /SF(29,376 ) LABOR: NP E TH1 SEUFN NR0Y TlXD & 00/100 $_ 1.64 TOTAL /SF( 9,792 ) BID ITEM #?: UffR .Y NIDE UELEW LIVE SIX[Y EIGE & 00/100 6.58 (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy. the mount shown in words- shall168 ) �o em. ) 3. 1 LS Accessible ramp MATERIALS: FM TMLEW FIVE HIOM ggREE & 00/100 LABOR: CITE 'I13JLEW ELCIff THIRTY FUR & OD/100 TOTAL c� BID ITEM #3: SEVIN ULMIAM THREE THIRTY SEVIiIJ & 00/100 $ /L.S 7,337 ( Unit Price Amounts shall be shown in both words and numerals. in case of discrepancy, the amount shown in words shall govetrt) ' ) Bidder's Initial 4. 850 LF Chain link fencing MATERIALS: THIRTY TWO THOUSAND EIGHT NINETY & 00/100 $ 38.69 /LF( 32,890 LABOR: SEVENTEEN THOUSAND SEVEN TEN & 00/100 $ 20.84 /LF( 17, 710 TOTAL BID ITEM #4: FTFTY THOUSAND SIX HUNDRED & 00/100 (Unit Price Amounts shall be shown in both words and numerals. In case ofdiscrepanc�, the a$mount shown . /LF((words sh510 0600) 5. 1 LS Irrigation MATERIALS: FIFETEEN THOUSAND EIGHT THIRTY EIGHT & 00/ 00 � LABOR: Tv'ri' TWO THOUSAND EIGHT EIGHTY EIGHT & 00/10 TOTAL 22, 888 BID ITEM #5: TH1 RIY EIG 9 UUJSW cTM yoEgy SIX & 00/100 (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the mount shown in words s govern.) 726) 6. 1195 SY Artificial turf, infield MATE TOT A' BID ITEM #6:�he ( Unit Price Amounts shall he shown in both 7. 2 EA $ /S Y(kf / 2_ 0 s it'i�C2y In c' �Cirepancy, the amount shown in words shall goTvem ) Shade structures for bleachers MATERIALS: TEN THOUSAND NINE THIRTY SIX & 00/100 $5,468 JEA( 10,936 � LABOR: TWO THOUSAND SEVEN THIRTY TWO & 00/100 366 TOTAL $1, _/EA( 2, 732 BID ITEM #7: THIRTEEN THOUSAND SIX SIXTY EIGHT & 00/100$6,834 /EA( (knit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words ,686v) ) S. 13740 SY Turfgrass Sod shall MATERIALS: THIRTY THREE THOUSAND NINE SEVENTY TWO $ 2.47 I'M 33,972 LABOR: THIRTY FOUR THOUSAND ONE THIRTY & 00/100 ) $ 2.49 TOTAL /SY( 34,130 BID ITEM #8: SIXTY EIGHT THOUSAND ONE HUNDRED TWO &Op/lOp$ 4.g6 (CEnit -, /SY Priee Amounts shall be shown in both words and numerals. In case of discrepancy, the ) amount shown 9. 4200 SY Hydro -mulching and seeking v in words shall govern.) .- MATERIALS: TW TII1[ED CNE FUZIY TIM & 00/100 S 2.42 /SY(10,143 � LABOR: THE TEPID CLUE Thy TFFM & 00/100 TOTAL $ 2.88 /SY(12,123 BID ITEM #9: TWBW W TFLLEM W SAY SIX & 00/1C0 (Unit Pricc Amounts shall be shown 266 in both words and numerals. In case of discrepancy, the mo 5 t - in .30 � ords(s � govem ) f 2 Bidder's Initial TOTAL BASE BID, ITEMS #1 - #9: ti1ATERIALS" ,-tom 1,> q IZ-k LABOR:�;d � fin ,, ! L, c' A 3 all G� �� � Z%t��-C � 2 � 9 G c� TOTAL BASE I, - -- BID ITEMS #1 - #9: - ac Y (Unit Price Amounts shall be shown in BID ALTERNATE #1 i numetej5" in case of discrepa . the amount shown in words sha 1 �ovcm.) BAI-I 34201 SY Install artificial turf (Syblue 46 oz;or approved equal) on outfield MATERIALS.__ /SY( , —,-I yL LABOR:. �i�,�n.. �, /�l, u , _ _ n TOTAL ALTERNATIYE OPTION #BAI -l: /w / /SY( Z (Unit Price Amounts shall be shown to both words n nu erals`.. In case of discrepancy. the amount shown in words shall TOTAL BASE BID, ITEMS #1 - #9 & ALTERNATE #1: 1\1ATERIALS:/2 ,,— . e, ,c ` LABORf d 'ne'L TOTAL BASE BID ITEMS #1 - #9 & ALT#l: G�115�4tl S.e �,O-t Bidder's Initials "NBidder hereby agrees to commence the work on the above project on or before a date to be specified in a written otice to Proceed" of the Owner and to substantially complete the project within 240 (TWO HUNDRED AND FORTY DAYS) consecutive calendar days thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of $250 (TWO HUNDRED AND FIFTY) for each consecutive calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good for a period of thirty (30) calendar days after the scheduled closin<, time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans. specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed. and to substantially complete the work on which he has bid; as provided in the contract documents. 3 Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, - payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid subnvtted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. Enclosed with this bid is a Cashier's Check or Certified Check for Dollars ($ ) or a Bid Bond in the sum of 5% Dollars which it is agreed shall be collected and retained by the Owner as liquidated damages in the event ft the bid is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned upon demand. Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Bidders. /I Pursuant to Texas Local Government Code 252.043(a), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. (Seal if Bidder is a Corporation) A cret JAMES G S Bidder acknowledges receipt of the following addenda: Addenda No. Date Addenda No. Date Addenda No. Date Addenda No. Date iINi/WBE Firm: e American 0 JIM D HUNTER, PRESIDENT (Printed or Typed Name) HUNTER CONSTRUCTION COMPANY Company 510 VALENCIA AVENUE Address LUBBOCK City, Co!" Ity TEXAS 79416 State Zip Code Telephone: 806 - 799-4319 Fax: 806 - 793-6367 Black American Asian Pacific American Native American Other f Soeci fv) 4 1. 3. 4. 5. 6. 7. 8. 9. 10. LIST OF SUBCONTRACTORS Minority Owned Yes No t ❑ IN SAN DIEGO CONCRETE ❑ TRANS TEXAS PENCE ❑ TURFMASTER ❑ #RD GENERATION CONSTRUCTION, INC. ❑ � MILLER CONSTRUCTION ❑ X ROOEMWTERS OVERHEAD DOOR COMPANY HORIZON GLASS COMPANY G SIMMONS PAINTING ❑ CC ELECTRIC X THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH INSURANCE CERTIFICATES FOR EACH SUB -CONTRACTOR PURSUANT TO SECTION 28G OF THE GENERAL CONDITIONS. 6, CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT To Be Completed by Bidder And Attached to Bid Submittal I, the undersigned Bidder, certify that the insurance requirements contained in this bid document have been reviewed by me with the below identified Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to, within ten (10) business da s a r being notified of such award by the City of Lubbock, furnish a valid insurance certificate the City meeting it the requirements defined in this bid/proposal. JIM D HUNTER PRESIDENT ontractor(Signat" e Contractor (Print) CONTRACTOR'S FIRM NAME: HUNTER CONSTRUCTION COMPANY (Print or Type ) CONTRACTOR'S FIRM ADDRESS: 510 VALENCIA AVENUE LUBBOCK, TX 79416 Name of Agent/Broker: ARTHUR J. GALLAGHER, INC. Address of Aaent/Broker: P.O. BOX 53910 City/State/Zip: LUBBOCK, TX 79416 Agent/Broker Telephone Number: ( 806 ) 785-1988 Date: APRIL 6. 2006 NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this bid/proposal and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Director of Purchasing & Contract Management for the City of Lubbock at (806) 775-2165. BID #06-014-MA - Challenger League Baseball Field Construction 6 SAFETY RECORD QUESTIONNAIRE (Must Be Submitted With Bid Submittal) 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 bids 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 bidder prior to awarding bids on City contracts. The definition and criteria for determining the safety record of a bidder for this consideration shall be: The City of Lubbock shall consider the safety record of the bidders 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 bidder 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 limited 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 bidder and his or her ability to perform the services or goods required by the bid documents in a safe environ .lent, both for the workers and other employees of bidder and the citizens of the City of Lubbock. In order to obtain proper information from bidders so that City of Lubbock may consider the safety records of potential _. contractors prior to awarding bids on City contracts, City of Lubbock requires that bidders answer the following three (3) questions and submit them with their bids: QUESTION ONE Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such firm, corporation. partnership or institution, received citations for violations of OSHA within the past three (3) years? YES NO X If the bidder has indicated YES for question number one above, the bidder must provide to City of Lubbock, with its bid 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 assessed. QUESTION TWO Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such 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 X If the bidder has indicated YES for question number two above, the bidder must provide to City of Lubbock, with its bid 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 bidder, or the firm, corporation, partnership, or institution represented by bidder, or anyone acting for such firm, corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a crinunal offense which resulted in serious bodily injury or death? YES NO X If the bidder has indicated YES for question number three above, the bidder must provide to City of Lubbock, with its bid submission, the following information with respect to each such conviction: Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty assessed. ACKNOWLEDGEMENT THE STATE OF TEXAS COUNTY OF LUBBOCK I certify that I have made no willful misrepresentations in this Questionnaire nor have I wi statements and answers to questions. I am aware that the info tion given by e in�!! investigated, with my full permission, and that any misrepresentations omissions ir�v ca,I „ JIM D HUNTER PRESIDENT Title ion in my •e will be 8 SUSPENSION AND DEBARMENT CERTIFICATION Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting with or malting 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 $25,000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a Federal agency. I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or debarred by a Federal agency. COMPANY NAME: HUNTER Signature of Company Offtal Date Signed: APRIL 6, OC Printed name of company official signing above: JIM D HUNTER, PRESIDENT 9 INSURANCE COMPANY OF THE WEST P.O. Box 85563, San Diego, CA 92186-5563 BID OR PROPOSAL BOND KNOW ALL MEN BY THESE PRESENTS. That we, Hunter Construction Company (hereinafter called the Principal), and INSURANCE COMPANY OF THE WEST, a corporation organized and doing business under and by virtue of the laws of the State of California, and duly licensed for the purpose of making, guaranteeing or becoming sole surety upon bonds or undertakings required or authorized by the laws of the State of Texas as Surety, are held and firmly bound unto _City of Lubbock the obligee) in the just and full sum of (hereinafter called Five Percent of Greatest Amount Bid ------- Dollars ($ lawful money of the United States of America, for the payment of which, well and truly to be made, we hereby bind ourselves and our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT WHEREAS, the above bound Principal as aforesaid, is about to hand in and submit to the obligee a bid or proposal dated April 6, 2006 _Challenger League Baseball Field for - in accordance with the plans and specifications filed in the office of the obligee and under the notice inviting proposals therefor. NOW, THEREFORE, if the bid or proposal of said principal shall be accepted, and the contract for such work be awarded to the principal thereupon by the said obligee, and said principal shall enter into a contract and bond for the completion of said work as required by law, then this obligation to be null and void, otherwise to be and remain in full force and effect. PROVIDED, HOWEVER, neither Principal nor Surety shall be bound hereunder unless Obligee prior to execution of the final contract shall furnish evidence satisfactory to Principal and Surety that financing has been firmly ". committed to cover the entire cost of the project. Signed, sealed and dated: April 6, 2006 E ICWTX 409 (06/92) Principal INSURANCE MPANY OF THE WEST" by KevimJ. D n, Attorney -in- Fact (Seal) No. 0001740 ICW GROUP Power of Attorney Insurance Company of the West Explorer Insurance Company Independence Casualty and Surety Company KNOW ALL MEN BY THESE PRESENTS: That Insurance Company of the West, a Corporation duly organized under the laws of the State of California, Explorer Insurance Company, a Corporation duly organized under the laws of the State of California, and Independence Casualty and Surety Company, a Corporation duly organized under the laws of the State of Texas, (collectively referred to as the "Companies"), do hereby appoint KEVIN J. DUNN, CARA D. HANCOCK, MIKE HENTHORN, RON STROMAN, HAROLD BINGGELI their true and lawful Attomey(s)-in-Fact with authority to date, execute, sign, seal, and deliver on behalf of the Companies, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related documents. In witness whereof, the Companies have caused these presents to be executed by its duly authorized officers this 1st day of November, 2005. ��oMreMro� ! gURAV, - Opx- ,o � wPof�i, �o INSURANCE COMPANY OF THE WEST o �( EXPLORER INSURANCE COMPANY oSEAL�- `z INDEPENDENCE CASUALTY AND SURETY COMPANY Jeffrey D. Sweeney, Assistant Secretary John L. Hannum, Executive Vice President State of California County of San Diego } ss. On November 1, 2005, before me, Francis Fafaul, Notary Public, personally appeared John L. Hannum and Jeffrey D. Sweeney, personally known to me to be the persons whose names are subscribed to the within instrument, and acknowledged to me that they executed the same in their authorized capacities, and that by their signatures on the instrument, the entity upon behalf of which the persons acted, executed the instrument. Witness my hand and official seal. FRANC16 FAFAM UK iARY4mm L A-3-8__ Francis Fafaul, Notary Public RESOLUTIONS This Power of Attorney is granted and is signed, sealed and notarized with facsimile signatures and seals under authority of the following resolutions adopted by the respective Boards of Directors of each of the Companies: "RESOLVED: That the President, an Executive or Senior Vice President of the Company, together with the Secretary or any Assistant Secretary, are hereby authorized to execute Powers of Attorney appointing the person(s) named as Attomey(s)-in-Fact to date, execute, si seal, and deliver on behalf of the Company, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any gn, related - documents. RESOLVED FURTHER: That the signatures of the officers making the appointment, and the signature of any officer certifying the validity and current status of the appointment, may be facsimile representations of those signatures; and the signature and seal of any notary, and the seal of the Company, may he facsimile representations of those signatures and seals, and such facsimile representations shall have the same force and effect as if manually affixed. The facsimile representations referred to herein may be affixed by stamping, printing, typing, or photocopying." CERTIFICATE I, the undersigned, Assistant Secretary of Insurance Company of the West, Explorer Insurance Company, and Independence Casualty and Surety Company, do hereby certify that the foregoing Power of Attorney is in full force and effect, and has not been revoked, and that the above resolutions were duly adopted by the respective Boards of Directors of the Companies, and are now in full force. IN WITNESS WHEREOF, I have set my hand this 6 th day of April 2006 Jrffrey D. Sweeney, A sistant Secretary To verify the authenticity of this Power of Attorney you may call 1-800-877.1111 and ask for the Surety Division. Please rcfcr to th:, Power of Attorney Number, the above named individual(s) and details of the bond to which the power is attached. For information or fii?ng cb ris, ploise contact Surety Claims, ICW Group, 11455 El Camino Real, San Diego, CA 92130-2045 or call (858) 350-2400. PERFORMANCE BOND Bond No. 217 61 82 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:` Hunter Construction Company Insurance Com an of the West / (hereinafter called the Prmcipal(s), as Principal(s), and (hereinafter called the Sure as as Surety(s�, are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of sevenhHnflredf �wM Sesen t u ����d�ollars ($547, 727.00) 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 26t1tlay of April , 20 04 to Challenger League Baseball Field 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 thisl s t day of May , 20 0 6 . Insurance Company of the West Surety * e By: ( itle) Kevin;J. Dunn, A orney-In-Fact Hunter Construction Company (Title) The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates Kevin J . Dunn 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. Approved as to Form City of ubbock By:4 ity Attorney Insurance Company of the West Surety *By: Gfw (Title) Kevin J. Dunn, Attorney —In —Fact * Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. 2 No. 0004194 1 ICW GROUP Power of Attorney Insurance Company of the West Explorer Insurance Company Independence Casualty and Surety Company KNOW ALL MEN BY THESE PRESENTS: That Insurance Company of the West, a Corporation duly organized under the laws of the State of California, Explorer Insurance Company, a Corporation duly organized under the laws of the State of California, and Independence Casualty and Surety Company, a Corporation duly organized under the laws of the State of Texas, (collectively referred to as the "Companies"), do hereby appoint KEVIN J. DUNN, CARA D. HANCOCK, JENNM11t MADDEN their true and lawful Attorney(s)-in-Fact with authority to date, execute, sign, seal, and deliver on behalf of the Companies, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related documents. In witness whereof, the Companies have caused these presents to be executed by its duly authorized officers this 1st day of November, 2005. p0YPN1YO,t .�$°'C �O� INSURANCE COMPANY OF THE WEST �rpu►ours oo�o�e�o 4 EXPLORER INSURANCE COMPANY n SEAL „ } INDEPENDENCE CASUALTY AND SURETY COMPANY Jeffrey D. Sweeney, Assistant Secretary John L. Hannum, Executive Vice President State of California } SS. County of San Diego On November 1, 2005, before me, Francis Fafaul, Notary Public, personally appeared John L. Hannum and Jeffrey D. Sweeney, personally known to me to be the persons whose names are subscribed to the within instrument, and acknowledged to me that they executed the same in their authorized capacities, and that by their signatures on the instrument, the entity upon behalf of which the persons acted, executed the instrument. Witness my.hand and official seal. i Francis Fafaul, Notary Public RESOLUTIONS This Power of Attorney is granted and is signed, sealed and notarized with facsimile signatures and seals under authority of the following resolutions adopted by the respective Boards of Directors of each of the Companies: "RESOLVED: That the President, an Executive or Senior Vice President of the Company, together with the Secretary or any Assistant Secretary, are hereby authorized to execute Powers of Attorney appointing the person(s) named as Attomey(s)-in-Fact to date, execute, sign, seal, and deliver on behalf of the Company, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related documents. RESOLVED FURTHER: That the signatures of the officers making the appointment, and the signature of any officer certifying the validity and current status of the appointment, may be facsimile representations of those signatures; and the signature and seal of any notary, and the seal of the Company, may be facsimile representations of those signatures and seals, and such facsimile representations shall have the same force and effect as if manually affixed. The facsimile representations referred to herein may be affixed by stamping, printing, typing, or photocopying." CERTIFICATE I, the undersigned, Assistant Secretary of Insurance Company of the West, Explorer Insurance Company, and Independence Casualty and Surety Company, do hereby certify that the foregoing Power of Attorney is in full force and effect, and has not been revoked, and that the above resolutions were duly adopted by the respective Boards of Directors of the Companies, and are now in full force. IN WITNESS WHEREOF, I have set my hand this 1st day of May , 2 00 6 . Jeffrey D. Sweeney, Assistant, Secretary To verify the authenticity of this Power of Attorney you may call 1-800-877-1111 and ask for the Surety Division. ; Pleas, ri"f,r to'the Power of Attorney Number, the above named individual(s) and details of the bond to which the power is attached. For information or filing claims, phase conta�4 Surety Claims, ICW Group, 11455 El Camino Real, San Diego, CA 92130-2045 or call (858) 350-2400. > > ' PAYMENT BOND STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $25,000) KNOW ALL MEN BY THESE PRESENTS, that Hunter Construction Compar(kereinafter called the Principal(s), as Principal(s); and Insurance Company of the West (hereinafter called the Surety((��ll as SureM atre held and rmVK bound to the City of Lubbock (hereinafter called the Fivenrtseven uObligee), in the amount of seven iud �we�it seven P 687 Mbllars ($ 5 727.09 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 26th day of April , 20 06 , to Challenger League Baseball Field 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 1 a___ day of _ May 2006 . Insurance Company of the West Surety' *By (Titic) Kevin J. Dunn, ttorney-In-FAct (s) and Surety (s) have signed and sealed this instrument this Hunter Construction Company The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates Kevin J . Dunn 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. Approved as to form: 1 E*03MUTIFNI • Insurance Company of the West Surety * By. (Title Kevin J. Dunn, Attorney -In -Fact * 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. No. 0004184 ICW GROUP Power of Attorney Insurance Company of the West Explorer Insurance Company Independence Casualty and Surety Company KNOW ALL MEN BY THESE PRESENTS: That Insurance Company of the West, a Corporation duly organized under the laws of the State of California, Explorer Insurance Company, a Corporation duly organized under the laws of the State of California, and Independence Casualty and Surety Company, a Corporation duly organized under the laws of the State of Texas, (collectively referred to as the "Companies"), do hereby appoint KEVIN J. DUNN, CARA D. HANCOCK, JENNIFER MADDEN their true and lawful Attomey(s)-in-Fact with authority to date, execute, sign, seal, and deliver on behalf of the Companies, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related documents. In witness whereof the Companies have caused these presents to be executed by its duly authorized officers this 1st day of November, 2005. � .urPANroo C Ro mom INSURANCE COMPANY OF THE WEST ` �d " �SAuout�rf o0 0 C + EXPLORER INSURANCE COMPANY SEAL „ s s INDEPENDENCE CASUALTY AND SURETY 6 COMPANY Jeffrey D. Sweeney, Assistant Secretary John L. Hannum, Executive Vice President State of California } ss. County of San Diego On November 1, 2005, before me, Francis Fafaul, Notary Public, personally appeared John L. Hannum and Jeffrey D. Sweeney, personally known to me to be the persons whose names are subscribed to the within instrument, and acknowledged to me that they executed the same in their authorized capacities, and that by their signatures on the instrument, the entity upon behalf of which the persons acted, executed the instrument. Witness my hand and official seal. Francis Fafaul, Notary Public RESOLUTIONS This Power of Attorney is granted and is signed, sealed and notarized with facsimile signatures and seals under authority of the following resolutions adopted by the respective Boards of Directors of each of the Companies: "RESOLVED: That the President, an Executive or Senior Vice President of the Company, together with the Secretary or any Assistant Secretary, are hereby authorized to execute Powers of Attorney appointing the person(s) named as Attomey(s)-in-Fact to date, execute, sign, seal, and deliver on behalf of the Company, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related documents. RESOLVED FURTHER: That the signatures of the officers making the appointment, and the signature of any officer certifying the validity and current status of the appointment, may be facsimile representations of those signatures; and the signature and seal of any notary, and the seal of the Company, may be facsimile representations of those signatures and seals, and such facsimile representations shall have the same force and effect as if manually affixed. The facsimile representations referred to herein may be affixed by stamping, printing, typing, or photocopying." CERTIFICATE I, the undersigned, Assistant Secretary of Insurance Company of the West, Explorer Insurance Company, and Independence Casualty and Surety Company, do hereby certify that the foregoing Power of Attorney is in full force and effect, and has not been revoked, and that the above resolutions were duly adopted by the respective Boards of Directors of the Companies, and are now in full force. IN WITNESS WHEREOF, I have set my hand this 1st day of May 2006 Jeffrey D. Sweeney, Assistant Secretary To verify the authenticity of this Power of Attorney you may call 1-800-877-1111 and ask for the Surety Division. Please refer to the Power of Attorney Number, the above named individual(s) and details of the bond to which the power is attached. For information or filing claims, g}ee$e contact Surety Claims, ICW Group, 11455 El Camino Real, San Diego, CA 92130-2045 or call (858) 350-2400. IMPORTANT NOTICE To obtain information or make a complaint: You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714-9104 FAX # (512)475-1771 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 of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. n CERTIFICATE OF INSURANCE PAYMENT BOND STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $25,000) KNOW ALL MEN BY THESE PRESENTS, that Hunter Construction Compar(kereinafter called the Principal(s), as Principal(s); and Insurance Company of the West (hereinafter called the Surety (Sl as Sure �.s� afire held and fircrl bound to the City of Lubbock (hereinafter called the Five nn� rt seven u Obligee), in the amount of seven iundred �we�it seven � �R Dollars ($ 547,727.00 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 26thday of April , 2006 , to Challenger League Baseball Field 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 19, t ____ day of May 2006 . Insurance Cdajpany of the West Surety *By (Title) Kevin J. Dunn, ttorney-In-Fast Hunter Construction Company • W,,,,,,,,,,,,, i.r,.. -'% The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates Kevin J . Dunn 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. Approved as to form: •$$ Insurance Company of the West Surety * By - (Title Kevin J. Dunn, Attorney-In-Fa:ct * Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. 2 No. 0004184 E e E ICW GROUP Power of Attorney Insurance Company of the West Explorer Insurance Company Independence Casualty and Surety Company KNOW ALL MEN BY THESE PRESENTS: That Insurance Company of the West, a Corporation duly organized under the laws of the State of California, Explorer Insurance Company, a Corporation duly organized under the laws of the State of California, and Independence Casualty and Surety Company, a Corporation duly organized under the laws of the State of Texas, (collectively referred to as the "Companies"), do hereby appoint KEVIN J. DUNN, CARA D. HANCOCK, JENNIFER MADDEN their true and lawful Attomey(s)-in-Fact with authority to date, execute, sign, seal, and deliver on behalf of the Companies, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related documents. In witness whereof the Companies have caused these presents to be executed by its duly authorized officers this 1st day of November, 2005. ��orrulroFr oe INSURANCE COMPANY OF THE WEST u C 6 Y EXPLORER INSURANCE COMPANY SEAL s INDEPENDENCE CASUALTY AND SURETY � e COMPANY Jeffrey D. Sweeney, Assistant Secretary John L. Hannum, Executive Vice President State of California } ss. County of San Diego On November 1, 2005, before me, Francis Fafaul, Notary Public, personally appeared John L. Hannum and Jeffrey D. Sweeney, personally known to me to be the persons whose names are subscribed to the within instrument, and acknowledged to me that they executed the same in their authorized capacities, and that by their signatures on the instrument, the entity upon behalf of which the persons acted, executed the instrument. Witness my hand and official seal. Francis Fafaul, Notary Public RESOLUTIONS This Power of Attorney is granted and is signed, sealed and notarized with facsimile signatures and seals under authority of the following resolutions adopted by the respective Boards of Directors of each of the Companies: "RESOLVED: That the President, an Executive or Senior Vice President of the Company, together with the Secretary or any Assistant Secretary, are hereby authorized to execute Powers of Attorney appointing the person(s) named as Attomey(s)-in-Fact to date, execute, sign, seal, and deliver on behalf of the Company, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related documents. RESOLVED FURTHER: That the signatures of the officers making the appointment, and the signature of any officer certifying the validity and current status of the appointment, may be facsimile representations of those signatures; and the signature and seal of any notary, and the seal of the Company, may be facsimile representations of those signatures and seals, and such facsimile representations shall have the same force and effect as if manually affixed. The facsimile representations referred to herein may be affixed by stamping, printing, typing, or photocopying." CERTIFICATE I, the undersigned, Assistant Secretary of Insurance Company of the West, Explorer Insurance Company, and Independence Casualty and Surety Company, do hereby certify that the foregoing Power of Attorney is in full force and effect, and has not been revoked, and that the above resolutions were duly adopted by the respective Boards of Directors of the Companies, and are now in full force. IN WITNESS WHEREOF, I have set my hand this 1st day of May 2006 Jeffrey D. Sweeney, Assistant Secretary To verify the authenticity of this Power of Attorney you may call 1-800-877-1111 and ask for the Surety Division, Please refer to the Power of Attorney Number, the above named individual(s) and details of the bond to which the power is attached. For information or Sling claims, Tease contact Surety Claims, ICW Group, 11455 El Camino Real, San Diego, CA 92130-2045 or call (858) 350-2400. , A IMPORTANT NOTICE To obtain information or make a complaint: You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714-9104 FAX # (512)475-1771 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 of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. n CERTIFICATE OF INSURANCE MAY 04-2006 13:10 From:ARTHLR J C-ALLAGHER 806 785 2155 To:8067753326 P.1/2 J COBERTIFICATS OF LIABILITY INSURANCE OS/0 200153 PR AV' Ri P. Lu �R 806 7$S-1>i88 FAX 80 8 - ur J. Gallagher Management Services, Inc. Sox S39ZO ock, TX 79453-3910 THIS CERTIFICATE IS ISSUED AS A MATTER OF IttIFORMATION ONLY AND CONFERS NO RIGHTS UPON THIS CRRTI ICATE HOLDER, THI$ CERTIFICATE 0098 NOT AMEND, EXTEND OR A T T V E AFt% 1313Y THE POL INS BELOW. INSURERS AFFORDING COVERAGE NAIC 0 IN o unterConstruction Company 510 Valencia Lubbock, TX 79416 INOURL+RP- Admiral nsurance Co u Risky IN/uRR/: Prass va County Mutuals INOU;;p Scottstlda a Insurance Co US R sk INsuReRD• Texas Mutual nsurance Colnpan IMUReRE Firemp01"i Fund s. Co. I.I.\T J-71HA-1 THI AN M POOCi@$ OIL INSURANCE LI$Yg* 0640W HAVE: BEEN 199UHD TO THE INSURED NAM50 ABOVE FOR THE POLICY PERIOD INDICATED. NOTW"STANOING R$pUIRQM9NT, TVW OR CONDITION OF ANY CONTRACTOR OYHER DOCUMENT WITH RESPECT TO WHIC14THIS CERTIFICATE MAY 130 I$$ULRp OR P@RTAIN, THE INSURANCE AFFORDED BY THE POLICIES DE$CRI$ED MEFiIIIN 18 SUBJECT TO ALL'Ph TERMS, EXCLUSION$ AND CONDITIONS OF SUCH ICIER. A13GREl3ATi� LIMn'$ $MOWN MAY w►VE $P.I<N RpjpUt,'81D BY PAID CLAIM$, I 7TP0OF INOURAN09 POYOY NUMMIt Y WMITe A OINIRALLIMNLITY COMMIRCW. G4'NNAft WAINUTY CLAIMI MADI � OCCUR CAO00003789-03 09/10/2005 09/30/ZD08 WNOCCURRP.NM4 i .000 00 T D M90 W (APY"WP�U _ i 100 00 $ 5 OO PERSONAL I AM INJURY S 11000,00 GONERALAW1403ATI: I 2.000.00 OIDA ACOROGATE LWY APP = PEA POLIOY I,oC PRCDUCTI • COWI*P AW i 2 00 0 AWOMODILDLIADIUTY ANYAUYO ALL OWNEC AUYW X SCMSCM90AIITOS X HIRW AVT08 X NON-OWNIM AUT06 04240961 4 05-04-06P 09/30J200 1 :38 RCV 09/30/1006 coMelro BINOLE uMlr (Eo tl i 110001000 80Dss_Y INJURY 1IRM ' nl S DPW °�M�) Y t PI I") MADE awid�nt rf OARAOI LIAPILRY ANY AVTO AUTO ONLY • CA AOONNNT HOOR 7FNN NA AOO TO ONLY: A00 I Ii C IXCII41UM/R4LLA W►/II,II'Y X oCCtlit ID CLAIMS MAD@ De;>ucrleLl RETENTION i 10, UMS0018S49 09 0/2OQ5 09/30/1 EAOM OCCURRINCI 3 21000,000 AWN00ATE : : s i D ORK6M COWINIATION AND Rr •LUIDNiTY PIGWMIIMOBR$x0LU780UT1VIt t:aIAL Pti�i e TSFOOOI104 0 /31/2006 03 3 Z00 I L.H ACLiIDBNT i 1 000 000 I40DIASI•tAEliAPLOY8II I 000 0 I L, 019CAII • POLICY LIMN' i 000 R Risk & pmentQN MX 9 4 O 0$ 81 200 0 J3 /2007 1 M A Overa Locat 4nI1tdars $500,000 Jobsite $2,S00 Dad. TXV SS4,208/51.000 Ded, gnsieadCs). Apogp�Y Ito�q c�+op¢R}�T(4NeI L hd III . 11 Ungar vague NBa�seti8►7 7 Ai a i tlIMINr r vPecuy PRovasoNAdditional Xnsurad on GL policy except wC & Waiver of Subrogation on WC & CL policies in favor Certificate Holder as required by written contract with respect to work performed by the named General Liability insurance is primary. CM OF LUBBOCK Building Inspection Dept Atxn: Visa P.O. Box 2000 Lubbock, YX 79457 uGLLL�►_T.IQi�I tlMOULD ANY Of THI AIIOtl4 DUCIU IO POLICIDB PI CAN04LLID DIAORITMI IxMRATION DATE THN10F. TNI MUPIO INOURER VALLINDEAVOR TO MA16 _8— DAYS WRITTEN NOYIOI TO THI CIIRTIFICAT4 NOLOIR NAMIO TO TMI LII+T, 9UT FAILURE TO MAN, NUON NOME ANALL IMPOS4 Nd ODLIOATION OR LIAOILITY ee ANY KIND UPON YHd IhMAM. M AGENTS GR RdPRO111INYAIWOO. 26(1001ro8) PAX; (906)775 QAGORD CORPORATION 1908 -2006 13:10 From:ARTHUR J GALLAGHER 806 785 2155 To:8067753326 P.2/2 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the poliay(les) must be endorsed. A statement on this certiflcato does not confer rights to tho certificate holder In lieu of such endorsement($). Ii SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policlos may require an endorsement. A statement on this csrtifloate does not canter rights to the certificate holder In lieu of such andorsoment(s). DISCLAIMER The Certificate of insurance on the reverse aide of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and tho cartificate holder, nor does it affirmatively or nogatively amend, extend or alter the coverage afforded by the pollelss listed thereon. 05-04-06P01:38 RCVD 26 (2001105) ACORD�,, CERTIFICATE OF LIABILITY INSURANCE OS/01/i6' PRODUCER (806) 78S-1988 FAX (806) 785-21SS Arthur J . Gallagher Risk Management Services, Inc. 9 P.O. Box 53910 Lubbock, TX 79453-3910 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC # INSURED Hunter Construction Company 510 Valencia Lubbock, TX 79416 INSURERA: Admiral Insurance Co(US Risk) INSURERB: Progressive County Mutual Ins INSURERC: Scottsdale Insurance Co(US Risk) INSURERD: Texas Mutual Insurance Company INSURER E: Fi reman' s Fund Ins. Co. COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR D' TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MMIDQ= POLICY EXPIRATION DATE (MMIDD= LIMITS GENERAL LIABILITY CA600063789-03 09/30/2005 09/30/2006 EACH OCCURRENCE $ 1,000,000 COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED $ 100,000 CLAIMS MADE OCCUR MED EXP (Any one person) _ $ 5,000 A X PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2,000,000 POLICY X PER LOC AUTOMOBILE LIABILITY ANY AUTO 04240982-4 09/30/200S 09/30/2006 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILY INJURY (Per person) $ B ALL OWNED AUTOS X SCHEDULED AUTOS X HIRED AUTOS X NON -OWNED AUTOS BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC AUTO ONLY: AGG $ ANY AUTO $ EXCESSIUMBRELLA LIABILITY UMS0018S49 09/30/200S 09/30/2006 EACH OCCURRENCE $ 2,000,000 X OCCUR CLAIMS MADE AGGREGATE _ $ i $ C $ } DEDUCTIBLE $ ) X RETENTION $ 10 , 0O WORKERS COMPENSATION AND TSF000110471S 03/31/2006 03/31/2007 X WC STATU- O R D EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 If yes, describe under SPECIAL PROVISIONS below E.L. DISEASE - POLICY LIMIT $ 11000,000 ui�lRders MXI9776S410 03/31/2006 03/31/2007 $1 Mill All Covered Locations E Risk & Equipment7 $500,000 Jobsite $2,S00 Ded. TIV $54,208/$1,000 Ded. DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS e: ITB#06-014-MA- Challenger League Baseball Field lanket Additional Insured on GL policy except WC & Waiver of Subrogation on GL policy in favor f the Certificate Holder as required by written contract with respect to work performed by the named 'nsured(s). CITY OF LUBBOCK Building Inspection Dept P.O. Box 2000 Lubbock, TX 79457 1 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE /% B J ACORD 25 (2001/08) FAX: (806)775-2089 ©ACORD CORPORATION 1988 If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001108) CONTRACTOR CHECKLIST A CONTRACTOR SHALL: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: 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 A PRIMARY ADDITIONAL INSURED AND 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. REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must (see reverse) be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at (512)440- 3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." and -# (8) contractually require each person with whom it contracts to provide services on a project, to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) include in all contracts to provide services on the project the language in subsection (e) (3) of this rule; (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of _. coverage ends during the duration of the project; - (E) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services. CONTRACT CONTRACT #6678 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 26th day of April, 2006 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 Hunter Construction Company of the City of Lubbock, County of Lubbock and the State of Texas hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: BID #06-014-MA - Challenger League Baseball Field Construction $547,727 and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own w 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. Hunter Construction Company's bid dated April 6, 2006, 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 bid submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the year and day first above written. CONTRACTOR: CITY OF LJ0�BOCK/rEXAS (OWNER): COMPLETE ADDRESS: Co m an �✓J� . . p Y � Address �l City, State, Zip ATTEST: rporate Secretary YOR ATTEST: City S cretary Director GENERAL CONDITIONS OF THE AGREEMENT GENERAL CONDITIONS OF THE AGREEMENT 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 HUNTER CONSTRUCTION COMPANY who has agreed to perform the work embraced in this contract, or their legal representative. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative BRETT GLENN, PARK DEVELOPMENT, so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisors or inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Bid, Signed --= Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to Bidder for inspection in accordance with the Notice to Bidders. The above described materials are sometimes referred to herein as the "contract" or "contract documents". INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. 6. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for _. performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor. 7. WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to the party who gives the notice. 8. CONTRACTOR'S RESPONSIBII. TI'IES 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. 9. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished copies of all Plans and Specifications without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site. 12. RIGHT OF ENTRY --, The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's Representative will not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will Owner's Representative be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. 13. LINES AND GRADES '= All lines and grades shall be furnished by the Owner's Representative whenever Owner's Representative deems said lines and grades are necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, it's Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any w 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 s 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 ---3 Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public j observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any - location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each _< part of the work will be ready for such observation. Owner or Owner's Representative may reject any such work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously accepted the work through oversight or otherwise. If any such work should be covered without approval or 4 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 bid, except as provided under Changes and Alterations herein. It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent; or (2) the amount that would have been charged by a reasonable and prudent Contractor as a reasonable and necessary cost for performance of the extra work. In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost 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 bid, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Owners' Representative and a clarification obtained before the bids are received, and if no such notice is received by the Owner's Representative prior to the opening of bids, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its bid to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative before bidding of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification --= must be submitted no later than five (5) calendar days prior to the opening of bids. 26. RIGHT OF OWNER TO MODIFY METHODS AND EOUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to such an extent as to give reasonable assurance of compliance with the schedule of progress. 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and all of its officers, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. 28. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change. - All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payer's, in the event of self- insurance, rights to subrogation that any such insurer or payer, 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 coverage's 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 AS REQUIRED BELOW, 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. A. General Liability Insurance (Primary Additional Insured 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: Premises and Operations Products & Completed Operations Hazard Contractual Liability Personal Injury & Advertising Injury B. Owner's and Contractor's Protective Liability Insurance — NOT REQUIRED C. Comprehensive Automobile Liability Insurance (Primary Additional Insured and Waiver of Subrogation Required) The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $1,500,000 Combined Single Limit, to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. The City is to be named as a primary additional insured on this policy for this specific job and copy of the endorsement doing so is to be attached to the Certificate of Insurance. D. Builder's Risk Insurance/Installation Floater Insurance. The Contractor shall obtain a Builder's Risk policy in the amount of 50% of the total contract price (100% of potential loss) naming the City of Lubbock as insured. E. Umbrella Liability Insurance — NOT REQUIRED F. 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 $500,000. 1. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of _- authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC- 82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor Code) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner - operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 2. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. 3. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. 5. The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 6 The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. 8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 9. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (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 10 does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. G. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the bid specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. (7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. (8) If policy limits are paid, new policy must be secured for new coverage to complete project. (9) A Contractor shall: (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental entity: (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; 11 (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 8001372-7713 or 5121804-4000 (hMy://www twcc.state.t..us/twcccontacts.htin 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; 12 (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 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 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 13 Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to bidding. 32. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner, and all of its officers, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to bidding and any necessary changes shall be adjusted as provided in the contract for changes in the work. In the absence of timely written notification to Owner's Representative of such variance or variances within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising 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 contract documents, of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced as provided in the contract documents. If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $250 (TWO HUNDRED AND FIFTPER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall be in default after the time stipulated for substantially completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount 14 agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. 35. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the bid; provided, also, that when the Owner is having other work done, either by contract or by its own force, the Owner's Representative may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the several parts. 36. TIME OF PERFORMANCE The Contractor agrees that it has submitted its bid in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the extension no later than twenty (20) calendar days of written submission by Contractor shall be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for --= extension, as provided herein, any request for extension by Contractor shall be deemed waived. 37. HINDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 38. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material _m 15 to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their bids offered for the work. In the event the amount of work to be done and materials to be furnished are expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project. 39. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees to indemnify, save and hold harmless the Owner, and any of its officers, agents and employees, against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising from or growing out of the performance of this contract. 40. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the bid proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 41. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's agents and employees, who have not theretofore been timely filed as provided in this contract. 42. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment or, if the Contractor does not submit such application, the Owner's Representative shall determine the amount to be partially paid. Owner's Representative shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month. The determination of the partial payment by the Owner's Representative shall be in accordance with Paragraph 14 hereof. 16 The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by _. Owner under the terms of the contract documents. Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said partial payment is attributable. 43. SUBSTANTIAL COMPLETION Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31) working days after the Contractor has given the Owner's Representative written notice that the work has been substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time, -' if the work be found to be substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete the work within the time provided in this contract. 44. FINAL COMPLETION AND PAYMENT 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 after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting there from, which shall appear within a period of one (1) year from the date of certification of final completion by Owner's Representative. 46. PAYMENT WITHHELD The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of: (a) Defective work not remedied and/or work not performed. 17 (b) Claims filed or reasonable evidence indicating possible filing of claims. (c) Damage to another contractor. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the amount withheld, payment shall be made for amounts withheld because of them. 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 18 which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. In the event the Owner's Representative elects to complete the work, as described above, when the work shall have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to 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 19 The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. All bonds shall be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to do -= business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. 51. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. 52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the Td. 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 _3 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 there under, 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 there from, 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 20 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. 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. 21 CURRENT WAGE DETERMINATIONS RE: RESOLUTION NO.2002-R0483, NOVEMBER 14, 2002 Craft Acoustical Ceiling Installer Air Conditioner Installer Air Conditioner Installer -Helper Asbestos Worker Asbestos Supervisor Bricklayer Bricklayer -Helper Carpenter Carpenter -Helper Cement Finisher Drywall Hanger Electrician Electrician -Helper Equipment Operator -Heavy Equipment Operator -Light Fire Sprinkler Fitter -Journey Fire Sprinkler Fitter -Apprentice Floor Installer Glazier Insulator-Piping/Boiler Insulator -Helper Iron Worker Laborer -General Mortar Mixer Painter Plumber Plumber -Helper Roofer Roofer -Helper Sheet Metal Worker Sheet Metal Worker -Helper Welder -Certified l 5►:� a : fly City of Lubbock Building Construction Trades Prevailing Rates 1 Hourly Rate 11.50 12.00 7.50 9.00 12.50 12.50 7.00 11.00 7.00 9.00 11.00 15.00 8.00 10.00 9.00 18.00 10.00 9.50 10.50 10.50 7.00 11.00 6.00 6.00 9.50 12.50 7.00 9.00 7.00 10.00 7.00 11.00 EXHIBIT B Paving and Highway Construction Prevailing Wage Rates Craft Hourly Rate Asphalt Heaterman 9.00 Asphalt Shoveler 7.50 Concrete Finisher 9.00 Concrete Finisher -Helper 7.50 Electrical Repairer -Equipment 12.50 Flagger 6.50 Form Setter 8.00 Form Setter -Helper 6.50 Laborer -General 6.00 Laborer -Utility 6.75 Mechanic 9.00 Mechanic -Helper 7.00 Power Equipment Operators Asphalt Paving Machine 9.00 Bulldozer 9.00 Concrete Paving Machine 9.00 Front End Loader 9.00 Heavy Equipment Operator 9.00 Light Equipment Operator 8.00 Motor Grader Operator 10.25 Roller 7.00 Scraper 7.50 Tractor -Trailer 8.50 Truck Driver -Heavy 8.00 Truck Driver -Light 7.00 2 EXHIBIT C Prevailing Wage Rates Overtime Rate The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. EXHIBIT D Prevailing Wage Rates Legal Holiday Rate The rate for legal holidays shall be as required by the Fair Labor Standards Act. 3 SPECIFICATIONS SPECIFICATIONS CHALLENGER LEAGUE BASEBALL FIELD McALISTER PARK Index to Specifications Ballfield Specifications Section Description 01100 Summary of Work 01330 Submittal Procedures 01500 Temporary Facilities and Controls 01770 Closeout Procedures 02231 Tree Protection 02300 Earthwork 02810 Irrigation System 02821 Chain Link Fencing and Gates 02930 Lawns and Grasses 03300 Concrete 10350 Flagpoles 13122 Shade Structures 09622 Resilient sports -floor coverings Pressbox Specifications Section Description 02223 Excavation, Grading and Sub -grade Preparation 03300 Concrete Work 04340 Reinforced Unit Masonry System 01520 Structural Steel 05313 Metal Floor Deck 05500 Metal Fabrications 06400 Architectural Millwork 07105 Damp -proofing and Water -proofing 07213 Batt, Blanket and Rigid Insulation 07465 Preformed Metal Siding 07610 Sheet Metal Roofing 07900 Joint Sealers 08115 Steel Doors and Frames 08410 Aluminum Entrances and Door Frames 08700 Finish Hardware 08800 Glazing 09900 Painting SECTION 01100 SUMMARY OF WORK PART 1-GENERAL 1.01 WORK COVERED BY CONTRACT DOCUMENTS A. Base Bid: The work to be included in the Base Bid consists of the furnishing of all labor, materials, services and equipment required in conjunction with or properly incidental to the construction of the Challenger League Baseball Field at Bill McAlister Park. B. Bid Alternate #1: The work to be included consists of the furnishing of all labor, materials, services and equipment required in conjunction with installation of artificial turf on the outfield, including: concrete maintenance strip beneath outfield fence; TREX 4x6 buried edge around perimeter of outfield turf; deduct buried concrete edge between infield and outfield; deduct irrigation for outfield; deduct sod and fertilizer for outfield. 1.02 OWNER RESPONSIBILITIES A. The Owner will be responsible for the following construction items to be done by City forces or by separate contract: 1. Primary electrical power and transformers (by agreement between Owner and power company). 2. Ballfield lighting system. 3. Purchase, assembly and placement of bleachers. 1.03 OWNER'S EXPECTATION OF BIDDER'S QUALIFICATIONS A. The Owner will closely examine the qualifications and records of Bidders who wish to become the Successful Bidder for this project. The Owner will weigh the bids and the qualifications in their decision of whom to select to do the work. Any Bidder with serious intent of becoming the Successful Bidder must prove to the satisfaction of the Owner that they have an experience record of having successfully completed projects similar in nature, size, schedule, and complexity. B. Each Bidder must demonstrate the competence and experience of his own forces and that of the subcontractors. Each Bidder must submit WITH THE BID the required list of subcontractors and Contractors Qualification Statement. Failure to submit the list may cause disqualification. C. The City requests that bidders without the necessary qualifications not submit bids, as they will be disqualified or passed over for consideration of qualified bidders. 1.04 GENERAL 4219 A. The work includes, but is not limited to, items of Work described below. It is understood that Work in addition to these items may also be necessary to accomplish the complete Contract. Site Work • Demolition and removal of designated items. • Removal, transportation, storage, and protection of designated items. • Site preparation. • Earthwork, including topsoil preparations and fine grading for the baseball field. • Galvanized fence on the baseball field. SUMMARY OF WORK 01100 - 1 • Concrete sidewalks, bleacher pads and dugout pads. • Artificial turf infield with base of crusher fines. • Turfgrass irrigation system and controls, fully tested and operational. • The specified turfgrass sod and hydromulched seed, planted and established to a "uniform stand" to the satisfaction of the Owner. • Erosion control measures. • Irrigation system and wiring to existing controller. • All related and ancillary items necessary to utilize and operate the irrigation water supply system and the turfgrass irrigation systems serving athletic fields and other areas. • Press box. B. Bidders are advised that it is a requirement of this Contract to have the irrigation -water supply system and the turfgrass irrigation system fully tested and fully operational to the Owner's satisfaction two calendar weeks prior to planting the turfgrass. C. Bidders are advised that it is a requirement of this Contract that the installation of the turfgrass sod, crusher fine base, buried concrete edge and artificial turf can proceed only after fine grading record drawings have been approved by the Owner's representative. D. The Owner will be responsible for the establishment and maintenance of the turfgrass after it is completely and properly planted and established to a "uniform stand." However, the Contractor will be responsible for the maintenance of all of the irrigation system and all of the irrigation -water supply with regard to installation, materials and workmanship throughout the warranty period of the entire Contract. This includes unforeseen settlement of trenches and replanting that may become necessary. 1. Within 24 hours of notification, any repairs, replacements or corrections of deficiencies in the described systems (which are not related to installation, materials or workmanship) will be immediately performed and completed by the Contractor so that the Owner will not experience damages, delays or losses of efficiency in the ability to irrigate and maintain the planted turfgrass in the critical establishment period which is expected to occur in typical mid -summer climatic conditions of drought and high temperatures. 2. Should the Contractor fail to immediately perform appropriate repairs, replacements or corrections in the described systems, and thereby cause the Owner to be unable to successfully irrigate, and maintain the established turfgrass, the Contractor will be charged with the costs for Work the Owner must accomplish in order to successfully irrigate, reestablish and maintain the turfgrass. E. Items which are damaged or which require repairs or adjustments as a result of the Owner's maintenance operations will be the responsibility of the Owner. F. The Contractor will cooperate with the Owner to maintain a clear access to the athletic field for maintenance. END OF SECTION SUMMARY OF WORK 01100 - 2 4219 SECTION 01330 SUBMITTALS PART I -GENERAL 1.01 PROCEDURES A. Deliver submittals to Architect at the following address: City of Lubbock, Park Development, 1010-9`h Street, Lubbock, Tx 79457. B. Transmit each item under Architect accepted form. Identify Project, Contractor, Subcontractor and major supplier. Identify pertinent drawing sheet and detail number (if applicable). Identify deviations from Contract Documents. Provide space for Contractor and Architect review stamps. C. After Architect review of submittal, revise and resubmit as required, identifying changes made since previous submittal. D. Submit the number of copies that the Contractor requires plus two copies that will be retained by the Architect. E. Distribute copies of reviewed submittals to concerned persons. Instruct recipients to promptly report any inability to comply with provisions. 1.02 CONSTRUCTION PROGRESS SCHEDULE A. Submit initial progress schedule and schedule of values within 30 days after award of Contract. After review by Architect, revise and resubmit as required. Submit revised schedules with each Application for Payment, reflecting changes since previous submittal. Microsoft or AutoCAD applications are acceptable. B. Submit horizontal bar chart with separate bar for each major trade or operation, identifying the first work day of each week. 1.03 SCHEDULE OF VALUES A. Submit typed schedule on AIA Form G703. Contractor's standard form or media driven printout will be considered on request. B. Format: Table of contents of this Project Manual. 1.04 SHOP DRAWINGS A. Prepared by a qualified detailer. B. Identify details by reference to sheet and detail numbers shown on Contract Documents. C. Shop Drawings shall be submitted as required by the Specification Sections, and to clarify or revise information shown or called for in the Contract Documents. Drawings shall be submitted in CAD format; AutoCAD 2000 or MicroStation SE are acceptable. 1.05 PRODUCT DATA A. Mark each copy to identify applicable Products, models, options, and other data. Supplement manufacturer's standard data to provide information unique to the work. Include manufacturer's instructions when required by the Specification sections. -s SUBMITTALS 01330 - 1 4219 C. Manufacturer's standard schematic drawings and diagrams: a. Modify drawings to delete information that is not applicable to the work. b. Supplement standard information to provide additional information specifically applicable to the work. D. Manufacturer's catalog sheets, brochures, diagrams, schedules, performance charts, illustrations, and other standard descriptive data: a. Clearly mark each copy to identify pertinent materials, products or models. b. Show dimensions and clearances required. c. Show performance characteristics and capabilities. d. Show writing or piping diagrams and controls. 1.06 SAMPLES B. Submit office samples and field samples as soon after the award of Contract as practicable to facilitate completion of the work. C. Office samples shall be of sufficient size and quantity to clearly illustrate: a. Functional characteristics of the product or material, with integrally related parts and attachment devices. b. Full range of color samples. D. Field Samples and Mock-ups: a. Erect at project site at location acceptable to Architect/Engineer. b. Construct each sample or mock-up complete, including work of all trades required in finish work. 1.07 MANUFACTURER'S CERTIFICATES A. Submit certificates in accordance with requirements of each Specification section. 1.08 TESTING LABORATORY SERVICES A. Contractor will employ and pay for the services of an independent Testing Laboratory to perform specified testing of work and materials at the Project Site. a. Independent Testing Lab must be acceptable to Owner. If Contractor proposes laboratory that is not acceptable to Owner, Contractor must propose another laboratory that is acceptable to Owner without additional cost to Owner, without reduced scope of testing services, and without increase to Contractor Completion Date. b. Contractor shall cooperate with the laboratory to facilitate the execution of its required services. C. Employment of the laboratory shall in no way relieve Contractor's obligations to perform the Work of the Contractor. B. Related requirements a. Inspections and testing required by laws, ordinances, rules, regulations, order or approvals of public authorities. b. Respective sections of specifications: laboratory tests required. SUBMITTALS 01330 - 2 4219 C. Qualification of Laboratory a. Meet "Recommended Requirements for Independent Laboratory Qualification," published by American Council of Independent Laboratories. i b. Meet basic requirements of ASTM E329, "Standards of Recommended Practice for Inspection and Testing Agencies for Concrete and Steel as Used in Construction." am C. Authorized to operate in the State of Texas. D. Laboratory Duties a. Cooperate with Architect and Contractor; provide qualified personnel after due notice from Contractor. b. Perform specified inspections, sampling and testing of materials and methods of construction: C. Comply with specified standards. d. Ascertain compliance of materials with requirements of Contract Documents. e. Promptly notify Architect/Engineer and Contractor of observed irregularities or deficiencies of work or products. f. Promptly submit written report of each test and inspection; one copy each to Architect/Engineer, Owner, Contractor, and one copy to Record Documents File. Each report shall include: > Date issued. > Project title and number. > Testing laboratory name, address and telephone number. > Name and signature of laboratory inspector. > Date and time of sampling or inspection. > Record of temperature and weather conditions. > Date of test. > Identification of product and specification section. > Location of sample or test in the Project. > Type of inspection or test. > Results of tests and compliance with Contract Documents. > Interpretation of test results, when requested by Architect. > Perform additional tests as required by Architect. E. Laboratory Limits of Authority a. Laboratory is not authorized to: > Release, revoke, alter or enlarge on requirements of Contract Documents. > Approve or accept any portion of the Work. > Perform any duties of the Contractor. > Stop the Work. F. Contractor's Responsibilities a. Cooperate with laboratory personnel to provide access to work. b. Furnish copies of Products test reports as required. SUBMITTALS 01330 - 3 C. Furnish incidental labor and facilities: > To provide access to Work to be tested. > To obtain and handle samples at the Project site or at the source of the product to be tested. > To facilitate inspections and tests. > For storage and curing of test samples. Notify laboratory in advance of operations to allow for laboratory assignment of personnel and scheduling of tests. G. Payment for Testing a. Initial Testing:: The Contractor shall pay for all initial services of the testing laboratory for initial testing as required by the Contract Documents and testing as the Owner deems necessary. b. Retesting:: When initial test indicates non-compliance with the Contract Documents, subsequent retesting occasioned by the non-compliance shall be performed by the same testing agency and costs thereof will be paid by the Contractor. C. Code Compliance Testing:: Inspections and tests required by codes or ordinances, or by plan approval authority, and made by a legally constituted authority, shall be the responsibility of, and shall be paid for, by the Contractor and not borne by the Owner. d. Contractor's Convenience Testing:: Inspection or testing performed exclusively for the Contractor's convenience shall be the sole responsibility of the Contractor. 1.09 SUBSTITUTIONS AND PRODUCT OPTIONS A. Contractor's Options a. For Products specified by naming only one Product and manufacturer, there is no option and no substitution will be allowed. b. Prior to Bid Date: Architect/Engineer will consider substitutions as specified in the Instructions to Bidders and General Conditions. > For Products specified only by reference standard, select Product meeting that standard, by any manufacturer. > For Products specified by naming several Products or manufacturers, select any one of products and manufacturers named which complies with Specifications. C. After the Bid Date: Architect/Engineer will consider formal written requests from Contractor for substitution of products in place of those specified only when submitted in accordance with the requirements of this Section. One or more of the following conditions must be documented. > The substitution must be required for compliance with final interpretation of code requirements of insurance regulations. > The substitution must be due to the unavailability of the specified products, through no fault of the Contractor. Long delivery period will not qualify as unavailability. SUBMITTALS 01330 - 4 4219 > The substitution may be requested when subsequent information discloses the inability of the specified products to perform properly or to fit in the designated space. > The substitution may be due to the manufacturer or fabricator's refusal to certify or guarantee performance of the specified product as required. > The substitution may be requested when it is clearly seen, in the judgment of the Architect/Engineer that a substitution would be substantially to the Owner's best interests in terms of cost, time or other considerations. B. Procedures a. Submit a separate request for each substitution on a copy of the request form attached to this section. Support each request with: > Complete data substantiating compliance of proposed substitution with requirements stated in Contract Documents: > Product identification, including manufacturer's name and address. 71 > Manufacturer's literature. > Samples, as applicable. > Name and address of similar projects on which product has been used, and date of each installation. > Itemized comparison of the proposed substitution with product specified; list significant variations. > Data relating to changes in construction schedule. > Any effect of substitution on separate contracts. _. > List of changes required in other work or Products. > Accurate cost data comparing proposed substitution with product specified. > Amount of any net change to Contract Sum. > Designation of sources of replacement materials. b. Substitutions will not be considered for acceptance when: > They are indicated or implied on shop drawings or product data submittals without a format request form Contractor. > They are requested directly by a subcontractor or supplier. > Acceptance will require substantial revision of Contract Documents. C. Substitute products shall not be ordered or installed without written acceptance of Architect. _Y SUBMITTALS 01330 - 5 4219 d. Architect will determine acceptability of proposed substitutions. C. CONTRACTOR'S REPRESENTATION a. In making formal request for substitution Contractor represents that: > He has investigated proposed product and has determined that it is equal to or superior in all respects to that specified. > He will provide same warranties or bonds for substitution as for products specified. > He will coordinate installation of accepted substitution into the Work, and will make such changes as may be required for the Work to be complete in all respects. > He waives claims for additional costs caused by substitution that may subsequently become apparent. > Cost data is complete and includes: 1) related costs under his Contract but not Costs under separate contract 2) Architect costs for redesign or revision of Contract Documents. > He will reimburse the Owner separately for fees paid to the Architect for redesign, revision of Contract Documents, and review of each substitution request. (Refer to General Conditions / applies to Pressbox plans only). D. RESPONSIBILITIES OF ARCHITECT a. Review Contractor's requests for substitutions with reasonable promptness. b. Notify Contractor, in writing, of decision to accept or reject requested substitution. END OF SECTION SUBMITTALS 01330 - 6 4219 GENERAL CONTRACTOR'S REQUEST FOR SUBSTITUTION Request No. Project Name: Project Name: Contractor Name and Address: Date / / Hereby requests approval of the following product or system as an "approved substitution." Specification Section No. Page(s)__ Paragraph Drawing No(s). Detail or Section No(s). USE SEPARATE FORM FOR EACH SUBMITTAL. Name and description of submittal for substitutions. Manufacturer: Telephone: - Address: Vendor: Address: Are maintenance services and replacement parts available through vendor? Differences between proposed substitution and specified item? Telephone: - For finish materials and prefinished equipment, list the colors available for the specified item and the colors available for the proposed substitution: Manufacturer's guarantees of the proposed and specified items are: ❑ Same ❑ Different (Explain differences on an attachment) SUBMITTALS 4219 01330 - 7 Reason for not giving priority to a specified item: Substitution affects other material or systems: ❑ No ❑ Yes (If yes, attach complete data) Enclosed data is (with specific marks related to substitution: ❑ Catalog ❑ Drawings ❑ Sample ❑ Tests ❑ Reports ❑ Other Attach list of items or elements that are the same as the specified item. Attach list of similar projects using the product attachment. Include Owner, and Owner's Representative to contact. Attach stated effects of substitution on construction schedule, and changes in other work or project. What license fees or royalties are required? The undersigned states that the function, appearance, quality and results are equivalent or superior to the specified items and that Substantial Completion will not be affected. Submitted by: Contractor's Signature Date Firm Address Telephone Owner's Signature SUBMITTALS 01330 - 8 4219 SECTION 01500 TEMPORARY FACILITIES AND CONTROLS PART 1 - GENERAL 1.01 REQUIREMENTS INCLUDED A. Furnish, install and maintain temporary utilities and facilities required for construction; remove on completion of Work. 1.02 RELATED REQUIREMENTS A. Summary of Work — Section 01100 1.03 REQUIREMENTS OF REGULATORY AGENCIES A. Comply with National Electric Code. B. Comply with federal, state and local codes and regulations and with utility company requirements. PART 2 - GENERAL 2.01 FIELD OFFICE A. The Contractor may furnish a job office on site. Upon completion of the work, the office shall be removed from the premises. The Contractor shall examine the site plan before locating the office and shall not place it within five (5') feet of any underground lines. Owner's approval is required on final location of field office. 2.02 STORAGE SHEDS A. The Contractor may provide on the premises at convenient locations with respect to building construction areas, suitable watertight storage sheds for storage of materials, equipment, and tools which might be damaged by exposure to the weather, and shall maintain same in good condition, and shall remove same when no longer needed, or shall relocate same from time to time where preliminary location might interfere with subsequent work. 2.03 FENCING A. The Contractor may provide job shack and storage fencing a minimum of six (6') feet in height, with four-by-four (4"x4") inch posts or two and one-half (2-1/2") inch galvanized posts spaced ten (10') feet on center, well -braced, and having hog wire or two (2") inch diamond mesh chain link fabric. The fence will be complete with sliding or swinging gates with necessary hardware and padlock. Provide two (2) keys for the Owner's use. Remove fencing and fill posts holes upon completion of work. All fencing shall be provided with fire gates as necessary for emergency access. B. The existing trees must be protected by the General Contractor with a five (5) foot high wire mesh fence. The fence shall be placed at the drip line of all trees to remain. All trees shall be protected from damage and shall be the responsibility of the General Contractor. The Contractor shall replace any trees or shrubs destroyed by the construction operations, at the Contractor's expense. Refer to Section 01532 —TREE PROTECTION. TEMPORARY FACILITIES AND CONTROLS r 01500 - 1 4219 2.04 POWER AND LIGHT A. The Contractor shall obtain and have installed a temporary power service line to a point convenient for and available to all trades, including mechanical and other contractors. The cost of current used shall be paid by the Contractor, and he may apportion the charge among the trades using the current in a manner agreed upon. B. The Contractor shall install temporary lighting to maintain illumination in all areas where work of any kind is being performed. Where practical, temporary lights shall be placed in the locations where the permanent lighting fixtures are to be installed. 2.05 SANITARY FACILITIES A. The General Contractor shall provide adequate toilet facilities for the use of all persons employed on the job. He shall post notices, take such precautions as may be necessary, remove any refuse deposited in or about the building, and maintain the premises in a sanitary condition. 2.06 WATER A. The Owner will permit the Contractor to use existing water facilities and water at no cost; however, any extension or alteration to the system will be at the expense of the Contractor if approved by the Owner. 2.07 STORAGE AND STOCKPILE OF EXCAVATED DIRT A. All dirt excavated during the construction process shall be stockpiled as directed by the Owner and/or Engineer. 2.08 SCAFFOLDING A. Each contractor shall provide and install scaffolding, ramps, platforms, rails, guards, stairs, and ladders necessary for the performance of the work. All safety standards, ordinances, codes, and insurance requirements must be met. All items shall be so constructed as to afford safety and protection to both craftsmen and their work and to the work of other contractors. 2.09 DE -WATERING A. Surface or subsurface water or other fluid shall not be permitted to accumulate in excavations under or adjacent to any structures. Should such conditions develop, water and other fluids shall be controlled and disposed of by means of temporary pumps, piping, drain lines, ditches, dams, or other approved methods. l� 2.10 SHORING A. All temporary shoring required for the installation of work shall be included in this Contract and the General Contractor must assume all responsibility for this work and make good any damage caused by improper supports or failure or shoring in any respect. 2.11 BARRICADES A. The Contractor shall erect and maintain sufficient barricades to protect adjacent Y i structures, paving, lawns, etc., from damage by construction vehicles and operations. Barricades must also be erected where required to prevent injury to the public. 2.12 TRAFFIC CONTROL TEMPORARY FACILITIES AND CONTROLS 01500 - 2 4219 A. The Contractor shall be responsible for all traffic control and safety during construction. The Contractor shall meet all City requirements for public safety, barriers, and traffic control. The Contractor shall coordinate with the City of Lubbock during necessary street control. -£ 2.13 LIFTING AND HOISTING A. The Contractor shall supply all hoists, lifts, cranes, towers, etc. as required for the handling of the various materials. Installation of all equipment shall meet all applicable safety requirements. 2.14 WATCHMAN A. The Contractor or subcontractor, at his own expense and option, shall employ a watchman at such time as he deems necessary to protect or attend his work. The Contractor shall be responsible for making all other security arrangements that he will require during the progress of the work. 2.15 REMOVAL OF TEMPORARY FACILITIES A. When any temporary facility is no longer needed for the proper conduct of the work, the Contractor shall completely remove it from the project and shall repair or replace any material, equipment, or finished surface damaged by doing so. 2.16 TEMPORARY FIRE PROTECTION A. Provide and maintain temporary fire protection during construction in accordance with requirements of the local Fire Protection Code. 2.17 PARKING FACILITIES A. Restrict parking of construction personnel vehicles to areas designated on Drawings or as directed by Owner. B. Do not allow parking on other existing paving areas used by Owner. C. Do not allow construction vehicle parking on completed new paving, except as otherwise approved by Owner. END OF SECTION TEMPORARY FACILITIES AND CONTROLS 4219 01500 - 3 SECTION 01770 CLOSEOUT PROCEDURES PART I - GENERAL 1.01 REQUIREMENTS INCLUDED A. Comply with requirements stated in Conditions of the Contract and in Specifications for administrative procedures in closing out the Work. 1.02 RELATED REQUIREMENTS A. General Conditions of the Contract. B. Section 01100: Summary of Work C. The representative sections of Specifications 1.03 SUBSTANTIAL COMPLETION A. When Contractor considers the Work is substantially compete, he shall submit to Architect. 1. A written notice that the Work, or designated portion thereof, is substantially complete. 2. A list of items to be completed or corrected. B. Within a reasonable time after receipt of such notice, Architect/Engineer will make an examination to determine the status of completion. C. Should Architect determine that the Work is not substantially complete: 1. Architect/Engineer will promptly notify the Contractor in writing, giving the reasons therefore. 2. Contractor shall remedy the deficiencies in the work and send a second written notice of substantial completion to the Architect/Engineer. 3. Architect/Engineer will re-examine the work. D. When Architect concurs that the work is substantially complete, he will: 1. Prepare a Certificate of Substantial Completion, accompanied by Contractor's list of items to be corrected, as verified and amended by the Architect/Engineer. 2. Submit the Certificate to Owner and Contractor for their written acceptance of the responsibilities assigned to them in the Certificate. 1.04 FINAL OBSERVATION 4219 A A. When Contractor considers the work is complete, he shall submit written certification that: 1. Contract Documents have been reviewed. 2. Work has been completed in accordance with Contract Documents. 3. Equipment and systems have been tested in the presence of the Owner's representative and are operational. 4. Work is ready for final examination. B. Architect will make an examination to verify the status of completion with reasonable promptness after receipt of such certification. C. Should Architect consider that the work is incomplete or defective: CONTRACT CLOSEOUT 01770 - 1 1. Architect will promptly notify the Contractor in writing, listing the incomplete or defective work. 2. Contractor shall take immediate steps to remedy the stated deficiencies, and send a second written certification to Architect/Engineer that the work is complete. 3. Architect/Engineer will re-examine the work. D. When the Architect finds that the work is acceptable under the Contract Documents, he shall request the Contractor to make closeout submittals. 1.05 CONTRACTOR'S CLOSEOUT SUBMITTALS TO ARCHITECT/ENGINEER A. Evidence of compliance with requirements of governing authorities: 1. Certificate of Occupancy. 2. Certificates of Inspection: a Mechanical and Electrical systems as required by the respective sections. B. Project Record Documents: to requirements of General Conditions of the Contract. C. Operating and Maintenance Data, Instructions to Owner's Personnel: to the requirements of General Conditions of the Contract and Section 01670 — Systems Demonstrations. D. Warranties and Bonds. E. Keys and Keying Schedule. F. Evidence of Payment and Release of Liens: To requirements of General and Supplementary Conditions. G. Certificate of Insurance for Products and Completed Operations. H. Spare Parts as called for in Sections 1-16. 1.06 FINAL APPLICATION FOR PAYMENT A. Contractor shall submit the final Application for Payment in accordance with procedures and requirements stated in the Conditions of the Contract. END OF SECTION CONTRACT CLOSEOUT 01770 - 2 4219 SECTION 02231 TREE PROTECTION PART1-GENERAL 1.01 Scope: Protect trees and shrubs that are to remain in place from foliage, trunk, and root damage that may result from construction operations. Protect tree trunks as shown on the following page. 1.02 Fencing: Construct temporary fence around the drip line of trees 1.03 Protect trees from the following damage: A. Compaction of root area by equipment or material storage. B. Trunk damage by moving equipment, material storage, nailing, or bolting. C. Strangling by tying ropes or guy wires to trunks or large branches. D. Poisoning by pouring solvents, gas, paint, etc., on or around trees and roots. E. Cutting of roots by excavating, ditching, etc. F. Drought from failure to water or by cutting or changing normal drainage pattem past roots. G. Changes of soil pH factor by disposal of lime base material such as concrete, plaster, etc. H. Do not cut roots 1-1/2" in diameter or over. All excavation and earthwork within the drip line of trees will be done by hand. Owner will do all pruning. 1.04 DAMAGES — SPECIAL REQUIREMENTS: When trees other than those approved for removal are destroyed, killed, or badly damaged as a result of construction operations, the Contract sum will be reduced by the amount determined from the following formula: D2 x 0.7854 x $20.00, where D is the diameter in inches of the trunk of each shade tree measured 12" above grade. 4219 END OF SECTION TREE PROTECTION 02231 - 1 SECTION 02300 EARTHWORK PARTI-GENERAL 1.01 SCOPE: Work in this section includes furnishing all labor, materials, equipment, and services required to construct, shape, and finish earthwork to the required lines, grades, and cross sections as specified herein and on the plains. 1.02 RELATED WORK SPECIFIED ELSEWHERE: A. Grading Plan. 1.03 TEST REPORTS: The Contractor will bear the cost of all routine testing requirements and will submit test reports to the Owner within 24 hours of receipt. In the case of failing tests, the Owner will be notified immediately. Tests will be obtained from a commercial testing laboratory selected by the Owner as specified herein and in the Conditions of the Contract. _., 1.04 METHOD OF PAYMENT: Earthwork is a necessary and incidental part of the work. The total cost will be included in the Bid Proposal. Payment will not be made on a unit price basis or by any other separate measured payment method. PART 2 - PRODUCTS 2.01 UNCLASSIFIED EXCAVATION: Unclassified excavation shall consist of all excavation, unless separately designated, within the limits of the work. Unclassified excavation includes all material encountered regardless of its nature or the manner in which it is to be excavated. 2.02 UNCLASSIFIED FILL: A. Unclassified fill shall consist of all fill within the limits of the work, except for the upper 6" which shall be called topsoil. All suitable native materials removed in unclassified excavation, or similar imported materials, shall be used insofar as practicable as unclassified fill. Properly deposited, conditioned, and compacted fill is hereinafter referred to as "earth embankment". B. Rock will not be considered as appropriate for fill on this project. 2.03 TOPSOIL: Shall be as follows: A. On -Site Topsoil: Topsoil shall consist of an average depth of six (6") inches of native surface soil left in place after the ground cover of herbaceous vegetation and other objectionable matter has been cleared by "blading", as specified in Section 02100, or suitable on -site topsoil stock piled from areas on -site where cutting or filling operations will not be at natural grades. The topsoil must be free of objectionable matter that would render is an "unsuitable material' as described herein. 2.04 IMPORTED FILL: ME A. Imported fill materials shall be used for the construction of earth embankment in the event that (1) the volume of unclassified excavation is less than the volume of fill required for earth embankment and/or (2) the condition of materials removed in unclassified excavation makes them unsuitable for use in the construction of earth embankment. EARTHWORK 02300 - 1 B. The Contractor shall haul and place imported fill obtained from off -site sources as necessary to achieve the grades shown on the plans. The Contractor may use soil from the stockpile adjacent to the ballfield, provided that unsuitable materials are removed. Stockpile shall be graded after removal to smooth and gentle slopes suitable for growth of turf. Disturbed areas of stockpile shall be hydro -mulched and seeded to same specs as other disturbed areas. All costs related to imported fill will be included in the contract price, and no additional or separate payment for imported fill will be due the Contractor. C. A sample of proposed imported fill must be provided by the Contractor and be approved by the Architect/Engineer. In general, imported material must be equal to or better than native material in quality and engineering characteristics. The Architect/Engineer may also require the Contractor to provided a material analysis test of the proposed fill. 2.05 UNSUITABLE MATERIALS: A. Topsoil, select material, imported fill, or unclassified fill will be declared as "unsuitable" by the Architect/Engineer if, in his opinion, any of the following conditions or matter and particles are present to a degree that is judged detrimental to the proposed use of the material. 1. Moisture. 2. Decayed or undecayed vegetation. 3. Hardpan clay, heavy clay, or clay balls. 4. Rubbish. 5. Construction rubble. 6. Sand or gravel. 7. Rocks, cobbles, or boulders. 8. Cementious matter. 9. Foreign matter of any kind. B. Unsuitable materials will be disposed of as "waste" as specified in Section 02100. C. Wet Material: If fill material is unsatisfactory for use as embankment solely because of high moisture content, the Architect/Engineer may grant the Contractor permission to process the material to reduce the moisture content to a usable optimum condition. 2.06 COMPOST (omit): Shall be well -rotted organic material such as cotton hulls or pine bark, or a combination of 80% vegetable matter and 20% manure products or approved equal. This material shall have been composted at least nine (9) months and shall be free of fungus, grass, weed seed, debris, or any toxic substances. Compost shall be "screened" so that no particles are greater than '/2" in diameter. "New Life Acid Grow" as produced by Soil Building Systems, Inc., Dallas, L Texas, 972-831-8181; or Premium Grade "Compost" as produced by Vital Earth Resources, Gladewater, Texas, 903-845-2163, are examples of acceptable products. PART 3 - EXECUTION 3.01 SITE PREPARATION: In general, "site preparation," as specified in Section 02100, shall be performed in advance of grading and earthwork operations and shall be completed over the entire area of earthwork operations. 3.02 ATHLETIC FIELD SOIL PLACEMENT, MIXING AND FINE GRADING: A. OUTFIELD: Existing soil and/or imported topsoil shall be tilled to a depth of 6" then graded and smoothed to within 0.05 feet of required grade; allowing for thickness of field surface materials. Prepare topsoil as described in Section 02930, Turfgrass Planting and Mowing. EARTHWORK 02300 - 2 4219 B. INFIELD: Existing soil and/or imported fill shall be placed, graded and compacted to minimum 95% of Standard Proctor Density, and graded to within 0.05 feet of finished grade; allowing for thickness of field surface materials. Contractor shall arrange for three - compaction tests to be taken upon completion of final grading at locations to be determined by the Owner's Representative. 3.03 UNCLASSIFIED EXCAVATION: A. All excavated areas shall be maintained in a condition to assure proper drainage at all times, and ditches and sumps shall constructed and maintained to avoid damage to the areas under construction. Erosion control measures shall be installed and maintained during construction operations. B. Surplus Material: 1. Surplus excavation is that quality of material that may be left over after the grading plan is executed, and all earthwork operations, including excavation, embankment construction, topsoil replacement, and final grading, are completed. Unless otherwise specified, the Contractor shall dispose of surplus material as "waste" as specified in Section 02100. 2. Excavation in Rock (omit): The use of explosives will not be permitted unless specifically permitted in writing by the Owner. Unless otherwise indicated on the plans, excavation in solid rock shall extend six (6") inches below required subgrade elevation for the entire width of the area under construction and shall be backfilled with suitable materials as indicated on the plans. 3.04 EARTH EMBANKMENT: A. Earth embankment is defined as embankment composed of suitable materials removed in unclassified excavation and/or imported fill. The construction of embankment includes preparing the area on which fill is to be placed and the depositing, conditioning, and compaction of fill material. B. General: Except as otherwise required by the plans, all embankment shall be constructed in layers approximately parallel to the finished grade of the graded area, and each layer shall be so constructed as to provide a uniform slope as shown on the grading plan. Embankments shall be constructed to correspond to the general shape of the typical sections shown on the plans, and each section of the embankment shall correspond to the detailed section or slopes established by the drawings. After completion of the graded area, embankment shall be continuously maintained to its finished section and grade until the project is accepted. C. Preparation: Prior to placing any embankment, all preparatory operations will have been completed on the excavation sources and areas over which the embankment is to be placed. Stump holes or small excavations in the limits of the embankments shall be backfilled with suitable material and thoroughly tamped by approved methods before commencing embankment construction. The surface of the ground, including plowed, loosened ground, or surfaces roughened by small washes or otherwise, shall be restored to approximate its original slope by grading or other methods. The subgrade shall be firm and able to support the construction equipment without displacement. Soft or yielding subgrade shall be corrected and made stable before construction proceeds. The subgrade shall be proof rolled to detect soft spots, which if exist, shall be reworked. Proof rolling shall be performed using a heavy pneumatic tired roller, loaded dump truck, or similar piece of equipment weighing approximately 25 tons. The proof rolling operations shall be observed by the geotechnical engineer or his representative. EARTHWORK 02300 - 3 4219 D. Scarification: The surface of all areas and slopes over which fill is to be placed, other than rock, shall be scarified to a depth of (6") inches to provide a bond between the existing surface and the proposed embankment. Scarification shall be accomplished by plowing, discing, or other approved means. The material that has been loosened shall be recompacted with the new embankment. The first lift shall have no more than two (2") inches in loose depth added to the scarified material. E. Benching (omit): Scarification is normally adequate for sloping surfaces. However, in certain cases where fill is to be placed against hillsides or existing embankment with slopes greater than four to one (4:1), the Architect/Engineer may direct the Contractor to key the fill material to the existing slopes by benching. A minimum of two (2') feet normal to the slope shall be removed and recompacted to insure that the new work is constructed on a firm foundation free or loose or disturbed material. F. Depositing: Fill material shall be placed in horizontal layers or lifts, evenly spread, not to exceed six (6") inches in loose depth before conditioning and compaction. Unless otherwise permitted, each layer of fill material shall cover the length and width of the area to be filled and shall be conditioned and compacted before the next higher layer of fill is placed. The fill material shall be uniform with respect to material type and moisture content. Clods and chunks of material shall be broken and the fill material mixed by discing, blading, or plowing, as necessary, so that a material of uniform moisture and density is obtained for each lift. Adequate drainage shall be maintained at all times. G. Watering: At the time of compaction, the moisture content of fill material shall be such that the specified compaction will be obtained, and the fill will be firm, hard, and unyielding. Fill material that contains excessive moisture shall not be compacted until it is dry enough to obtain the specified compaction. Water required for sprinkling to bring the fill material to the proper moisture content should be applied evenly through each layer. H. Compacting: Each layer of earth dill shall be compacted by approved tamping or sheepsfoot rollers, pneumatic tire rollers, or other mechanical means acceptable to the Architect/Engineer. Hand -directed compaction equipment shall be used in areas inaccessible to vehicular compactors. Grading: Embankments shall be constructed in proper sequence and at proper densities for their respective functions. All embankment serves in one capacity or another as subgrade (e.g., under topsoil, under pavement, under structures, etc.). Accordingly, the upper layer of embankment shall be graded to within plus or minus 0.10 foot of proper subgrade elevation prior to depositing topsoil, an prior to the construction of pavements, slabs, etc. (See Building Earthwork.) 3.05 DENSITY CONTROL A. Earth Embankment in General: On -site sandy clay soils used in earth embankment shall be compacted in maximum six (6") inch lifts at ninety-two (92%) to one hundred (100%)� percent of Standard Proctor Density ASTM D698 with moisture content ranging between optimum to five (5%) percentage points above optimum. B. Earth Embankment Under Pavement: The top six (6") inches of natural earth comprising the subgrade for areas of pavement shall be ninety-five (95%) to ninety-eight (98%) percent of Standard Proctor Density ASTM D698 with the moisture content at two (2%) to four (4%) percent above optimum. Sidewalks six (6') feet and less in width and individual paved areas less than one hundred fifty (150) square feet in surface area are excluded from this requirement. EARTHWORK 02300 - 4 4219 3.06 MOISTURE MAINTENANCE: The specified moisture content shall be maintained in all _ embankments that are to function as subgrade for structures, areas of pavement, of for select embankment. After completion of the embankment, the Contractor shall prevent excessive loss of - moisture in the by sprinkling as required. Loss of moisture in excess of two (2%) percent below optimum in the top twelve (12") inches of the fill will require that the top twelve (12") inches of the embankment be scarified, wetted, and recompacted prior to placement of the structure, select _. fill or pavement. If desired, the Contractor may place an asphalt membrane of emulsified or cutback asphalt over the completed embankment and thus eliminates the sprinkling requirement. 3.07 TESTING: Field density tests shall be arranged by the Contractor. Contractor shall notify -: Owner's Representative before testing is to occur. 4219 3.08 STORM WATER MANAGEMENT: The Contractor shall perform his construction operations in accordance with best management practices to control pollutants in storm water discharges during construction. The Contractor shall conform to local state and federal regulations regarding control of storm water pollutants, silt, and sediments leaving the site. The Contractor shall maintain sediment and pollution controls in accordance with the plans and the TCEQ STORM WATER POLLUTION PREVENTION PLAN. 3.09 RECORD DRAWINGS: Upon completion of the grading operations the Contractor must verify the site grading by having a registered public surveyor shoot grades on a 25' grid overlaid over the baseball playing field areas. The grades must be transferred to a reproducible drawing of the grading plan for submission to and approval by the Owner or Architect/Engineer. No construction can proceed until the Owner has approved this "Record Drawing". All costs for surveying must be borne by the Contractor. END OF SECTION EARTHWORK 02300 - 5 SECTION 02810 IRRIGATION SYSTEM PART I. GENERAL A. Related Work Specified Elsewhere 1. Section 01330 - Submittal Procedures 2. Section 01770 - Closeout Procedures 3. Section 02300 - Earthwork 4. Section 02930 - Lawns and Grasses 5. Section 03300 - Concrete B. Qualifications of Bidder -Licensing 1. The Bidder shall supply the name and license number of the licensed irrigator who is responsible for the project with the bid submittal. The irrigation installer shall be licensed in the state of Texas or from where the Contractor is based. Out of state licensing, shall only be acceptable if the licensing state shares reciprocity with Texas. A licensed irrigator or installer shall be on the job site at all times when irrigation work is in progress. 2. The Owner reserves the right to reject any bid if bidder is not qualified based on the above given criteria. C. Codes and Standards 1. The Bidder is to conform to all local, state, and federal codes and ordinances. D. Discrepancies 1. It is the intent of this contract that all work must be completed and all material must be furnished in accordance with the generally accepted practice of the area. In the event of any discrepancies between the plans and specifications or doubts as to the meaning and intent of any portion of the contract, the Owner shall define what is intended to apply to the work. PART H. SUBMITTALS A. Shop Drawings 1. Contractor shall submit shop drawings to the Owner before installation of equipment. Shop drawings shall include complete layout and detail drawings illustrating the location and type of all heads, valves, piping circuits, controls and accessories. Drawings shall be submitted in CAD format, AutoCAD, release 2000; on compact disc. B. Project Record Document 1. The Contractor shall prepare "as -built" plans of system after final check. Work shall be submitted as a CAD drawing, AutoCAD release 2000 on a compact disc. "As - built' plans shall be accurate to within 6 inches. Inaccurate plans will not be accepted. Final payment will not be made until "as -built' plans are submitted and approved by Owner. IRRIGATION SYSTEM 02810-1 PART M. SITE CONDITIONS A. Examination of Sites 1. Bidder shall visit the project site and compare drawings and specifications to the actual site. Failure to do so will in no way relieve the successful Bidder from the responsibility of completing the project in accordance to project specifications at no additional cost to the Owner. B. Utilities 1. The Contractor's attention is directed to the fact that other underground utility lines may exist of which the Owner is not aware. It is the Contractor's obligation to locate all utilities and to provide for their safety. Damage to utilities will be repaired at the Contractor's expense. PART IV. PROTECTIVE MEASURES A. Responsibility of Materials 2. The Contractor shall be responsible for all materials furnished by him and shall replace at his own expense all material found to be defective in manufacture or if it has become damaged in handling after shipment. B. Responsibility of Property 1. The Contractor shall be responsible for the protection and preservation of all plant material, monuments, and structures during installation. Any damage shall be repaired or replaced by the Contractor, at his own expense, to the satisfaction of the Owner. 2. All trenching or any excavation is to be no less than six (6) feet from the trunk of any plant material. If questions arise, the Contractor shall contact the Owner for clarification. C. Barricades and Protective Measures 1. The Contractor shall be responsible for the protection of unfinished work The Contractor shall, at his own expense, furnish and erect such barricades, fences, lights, and danger signals. He shall also take such other precautionary measures for the protection of persons, property, and the work as may be necessary. 2. The Contractor shall be responsible for all damage to the work due to failure of barricades, signs, and lights to protect it. When damage is incurred, the damaged portion shall be immediately removed and rt replaced by the Contractor at his own cost and expense. The contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to of City's certificate of acceptance of the project. 1- PART IV. MATERIALS A. PVC Pipe and fittings 1. PVC pipe shall be class 200, SDR 21 un-plasticized polyvinyl chloride, Type I, Grade I. All lateral piping under four (4) inches shall be solvent weld. All pipe must have manufacturer's markings clearly printed for entire length. I IRRIGATION SYSTEM 02810-2 2. Schedule 40 fittings must conform to ASTM D-2466; Schedule 80 fittings must conform to ASTM D-2464. 3. Swing Joints: KBI Model TSA, sized per plans. 4. Solvent Cementing: Primer- Weld -On P-68 Purple Colored Only (All pipe and fittings). Solvent- %z" thru 1 ''/z" Weld -On #705; 2" thru 10" Weld -On #717. Manufactures Recommendations shall be followed at all times. B. Valves 1. Remote control valves (1" or 2"): Rainbird PEB Series 2. Remote control valves (3"): Hunter ICV-301G 3. Quick coupler valves: Rainbird, Model 44RC, Installed w/6" round cover. C. Valve Boxes 1. Valve Box: Ametek "or approved equal"; minimum dimensions: 15" x 2 1 " x 12" deep, molded plastic. Extensions shall be used as necessary to bring valve box to grade and shall be compatible with box to achieve depth required. Bolt -in green lid with cover lift holes (rectangular, lid shall have snap lock tab closure). D. Sprinkler Heads. 1. Spray Heads: Hunter Institutional Spray Heads. 2. Rotors: Hunter I-20-ADS and I-60-ADS E. Control Wiring 1. All wiring from a controller to a solenoid valve shall be single strand solid copper #14 gauge UL-UF wire with a minimum of 4/64" insulation as approved for direct burial in 30 volt AC or less service by the NEC. The common wires shall have white insulation. Signal wires shall have red insulation. 2. Wires shall be installed at minimum depth of eighteen (18) inches when installed in a ditch alone; fourteen (14") inches and directly alongside irrigation pipes if the same ditch is used. F. Thrust Blocks 1. Concrete "ready -mix" - 3,000 PSI. in 28 days. To be placed at all angles and tees and at terminal ends of pipe two and one half inches and greater in diameter. Thrust blocks must be installed against the pipe and extend to an undisturbed vertical wall of the trench. All pipe and fittings shall be wrapped in thirty (30) pound felt to protect from movement. PART VI. EXECUTION A. Handling of Materials 1. The Contractor shall exercise care in handling, loading, and unloading of all equipment. All PVC pipe, fittings, and other equipment shall be adequately covered and protected from the elements. Pipe and fittings also shall be transported in such a fashion as to be protected from excessive bending and from external, concentrated load at any point. IRRIGATION SYSTEM 02810-3 B. Trenching 1. Trenches shall be straight and flat at the bottom. 2. Trench Size: Minimum width shall be six (6") inches. Minimum cover over installed supply piping: Eighteen (18") inches. Minimum cover over branch piping shall be fourteen (14") inches. Maximum centerline depth for supply line shall not exceed twenty-four (24") inches at zone valves. 3. Pipe pulling is not acceptable. 4. Fill shall be compacted in trenches to prevent settling. All settling that occur within the first twelve (12) months shall be the responsibility of the Contractor to fill and level. All trench backfill shall be flooded to prevent settling to 95% Standard Proctor Maximum Density. Tamping is required, at road crossings the material shall be placed in 8-inch layers, moistened if necessary, and thoroughly compacted with mechanical tampers from the bottom of the trench to the finish grade to a density of at least 95% of maximum density at optimum moisture as determined by ASTM D698. 5. Maintain trenches free of debris, material, or obstructions that may damage pipe. 6. Where rock or other undesirable materials are encountered trenches are to be over excavated by three (3") inches to allow for a three (3") inch layer of finely graded sand under all piping. After the piping is installed, finely graded sand shall be placed around the piping up to a point three (3") inches above the piping. 7. All trenches are to be inspected and approved by Owner before covering. 8. Trench digging machinery may be used to make trench excavation except in places where operation of it would cause damage to existing structures either above or below ground; in such instances, hand methods shall be employed. 11. The Contractor shall be fully responsible for locating utilities, and shall be responsible for repairs to damaged utilities, even if they are not shown on the plans. 12. There will be no classification of, or extra payment for excavated materials and all materials encountered shall be excavated as required. Adjacent structures shall be protected from damage by construction equipment. All excavated material shall be placed in a manner that will not endanger the work or existing structures and which will cause the least obstruction to roadways. 13. Excess trench excavation, not used for backfill, shall be disposed of by the Contractor, and at the Contractor's expense as directed by the Owner. 14. It is understood that the piping layout is diagrammatic and piping shall be routed in such a manner to achieve the intent of the plan. IRRIGATION SYSTEM 02810-4 i _ C. Installation 1. Install pipe, valves, controls, and outlets in accordance with manufacturer's instructions. 2. Connect to utilities. 3. Set outlets and box covers at finish grade elevations. 3. Provide for thermal movement of components in system. 4. Wiring: a. Wire splices will only be allowed to occur within an accessible control box. fi line direct burial splices will not be allowed. Wire splices shall be DBY model as manufactured by 3M Company or approved equal. b. Provide looped slack at valves and turns in trench to allow for contraction of wires. c. All wire passing under existing paving, sidewalk, etc., shall be encased in plastic conduit extending at least twelve (12") inches beyond edges of paving or construction. d. All electrical control wiring shall be wrapped together on 10-feet increments with plastic straps. An electrical wiring schematic shall -' be furnished with the equipment. ie. Tracer wire and warning tape shall be installed with all fresh water piping. Tracer wire 16 Gauge copper shall have the insulation removed for at least six (6") inches every thirty (30') feet of run. Potable Water Warning tape shall be run at half the depth of the top of the pipe. 5. After piping is installed, but before outlets are installed and backfill commences, open valves and flush system with full head of water. 6. Dissimilar Materials Piping Joints: Construct joints using adapters that are compatible with both piping materials, outside diameters, and system working pressure. 7. When work is not in progress, securely close the open ends of pipe fittings so that no trench water, earth, or other substance will enter pipes or fittings. 8. Fittings at bends in the pipeline and at ends of lines shall be firmly wedged against the vertical face of the trench, but not against rock (fittings not secured by thrust blocks). 9. Use Teflon tape on male pipe threads. Use of Teflon dope is prohibited. 10. Where threaded PVC connections are required, use threaded PVC adapters. 11. Cross tees and street ells shall not be used. IRRIGATION SYSTEM 02810-5 12. Remove all burrs from cuts in pipe. 13. After pipe has been solvent weld, do not apply water pressure for a time less than that of the manufacture's recommendation, considering current weather conditions. 14. Excess PVC Solvent shall be removed from joints before drying to prevent pipe weakening. Pipe connections made with excess solvent will not be accepted. 15. Solvent welding will not be permitted if weather conditions prevent joints from remaining free of dirt or moisture, while the joint is being made; or if the temperature is below that specified by the pipe or solvent manufacturer's recommendations. 16. The Owner must be given twenty-four (24) hour notice before the pipe trenches are covered so that Owner's representative may be present for inspection. After the pipe system has been inspected and approved, trenches may be closed. 17. All pipe shall have a one (1') foot minimum vertical separation from all utility lines in close proximity. G. Flushing 1. Flush pipes until free of all rock, dirt, trash, pipe shavings, and debris. Notify Owner's representative 24 hours in advance of system flushing. H. Leakage Test 1. After pipe is laid, line shall be pressurized and all air expelled from line at highest point of each section. Each line shall be inspected for leaks. Any joints showing leaks shall be repaired and any cracked or defective pipes or fittings shall be removed and replaced with good material. Notify Owner's representative 24 hours before system check. I. Backfill 1. Trenches shall be backfilled with the excavated earth from trenching. - All rocks and debris shall be removed and no item larger than one (1) inch diameter shall be placed back in the trench. A warning tape is to be placed approx. 6" above the top of the pipe. 2. A warning tape shall be placed approx. 6" above all wiring. J. Controller (OMIT) 1. Contractor to locate controller as indicated on plans and verify location with owner.{ L 2. Contractor shall install a concrete slab four (4) inches thick flush to ground. The Contractor shall provide and install a stainless steel rain - tight controller pedestal, which is designed for use with the specified controller. Contractor shall install grounding rod through concrete slab inside of the stainless steel rain -tight box. IRRIGATION SYSTEM_ 02810-6 3. Contractor shall install rigid conduit from edge of slab, ell up through and attach to controller box. One conduit for power source; one conduit for common/section wires. 4. Power wire conduit to be Y4" diameter rigid conduit to meet city code. 5. One duplex plug shall be installed in the controller box. 6. The Owner shall provide a telephone line for the controller. The Contractor shall provide a conduit for the installation of the telephone line into the controller housing. L. Lightning Arrestors and Rod (OMIT) 1. A lightning arrestor and rod shall be installed at each controller. The rod shall be installed by the contractor and placed within the concrete slab below the controller. 2. Rod shall be copper coated steel, minimum 8 feet long, and 5/8" diameter. 3. Rod shall have minimum resistance of twenty-five (25) OHMS or less. 4. Rod to be connected to controller by a copper coated or bronze one piece clamp. 5. Wire used to connect controller to lightning rod shall be 6 gauge solid copper wire or one gauge larger than power wires, whichever is largest. M. Testing and inspection 1. Do not allow any of the work in this section to be covered or enclosed until it has been inspected, tested and approved by the Owner. 2. Adjust heads for proper coverage. PART VII. INSPECTION AND ACCEPTANCE A. Preliminary Inspection 1. When all initial installation is done and all incidentals necessary to the proper function of the system is done, the Contractor shall request the Owner to walk through system and visually check the operation of the system. At this time the Owner and the Contractor will discuss repairs that may need to take place. B. Final Inspection 1. After preliminary inspection has taken place and all corrections and repairs have been completed by the Contractor, the Contractor and the Owner will again walk through system to check operation. This procedure will be repeated until system operates to the Owner satisfaction. At this time the Owner will accept system from the Contractor. An acceptance form will follow from the Owner to the Contractor. IRRIGATION SYSTEM 02810-7 [t PART VIII. CLEAN UP AND ADJUSTING A. Removal of Site Debris. The Contractor shall: l . Make final clean up of all parts of work. �r 2. Carefully adjust lawn sprinklers so they will be flush with, or not more than one-half (1/2") inch below finish grade after completion of landscape work. 3. Adjust settings of controllers and automatic control valves. 4. The Contractor will be required to remove all construction debris from the site. Final clean up by the Contractor must be acceptable to the Owner. IX. COMMISSIONING A. Starting Procedures 1. Operational Testing: Perform operational testing after pressure test is completed, backfill is in place, and sprinklers are adjusted to final position. B. Demonstration 1. Demonstrate to the Owner that system meets coverage requirements and that automatic controls function properly. 2. Demonstrate to the Owner's maintenance personnel operation of equipment, sprinklers, specialties, and accessories. Review operating and maintenance information. 3. Provide a written notice 48 hours in advance of demonstration. C. Guarantee The Contractor shall: 1. Make all needed repairs or replacements due to defective workmanship or materials for exactly one (1) year following date of final acceptance. 2. Be responsible for all expenses necessary for repairs and replacement. 3. Pay all expenses incurred if the Contractor fails to act upon a request from the Owner for repairs to system. If the Contractor fails to do work within ten (10) days after the Owner has made request, the Owner will proceed with repairs and charge all expenses to the ' Contractor. 4. Pay for expenses incurred to project due to vandalism prior to final , acceptance. 5. Owner shall pay for all expenses incurred due to vandalism after final acceptance. End -of -Section IRRIGATION SYSTEM 02810-8 SECTION 02821 CHAIN LINK FENCING AND GATES PART 1-GENERAL 1.01 SCOPE: This section covers the furnishing of all labor and materials necessary to install the chain link fencing as shown on the plans. 1.02 SUBMITTALS: Shop drawings shall be furnished on all fencing and gates to be installed, and the Contractor shall submit samples of each component part of the various fencing if so required by the Owner. PART 2-PRODUCTS 2.01 FABRIC: A. All chain link fabric shall be zinc or aluminum coated steel wire with a minimum tensile strength of 75,000 psi. 1. Zinc -coated: Minimum 1.2 ounces of zinc coating per square foot of coated surface area (ASTM A392). 2. Aluminum -coated: Minimum 0.40 ounces of aluminum coating per square foot of coated surface area (ASTM A491). B. Fabric shall be helically wound and interwoven into a diamond mesh in the following gauges and mesh sizes determined by measuring the clear distance between parallel sides of the mesh. Site Fencing No. 9 gauge — 2" mesh Backstop No. 9 gauge — 2" mesh (upper 15') No. 6 gauge — 2" mesh (lower 10') Deflectors No. 6 gauge — 2" mesh C. All fabric shall have knuckled top and bottom selvage. D. The Contractor shall submit a manufacture's certified test result that the zinc and aluminum coatings meet specified standards. 2.02 POSTS: A. All fence posts shall be Schedule 40 steel pipe B. Terminal posts shall be defined as end, pull, corner, and line posts defined as the vertical _.1 posts installed between terminal posts. i C. All posts shall be hot -dip zinc coated on all surfaces after fabrication with a minimum of 1.8 ounces of zinc per square foot of coated surface area, conforming to ASTM A 120. D. All posts shall conform to the following sizes as called for on the plans: 6" o.d. 18.97 lbs. per foot - 4" o.d. 9.11 lbs. per foot Lj 3" o.d. 6.83 lbs. per foot E. Spacing for line posts shall be as shown on the plans. a F. All exposed ends of fence posts shall be fitted with a formed steel, malleable iron, or aluminum hot -dip galvanized alloy cap. All line posts shall be fitted with a cap suitable CHAIN LINK FENCING AND GATES _a 4219 02821 - 1 for passage of the continuous top rail. All terminal posts shall be capped with a domed terminal top. 2.03 RAILS: A. All chain link fencing shall have a 1-5/8" o.d. (2.27 lbs. per foot), continuous top rail. Outside sleeve -type couplings 7" long, spaced at 20' maximum intervals, of the same material as the rail shall be used to allow for expansion and contraction. Every fifth coupling shall have a spring to take up rail expansion or contraction. B. Intermediate and bottom rails will be installed as shown on the plans and attached to the line and terminal posts with galvanized end, corner, and line rail clamps. C. All rails shall be Schedule 40 steel pipe hot -dip zinc coated after fabrication with a minimum of 1.8 ounces of zinc per square foot of coated surface area. 2.04 WIRE TIES: Wire ties shall be used to attach fence fabric to rails and line posts. Wire tie gauge size shall not be less than gauge of the fence fabric. Spacing for wire ties along rails shall not be greater than 24" and shall not exceed 15" when attaching to line posts. Ties shall be aluminum or zinc coated steel. 2.05 TENSION BARS: All fence fabric shall be tied to terminal posts with tension bars and tension bands. All tension bands shall be galvanized steel strip'/4" thick and V wide. Tension bar shall be threaded through the chain link fabric and attached to the terminal post with 1" wide, No. 11 gauge, tension bands at 15" intervals or less. Tension bands shall be closed with a 3/8" x 1'/4" galvanized carriage bolt. 2.06 TRUSS RODS: Where shown on the plans, a three -eighths (3/8") inch diameter galvanized steel truss rod and tightener will be installed between the terminal post and the adjacent line posts. 2.07 FITTINGS: All fittings to be hot -dip zinc coated malleable cast iron or pressed steel conforming to ASTM A 153. Hot -pip zinc coating shall be 1.2 ounces of zinc per square foot of coated area. 2.08 CONCRETE POST FOOTINGS: All concrete used shall conform to Section 03300 — Cast -In - Place Concrete. PART 3 - EXECUTION 3.01 ERECTION: All fencing shall be installed by skilled and experienced fence erectors to the lines and grades shown on the drawings. Some fence posts and footings have been installed by others. 3.02 COORDINATION: Fence erectors shall coordinate work with the concrete subcontractor for the placement and location of fence post footings and the void forms. Fence post erectors shall coordinate with the Owner and General Contractor in locating all existing underground utilities prior to drilling holes for fence post footings. 3.03 FABRIC: All fabric shall be placed on the inside of the ballfield except as follows: (1) dugouts and (2) curved section of the outfield fence. 3.04 FABRIC CLEARANCE: All fence fabric shall have a i" clearance from the bottom of the fence fabric to top of concrete and 2" to top of sod. Fence fabric shall extend above the top of top rail no more than one (I") inch. 3.05 CLEANUP: Upon completion of the fence installation, any splattered concrete shall be removed from fence posts, all wire ties and fence hardware shall be picked up, and all excess fence fabric and equipment removed from the construction site. END OF SECTION CHAIN LINK FENCING AND GATES 02821 -2 4219 SECTION 02930 LAWNS AND GRASSES PARTI-GENERAL 1.01 SCOPE A. This work includes all labor, materials, and equipment for soil preparation, fertilization, planting, and other requirements regarding turfgrass planting areas shown on plans. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 02300 - Earthwork. B. Section 02810 - Irrigation System. 1.03 SUBMITTALS A. Delivery Receipts and Invoices: All delivery receipts and copies of invoices for materials used for this work shall be subject to checking by the Owner or his representative and shall be subsequently delivered to the office of the Owner. B. Samples and Producers' Specifications: Various samples, certificates, and specifications of seed, fertilizer and other materials shall be submitted for approval as required by subsequent sections of this specification. PART 2-PRODUCTS 2.01 TURFGRASS A. Grass Seed: Turfgrass seed shall be either Lolium multiorum (Italian or Annual Ryegrass) or Cynodon dactylon at the discretion of the Owner (depending on the date of planting). The seed shall be harvested within one (1) year prior to planting and shall be free of, other grass seed, and weed seed to the limits allowable under the Federal Seed Act and applicable seed laws. Seed shall be at least 95% pure and shall have a 90% minimum germination rate. Certificate Submittal: Prior to planting, submit to the Owner or his representative, the State Certificate stating analysis of purity and germination of seed. B. Sod: Turfgrass sod shall be Cynodon Dactylon (Common Bermudagrass). Sod shall consist of stolons, leaf blades, rhizomes, and roots with a healthy, virile system of dense, thickly matted roots throughout the soil of the sod for a thickness not less than three- quarters (3/4") inch. Sod shall be alive, healthy, vigorous, free of insects, disease, stones, and undesirable foreign materials and grasses. The grass shall have been mowed prior to sod cutting so that the height of the grass shall not exceed two (2") inches. Sod shall have been produced on growing beds of clay -loam topsoil. Sod shall not be harvested or planted when its moisture condition is so excessively wet or dry that its survival will be affected. All sod is to be harvested, delivered, and planted within a thirty-six (36) hour period of time. Sod shall be protected from exposure to wind, sun, and freezing. If sod is stacked, it shall be kept moist and shall be stacked roots -to -roots and grass -to -grass. 1. Dimensions: All sod shall have been machine cut to uniform soil thickness of one (I") inch plus or minus one -quarter (1 /4") inch. All sod shall be of the same thickness. Rectangular sections of sod may vary in length, but shall be of equal LAWNS AND GRASSES 4219 02930 - 1 width and of a size that permits the sod to be lifted, handled, and rolled without breaking. Broken pads and torn, uneven ends will be unacceptable. 2. Owner or his representative must approve sod at the source prior to shipment, if practical; or at the job site before unloading. 2.02 FERTILIZER A. General: Fertilizer shall be a commercial product, uniform in composition, free flowing, and suitable for application with approved equipment. Fertilizer shall be delivered to the site in fully labeled original containers. Fertilizer which has been exposed to high humidity and moisture, has become caked or otherwise damaged making it unsuitable for use, will not be acceptable. B. Initial Planting Application: Fertilizer for the initial planting application shall be a starter fertilizer with a N-P-K ratio of 4-5-1 (19-26-5) or approved equal. The phosphorous component must be delivered from monoammonium phosphate to stimulant vigorous development of new roots, stolons, and rhizomes. This initial application must be applied and incorporated into the soil immediately prior to sodding or sprigging and applied immediately after seedlings begin to emerge on seeded areas. Specification Submittal: Submit a sample label or specification of the fertilizer proposed to be used for the Owner's approval. C. Post Planting Application: Fertilizer for the post planting application will be a complete fertilizer of chemical base containing by weight the following percentages of nutrients: 27-3-4 +2% Fe (N-P-K) or approved equal from methylene urea or the nitrogen equivalent of 33-3-10. The application rate should provide one (1) pound of nitrogen per 1,000 square feet. Specification Submittal: Submit a sample label or specification of the fertilizer proposed to be used for the Owner's approval. 2.03 HYDROMULCH MATERIALS A. Mulch: All mulch will be manufactured from hardwoods only and will be refined specifically for turf hydromulch applications. Three approved mulches are manufactured by Conwed, Weyerhauser, and Texas Fiber Co. 1. Submittal: Submit a sample label or specification and a sample packet of the proposed mulch for the Owner's approval. PART 3 - EXECUTION 3.01 GENERAL A. All turf planting operations are to be executed across the slope, parallel to finished grade contours.. 3.02 SCHEDULE A. Athletic fields and hydro seeded areas must be planted to a "uniform stand" and be in satisfactory condition for acceptance by the Owner. B. Grass planting can proceed only after the irrigation system and fine grading has been approved by the Owner or the Architect/Engineer. 3.03 SOIL PREPARATION LAWNS AND GRASSES 02930 - 2 4219 A. If vegetation exists onsite,split applications of a mixture of glyphosphate (Roundup), water soluble fertilizer, and a glyphosphate accelerator such as "Scythe" shall be applied not to exceed three (3) applications. Contractor shall follow manufacturer's ! recommended application rates. B. Tillage: Tillage shall be accomplished to loosen the soil, destroy existing vegetation, and prepare an acceptable seed/sod bed. All areas shall be tilled with a heavy duty disc or a chisel -type breaking plow, chisels set not more than ten (10") inches apart. Initial tillage shall be done in a crossing pattern for double coverage, then followed by a disc harrow. Depth of tillage shall be six (6") inches. C. Cleaning: Soil shall be further prepared by the removal of debris, building materials, rubbish, weeds, and stones larger than three-quarter (3/4") inches in diameter. If vegetation exists onsite, split applications of glyphosphate shall be applied to all existing vegetation. D. Fine Grading: After tillage and cleaning, all areas to be planted shall be leveled, fine graded, and drug with a weighted spike harrow or float drag. The required result shall be the elimination of ruts, depressions, humps, and objectionable soil clods. This shall be the final soil preparation step to be completed before the commencement of fertilizing and planting. E. Rock Removal: During the soil preparation process, a "Rock Pick" or other approved piece of machinery shall be used to gather surface stones as small as three-quarter (3/4") inch in diameter. The Contractor shall be responsible for the disposal of collected materials as waste per "Clean Up", paragraph 3.12. 3.04 FERTILIZING A. Initial Planting Application: The specified fertilizer shall be applied at the rate of one (1) pound of actual P (phosphorous) per one thousand (1,000) square feet. This application must supply one (1) pound of phosphorous per 1,000 square feet for Bermudagrass. 1. Timing: The initial planting application of fertilizer for seeded or sodded areas _a shall be applied after the soil preparation, but not more than two (2) days prior to turfgrass planting. B. Post Planting Application: Thirty (30) days after planting, turfgrass areas shall receive an application of the specified complete fertilizer at a rate of one (1) pound of actual N (nitrogen) per one thousand (1,000) square feet. l . Timing: The Owner or his representative will determine if it is too late in the growing season for the post planting application. In the event that it is, the - application shall be made in the spring of the next year, or the cost of the application may become a credit due to the Owner. 2. Post Planting Maintenance: See paragraph 3.08. Areas without a uniform stand (complete coverage) that must be maintained later than thirty (30) days after the initial planting shall receive subsequent applications of fertilizer, as described above, every thirty (30) days until a uniform stand is achieved. 3.05 PLANTING A. Apply Bermuda grass seed at a rate of three (3) pounds per one thousand (1,000) square feet (130 pounds per acre/ryegrass seed at the rate of eight (8) pounds per one thousand (1,000) square feet (350 pounds per acre). Seed shall be uniformly placed along with hydro -mulch. LAWNS AND GRASSES 02930 - 3 4219 B. Hydromulch shall be applied at shall be applied at the rate of forty-six (46) pounds per one thousand (1,000) square feet (2,000 pounds per acre), using water at the rate of twenty-three (23) gallons per one thousand (1,000) square feet (1,000 gallons per acre). C. Solid Sodding: Prior to laying the sod, the planting bed shall be raked smooth to true grade and moistened to a depth of four (4") inches, but not to the extent causing puddling. The sod shall be laid smoothly, tightly butted edge to edge, and with staggered joints. The sod shall be pressed firmly into contact with the sod bed by rolling so as to eliminate all air pockets, provide a true and even surface, and insure knitting without displacement of the sod or deformation of the surfaces of sodded areas. All transitions between sod and seeded areas shall be undercut and rolled to provide a smooth, level transition. Following compaction, fine screened soil of good quality shall be used to fill all cracks between sods. Excess soil shall be worked into the grass with suitable equipment and shall be will watered. The quality of fill soil shall be such that it will cause no smothering of the grass. 3.01 PROTECTION A. No heavy equipment shall be moved over the planted turf area unless the soil is again prepared, graded, leveled, and replanted. It will be the responsibility of this Contractor to protect all paving surfaces, curbs, utilities, plant materials, and any other existing improvements from damage. Any damages shall be repaired or replaced at no cost to the Owner. This Contractor will also locate and stake all irrigation heads, valve risers, etc., prior to beginning any soil preparation work. 3.02 IRRIGATION SYSTEM A. The proposed irrigation system must be complete in all respects and must be completely operational before turfgrass planting may begin. After planting, any breakdowns in the irrigation system attributable to warranty items must be immediately repaired by the Contractor. Otherwise, the cost of replacing the lost turf caused by the Contractor's failure to promptly repair the irrigation system will be fully borne by the Contractor. 3.03 ESTABLISHMENT AND ACCEPTANCE 3.03.1 Regardless of unseasonable climatic conditions or other adverse conditions affecting planting operations and the growth of the turfgrass, it shall be the sole responsibility of the Contractor to establish a uniform stand of turfgrass as herein specified. When adverse conditions such as drought, cold weather, high winds, excessive precipitation, or other factors prevail to such an extent that satisfactory results are unlikely, the Owner may, at his own discretion, stop any phase of the work until conditions change to favor the establishment of turfgrass. 3.03.2 A uniform stand with complete coverage of the specified grass in seeded areas shall be defined as not less than 95% coverage in a ten -foot square area. Growing plants shall be defined as healthy grass plants of two blades or more at least 1'/2" inches tall. 3.03.3 Complete coverage of sodded areas shall be defined as having no joints between individual sections of sod. All sections of sod must be firmly rooted to the prepared topsoil. 3.04 POST -PLANTING MAINTENANCE 3.04.1 Maintenance by the Contractor shall begin immediately after each grass area is planted. All planted areas will be protected and maintained by watering, weed control, and replanting as necessary for at least thirty (30) days after initial planting and for as long as necessary to establish a uniform stand; and until the entire project has been accepted by the Owner. It is anticipated that a minimum of one (1) mowing will occur before the grass is accepted by the Owner. All areas which are not completely covered with the specified grass at the end of thirty (30) days will LAWNS AND GRASSES 02930 - 4 4219 continue to be replanted and maintained by the Contractor until complete coverage and acceptance are achieved. 3.04.2 Water: Apply at least one-half (1/2") inch of water over the entire planted area every three days. Contractor shall water thoroughly and infrequently once grass is established to encourage deep root growth. Water shall be paid for by the Owner. 3.04.3 Mowing: Once grass is established, the planted area shall be mowed at least twice a week during the growing season. Grass shall be mowed to a height of one-half (I") inch. Contractor shall include at least four (4) mowings in his bid. 3.04.4 Weed Control: No sooner that 45 days after grass has germinated any weed growth shall be arrested by applying MSMA broadcasted over the entire planted area. Additional applications of MSMA will be required to eliminate weed growth that continues to grow after the initial application. MSMA will only be used during the growing season. All weed growth during the dormant season will be controlled with spot applications of "Round Up". "Round Up" will not be used until grass is totally dormant. 3.04.5 Replanting: All areas that do not produce a uniform stand of grass must be replanted until a uniform stand is established. 3.04.6 Edging: All turf areas adjacent to paved areas shall be edged to maintain a neat appearance. 3.05 GRADING 3.05.1 All grading and placing of topsoil on any given area will be done prior to the turfgrass installation. It will be this Contractor's responsibility to maintain the existing grades and leave them in a true and even condition after planting turfgrass. 3.06 EROSION CONTROL 3.06.1 Throughout the project and the maintenance period for turfgrass, it is the Contractor's responsibility to maintain the topsoil in place at specified grades. Topsoil and turfgrass losses due to erosion will be replaced by the Contractor until establishment and acceptance is achieved. 3.07 CLEAN UP 3.07.1 This Contractor shall remove any excess material or debris brought onto the site or unearthed as a result of his turfgrass operations. 3.08 GUARATEE 3.08.1 This Contractor shall guarantee all materials used for this work to be the type, quality, and quantity specified. END OF SECTION LAWNS AND GRASSES 02930 - 5 4219 SECTION 03300 CONCRETE I. General A. Subgrade Preparation l . Subgrade preparation to include removal, hauling, and disposal of all excavation of sub -soil, concrete, construction debris, unusable material, and any other obstructions shown on plans or as designated by Owner. C. Codes and Standards: 1. Comply with the provisions of the following codes, specifications and standards, except where more stringent requirements are shown or specified: 1 2. ASTM C94 - Ready Mixed Concrete 3. ASTM C260 - Air Entraining Admixtures for Concrete 4. ASTM C494 - Chemical Admixtures for Concrete 5. ASTM A706 - Weldable Reinforcing Steel 6. ASTM A615 - Deformed and Plain Billet SteelBars for Concrete Reinforcement. 7. ASTM C33 - Concrete Aggregate 8. ACI 347 "Recommended Practice for Concrete Form Work." 9. ACI 304 Recommended Practice for Measuring, Mixing, Transporting and Placing Concrete." 10. Concrete Reinforcing Steel Institute, "Manual of Standard Practice." 11. ADA and TAS guidelines and recommendations. II. Products A. Concrete strength, mixing, testing: 1. Mix in proportion to produce minimum 3000 psi concrete at 28days and four (4) to six (6) percent air entrainment per ASTM C94. Slump limits: ramps and sloping surfaces — not more than three (3) inches; all other concrete — not more than four (4) inches. One slump test will be taken for each set of cylinders taken. 2. The Contractor shall employ and pay for services of independent testing laboratory to perform testing of concrete materials. Contractor shall notify the Architect 24 hours prior to the placement of any concrete on the Project. Contractor shall submit test results within 24 hours of receipt. Contractor shall notify the Architect immediately in the event of a failing test result. 3. Three (3) test cylinders shall be taken for every 75 CY or less of concrete placed. One additional test cylinder shall be taken during cold weather (below 40 degrees F) and cylinder shall be cured on job site under same conditions as concrete being tested. CONCRETE 00330- 1 k III. Execution 4. Addition of water because of insufficient slump will not be permitted. 5. 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. B. Concrete Materials: 1. Portland Cement: ASTM C 150, Type I. (Use only one brand of cement throughout the project, unless otherwise acceptable to Owner). 2. Aggregates: ASTM C33. 3. Water: Clean, fresh, drinkable. C. Related Materials: 1. Expansion Joints: Pre -molded cane fiber saturated with asphalt, 1/2" wide. Joints 12 feet long or less shall be one continuous piece installed as shown on detail. 2. Expansion Joint Cap: W. R. Meadows Snap -Cap, or approved equal. 3. Expansion Joint Sealant: Sonneborn SL-1, one part self leveling polyurethane sealant, or approved equal, gray. 4. Concrete curing compound: W.R. Meadows Sealtight CS-309 Acrylic Curing and Sealing Compound, or approved equal. 5. (omit) Paint for pavement markings and ramps: Paint shall be a chlorinated rubber base traffic paint, factory mixed, quick drying with FS-TT-P-I15, Type III or approved equal. C. Reinforcing Materials: 1. Reinforcing steel: ASTM A615, Grade 60, except No. 3 ties and stirrups may be Grade 40. 2. Welded Wire Fabric: ASTM A 185,6 x 6 — W2.1 x W2.1, welded steel fabric. 3. Supports for Reinforcement: Support all reinforcing with plastic chairs. Allow for minimum 1-1 /2" concrete cover. 4. Slip dowels shall be plain steel bars conforming to ASTM A675, Grade 60 or ASTM A 499. Provide smooth dowels as shown and detailed on drawings. Lubricate and cap one end, leaving '/4" free movement in cap. A. Site Preparation 1. Contractor is responsible for layout of work based on plan dimensions, excavation, grading, leveling, and compaction of subgrade and fill material. 2. Owner will approve initial elevation of slabs for structures and contractor shall be responsible for all sidewalk grades. CONCRETE 00330- 2 3. Contractor shall verify work to Owner after subgrade preparation is completed prior to actual construction. B. Concrete Forms 1. Form material shall be matched, tight fitting and adequately stiffened to support weight of concrete without deflection detrimental to tolerances and appearance of t concrete. 2. Coat interior surface of forms before placement of reinforcing with W. R. Meadows Duogard Concrete Form Release Agent, or approved equal. C. Concrete Placing and Workmanship: 1. 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 Owner. 2. Workmen shall have a minimum of 3 years experience in forming and pouring concrete of a similar nature and scope. 3. Comply with ACI 304, and as herein specified. 4. Add fibrous concrete reinforcement to concrete materials at the time concrete is batched, according to manufacturer's recommendations. 5. Deposit and consolidate concrete slabs in a continuous operation within the limits of construction joints until the placing of a panel or section is complete. Consolidate concrete during placement so that concrete is thoroughly worked around reinforcement and other embedded items and into corners. 6. 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 low places. Do not sprinkle water on the plastic surface. Apply non -slip broom finish. Immediately after trowel finishing, slightly roughen concrete surface by applying a light broom finish perpendicular to main traffic route. Cold weather placing: Protect concrete work from physical damage or reduced strength which would be caused by low temperatures in accordance with ACI 306 and as herein specified. When air temperature has fallen 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 incorporate frozen materials into the concrete mix and do not place concrete on frozen subgrade, or on subgrade containing frozen materials. Do not use calcium chloride and other materials containing antifreeze agents or chemical accelerators unless otherwise accepted in the design mix. Concrete placed during cold weather shall be protected with an insulating cover normal to the trade. Such cover shall not be allowed to mar the finish. LJ 9. Hot weather placing: Protect concrete work from physical damage or reduced strength which would be caused by high temperatures in accordance with ACI 305. J, Cool ingredients before mixing to maintain concrete temperature at time of placement below 90 degrees F. Mixing water may be chilled, or chopped ice may be used to control the temperature provided the water equivalent of the ice is calculated in the total amount for mixing. Cover reinforcing steel with wet burlap if �t CONCRETE 00330- 3 i the temperature exceeds the air temperature immediately before embedment. Do not use retarding admixtures unless otherwise accepted in the design mix. 10. Contractor shall be responsible for the protection of uncured concrete. Contractor shall not allow markings or footprints to be placed in the uncured concrete. Contractor shall perform curing of concrete by application of curing compound on finished surfaces immediately after finishing. Apply in accordance with manufacturer's recommendations. Re -coat areas subjected to heavy rainfall within 3 hours after initial application. 11. Forms may be removed when concrete is sufficiently hard that it will not be damaged by removal of forms and provided that curing operations are maintained. 12. Concrete surfaces to be painted shall be dry and free of dust and all foreign matter. Paint shall be applied in accordance with manufacturer's recommendations. Contractor shall submit color sample for approval by Owner. D. Expansion Joints: 1. Provide expansion joints where concrete abuts existing concrete slabs, manholes, inlets, structures, walks, poles, signals, and other fixed objects. 2. Expansion joints in sidewalks and curb & gutter shall be at thirty (30) feet maximum spacing unless otherwise shown. 3. Expansion joints shall extend full -width and depth of slab, 1/2" below finished surface. Expansion joint material shall be one-piece lengths for the full width being place, whenever possible. Where more than one length is required, lace or clip joint sections together. 4. Protect the top edge of the joint filler during concrete placement with a temporary plastic joint cap. Remove temporary cap after both sides of joint are placed. 5. Expansion joints shall be located at all concrete intersections. 6. The top 1/2" of expansion joints shall be filled with a gray colored urethane sealant. Provide masking at joint edges to maintain straight line of sealant. Remove masking tape before sealant has cured completely. E. Control Joints 1. Control joints shall be spaced as shown on plans. End of Section CONCRETE 00330- 4 SECTION 10350 FLAG POLES PART 1— GENERAL 1.01 WORK INCLUDED A. Provide and install aluminum flagpole capable of withstanding winds of 80 mph. Flagpole shall be in general comformance with flagpoles existing on adjacent ballfields. Install pole where shown on the plans. B. Submit structural drawings, installation drawings and specifications sealed by a professional engineer licenced to practice in the state of Texas. PART 2 — PRODUCTS 2.01 FLAGPOLE A. Aluminum pole constructed from seamless, extruded tubing complying with ASTM B 241, 6063 alloy with a minimum wall thickness of 3/16" (4.8mm). Pole shall be heat treated after fabrication to comply with ASTM B 597, temper T6. Pole shall extend thirty (30) feet above finish grade. B. Flagpole shall be installed with a galvanized corrugated steel foundation tube; 0.0635-inch (1.6mm) minimum wall thickness, sized to fit flagpole. Provide with 3/16-inch (4.8mm) steel bottom plate, 3/4-inch (19mm) diameter steel ground spike, and steel centering wedges all welded together. Steel parts, including foundation tube, shall be galvanized after assembly. Loose hardwood wedges shall be supplied for plumbing the flagpole. C. The pole shall have a finial ball, 0.063 (1.6mm) spun aluminum, finished to match flagpole. D. Flagpole shall have an internal halyard winch system, manually operated with control stop device and a removable handle. The halyard shall have a stainless steel cable and a concealed revolving truck assembly w/ plastic coated counterweight and sling. The pole shall have a flush access door secured with cylinder lock. E. Four (4) halyard flag snaps shall be provided. Snaps shall be either bronze, chrome plated bronze, or stainless steel. F. Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations relative to applying and designating finishes. G. Flagpole shall have a clear anodic finish. PART 3 - EXECUTION 3.01 INSTALLATION A. Prepare in -ground flagpole by painting below grade portions with a heavy coat of bituminous paint. B. Excavate to neat clean lines in undisturbed soil. Remove loose soil and foreign matter four excavation and moisten earth before placing concrete. C. Provide forms where required due to unstable soil conditions and for perimeter of flagpole base at grade. Secure forms, foundation tube, fiberglass sleeve, or anchor bolts in position. Brace to prevent displacement while installing concrete. D. Use vibrator to compact concrete. E. Trowel exposed concrete surfaces to a smooth finish free of trowel marks. Provide slope for water drainage. F. Install flagpole in foundation tube, seated on bottom plate, between steel centering wedges. Plumb flagpole and install hardwood wedges to secure flagpole in place. Place and compact sand in foundation tube and remove hardwood wedges. Seal top of foundation tube with a two (2) inch layer of elastomeric sealant and cover with flashing collar. END OF SECTION FLAGPOLE 10350-1 SECTION 13122 SHADESTRUCTURES PART 1— GENERAL 1.01 WORK INCLUDED A. Bleacher Covers l . Two (2) "Sun Port", or "Hendee"; or approved equal, bleacher hip structures. 2. Twenty foot by thirty-eight foot (20'x38'), entry height of eleven (14) feet at the rear and eleven (11) feet at the front. 3. Four (4) posts, 80 mph windrating. 4. Contractor shall provide engineered drawings of the structure and concrete footings; sealed by a registered Texas engineer. The Owner shall provide geotechnical soil boring data for use by the engineer. B. Dugout covers 1. Two (2) shade cloth covers extending over the top of the dugouts and twelve (12) inches down the back wall of the dugouts. Covers shall have brass grommets along all edges at eighteen (18) inches O.C. Fabric shall be tied to chain link with aluminum chain link ties. Ends of ties shall not present sharp ends. PART 2 — PRODUCTS 2.01 FABRIC A. Cloth shall be made of High Density Polyethylene cloth with UV Stabilizer treatment, or approved equal. Color: forest green. B. The material shall be manufactured for use with tensioned cables. C. The fabric knit is to be made using monofilament and tape filler which has weight of 195g per square meter. Material to be Rachel knitted to insure material will not unravel if cut. D. The material shall have a burst strength of 260 kpa. E. Thread shall be high strength, low shrinkage and shall have a wide tolerance to temperature and humidity. Thread shall be resistant to abrasion, UV rays, cleaning agents, mildew, rot and chlorine. Thread shall be lockstitch (1200 Denier, or approved equal; or Chainstitch (2400 Denier; or approved equal). PTFE (TEFLON@), or approved equal 2.02 STEEL PIPE A. Minimum size of the posts shall be five (5) inch diameter seven (7) gauge round steel ( to Coat® galvanized steel, or approved equal). B. All steel pipe shall be coated for rust protection and finished with a minimum of 3.5 mil thick UV - inhibited weather resistant Polyester Powder Coating, or approved equal. C. All structural steel shall be powder coated, clamshell in color, or approved equal. D. All carbon Structural Steel shall be ASTM A-36, except steel pipe columns, which shall be ASTM A-53, grade B, unless otherwise noted. Slip fittings shall be manufactured using drawn -over -mandrel steel with minimum yield strength of 70 ksi and a minimum tensile strength of 80 ksi. E. Steel rafters shall be three and one-half (3.5) inch diameter eight (8) gauge round steel (Flo Coat® galvanized steel, or approved equal). SHADE STRUCTURES 13122-1 s 2.03 HARDWARE A. All hardware shall be marine grade stainless steel. All bolt fittings shall include nylon washers for watertight seals at all joints. B. Wire rope shall be one -fourths ('/A) inch nominal diameter, seven (7) strand, nineteen (19) wires per strand (minimum), with a minimum nominal tensile strength of 9,000 pounds. Wire rope shall be secured with i approved fittings and cable hardware, as per manufacturer's specifications. C. All erection bolts shall be ASTM A-307 grade B, treated to retard corrosion, or stainless steel. D. All cables shall be galvanized aircraft, or approved equal. E. All structural steel plates shall be rust/corrosion treated by zinc electroplating. Steel tubing and plates shall be finished with a minimum of 2.5 to 3.5 MIL thick UV -inhibited weather resistant powder coat. i PART 3 — EXECUTION 3.01 GENERAL A. Steel telescoped sleeves shall not have more than 1/16" tolerance, with no less than four (4) inch overlap at all sleeves. All internal fittings shall be welded on one side. B. Structural steel shall be detailed, fabricated, and erected in accordance with AISC specifications. C. All shop and certified welders in accordance with the latest edition of the American Welding Society specifications execute field welding. D. Shop connections shall be welded unless noted otherwise. Field connections are separately indicated. E. All welds shall be performed using E70 electrodes or gas -metal arc welding using ER 7053 wire. All fillet welds shall be a minimum of three -sixteenths (3/16) inch unless otherwise noted. All steel shall be welded shut at terminations to prevent internal leakage. Weep holes shall be provided on all lower ends of each member. F. All welds shall be performed using 70 series wire by certified welder. G. All corners shall be reinforced with 16 oz. Non -Tear Vinyl material and a strap to distribute the load. H. Protective webbing shall be sewn into all areas where steel cable enters/exits cloth pockets. I. The perimeters that contain the cables shall be double lock stitched. PART 4 - WARRANTY 4.01 GENERAL A. All warranties below shall be effective from the date of installation by Owner via sealed drawings by state of Texas Engineer. B. The Contractor reserves the right to repair or replace any item covered by this warranty. 4.02 FABRIC A. Fabric canopies shall be warranted for six (6) years against failure from significant deterioration, breakdown, mildew, outdoor heat, cold, or discoloration. B. All fabric tops shall be warranted for winds and gusts up to eighty (80) mph. The fabric warranty is void if winds or gusts are in excess of eighty (80) mph. C. Side curtains shall be warranted for ninety (90) days, including labor and material. D. The structures shall be designed to eliminate any friction between the rafters and the fabric. 4.03 STEEL A. The structural integrity of the steel shall be warranted for twenty (20) years. B. Workmanship and painted surfaces shall be warranted for one (1) year. SHADE STRUCTURES 13122-2 4.04 THREAD A. Sewing thread shall be warranted for a period of six (6) years. B. This warrants that the sewing thread shall be free from defects in material and workmanship and shall not _t I be damaged by exposure to sunlight, weather, or water. END OF SECTION SHADESTRUCTURES 13122-3 SECTION 09622 RESILIENT SPORTS —FLOOR COVERINGS PART 1 - GENERAL 1.01 SCOPE: This section covers the furnishing of all labor and materials necessary to install artificial turf as shown on the plans. 1.02 SUBMITTALS A. Shop drawings shall be submitted showing installation details, site plan with seams indicated, square footages, and painted striping. B. Warranty: Submit copy of Warranty indicating: 10 year limited warranty from date of installation. Warrant turf fibers against color fade in excess of 15% of original color. Pile height shrinkage shall be warranted on a prorated schedule. If pile height shrinks to 50% or more of it's original height, Contractor will replace the affected portion with new product of equal quality according to the following schedule: First year — 100%; Second year — 90%; Third year — 80%; Fourth year — 70%; Fifth year — 60%; Seventh year — 40%; Eighth year — 30%; Ninth year — 20%; Tenth year — 10%. Example: Turf is replace in Fifth year at eight (8) dollars per square foot; the City will pay forty percent (40%), or three dollars and twenty cents ($3.20) per square foot. Urethane backer pad shall be warranted against failure according to the same schedule. The turf will be installed in an environment where blowing sand and silt are common. Effects of soil particles shall not affect the warranty unless it can be proven that the effects are in excess of normal wear. It shall be the responsibility of the Contractor, and/or turf vendor, to prove that the wear due to soil particles is in excess of normal. The City will keep a representative sample of each type of turf and backer pad for the measurement of properties. PART 2 - PRODUCTS 2.01 TURF: All turf shall be composed of 100% nylon; or approved equal, with a urethane backer pad. Turf shall be Synlawn brand products; or approved equal. Products requiring the use of granular infill shall not be accepted. A. Green infield turf shall be Synlawn, Premium Blue, 56 oz, w / 20 oz backer pad. B. Green outfield turf (Bid Alternate #1) shall be Synlawn, Blue, 46 oz, w / 20 oz backer pad. C. Terra Cotta baseline and "skinned area" shall be Synlawn, Putting Green, 42 oz w / 20 oz backer pad and 1/2" pile height. 2.02 SEAMING CLOTH: 16 inches wide as recommended by the turf manufacturer; attached with 3M Brand rubberized adhesive. 2.03 BASE MATERIAL: Base material shall be crushed stone meeting the following sieve analysis: 6 to 10% passing #200; 13 to 21 % passing #50; 48 to 58% passing #8; 75 to 85° o passing #4; 100% passing 3/8". RESILIENT SPORTS -FLOORING COVERINGS 09622 - 1 4219 MaMMMOYA SPECIFICATIONS 00002 - CERTIFICATION �l G. J �y op OF gt.......».................5.-.*. JIMMY MAY CHARMA LUSHER56 .......w •. N..NNNMN � �05/ .y ONAL J r - he Texas Board of Architectural Examiners, P.O. Box 12337, Austin, Texas 78711-2337 or 333 Guadalupe. _Suite 2.350, Austin, Texas 78701-3942, (512) 305-9000, has jurisdiction over individuals licensed under the ?fandscape Architects Registration Law Texas Civil Statutes, Article 249c, and the Architects Registration mow, Article 249a, Vernon's Texas Civil Statutes. `r' February 16, 2006 SECTION 02223 EXCAVATION, GRADING, AND SUBGRADE PREPARATION PART 1 GENERAL 1.1 RELATED DOCUMENTS A. The Drawings, General Conditions, Supplementary General Conditions apply to the work of this Section. 1.2 WORK INCLUDED A. The work to be done under this section consists of providing all labor, materials and equipment, required for all excavation, grading and subgrade preparation for areas to receive foundation base material. Excavation, filling and grading shall conform to the lines and grades as shown on the drawings and as directed. 1.3 RELATED SECTIONS A. Section 03300 - Concrete. PART 2 PRODUCTS NOT USED PART 3 EXECUTION 3.1 EXCAVATION A. Excavation shall consist of removal of all materials from areas where subgrade or finished grade is below existing ground. Excavated material shall be disposed of by the contractor. No additional compensation will be made for hauling or disposing of waste material or excess excavation. B. Care shall be taken in all excavation work to avoid damage to existing electric cables, water lines, gas lines, manholes and other utilities and installations which are to remain in service. C. All excavation shall be done to neat lines and grades as shown on the drawings or as directed. Any excavation below such grade, and the consequent filling to the established grade, shall be done at the expense of the contractor. 3.2 SUBGRADE FINISHING A. Subgrade shall be finished accurately to grades and cross sections shown on the drawings and established in the field. Where subgrade is in cut, the surface shall be brought accurately to grade and cross section by blading or hand grading where required. The surface shall then be rolled with the pneumatic roller and then with the three wheel roller until it presents a uniform, thoroughly compacted appearance. The entire subgrade area, in cut and in fill, shall be compacted to 98% of maximum density at optimum moisture as determined by Tex 114-E. Areas inaccessible to the roller shall be given equal compaction by other approved methods. Moisture shall be maintained in the material by sprinkling. Warped sections and other irregularities in section as shown on the drawings or established in the field, shall be accurately 9 - B% Pfca-n- p b%'-9l*'n` EXCAVATION, GRADING, AND SUBGRADE PREPARATION 02223 -1 February 16, 2006 1 formed in the subgrade during the finishing operation. "Blue tops" set to finished subgrade elevations by the contractor shall be set as required, for proper shaping of the area being graded. 3.3 ROLLING EQUIPMENT A. Rolling equipment shall be as required to obtain the specified compaction. All compaction equipment shall be approved by the Architect. END OF SECTION 8,2�° 2I@7Pa;oXP���•'"`. EXCAVATION, GRADING, AND SUBGRADE PREPARATION 02223 -2 i } February 16. 2006 ry SECTION 03300 CONCRETE WORK PART 1 GENERAL 1.1 RELATED DOCUMENTS A. The Drawings, General Conditions, Supplementary General Conditions apply to the work of this Section. 1.2 DESCRIPTION OF WORK A. The extent of concrete work is shown on the drawings. B. Metal Stair Nosings. 1.3 RELATED SECTIONS A. Section 02223 - Excavation, Grading, and Subgrade Preparation. B. Section 07900 - Joint Sealers. 1.4 QUALITY ASSURANCE A. Codes and Standards: Comply with the provision of the following codes, specifications and standards, except where more stringent requirements are shown or specified: 1. ACI 301 "Specifications for Structural Concrete for Buildings" 2. ACI 304 "Recommended Practice for Measuring, Mixing, Transporting, and Placing Concrete" 3. ACI 311 "Recommended Practice for Concrete Inspection" 4. ACI 318 "Building Code Requirements for Reinforced Concrete" 5. ACI 347 "Recommended Practice for Reinforced Concrete" 6. MSP-1-90 Concrete Reinforcing Steel Institute, "Manual of Standard Practice" B. Workmanship: The contractor is responsible for correction of concrete work which does not conform to the specified requirements, including strength, tolerances and finishes. Correct deficient concrete as directed by the architect. C. Design and Testing 1. The contractor shall bear all expenses in connection with securing proper laboratory designed mixes. Mixes proposed for use in this project shall be tested by means of actual cylinder breaks, with all information being reported to the architect. A proven, established, mix from an acceptable ready -mix plant may be used. Provide a minimum of 5 recent different compression test reports for the proposed mix. D. Concrete Testing Service: Employ, at contractor's expense, a testing laboratory acceptable to architect to perform material evaluation tests and to design concrete mixes. 1. Job site cylinders shall be taken as directed by the architect. The contractor shall notify the testing laboratory. The laboratory shall come to the site and take the concrete cylinders and be responsible for their care and handling, including breaking same at laboratory. 2. Test results shall be furnished to the architect, engineer, and the contractor. e�°��A'2 Ppacrvonpfo0.6&`ne CONCRETE WORK 03300 - 1 T4 February 16, 2006 3. Materials and installed work may require testing and retesting, as directed by the architect, at any time during the progress of the work. Allow free access to material stockpiles and facilities at all items. Tests, not specifically indicated to be done at the owner's expense, including the retesting of the rejected materials and installed work, shall be done at the contractor's expense. 1.5 SUBMITTALS A. Manufacturer's Data: Submit manufacturer's product data with application and installation instructions for proprietary materials and items, including reinforcement and forming accessories, admixtures, patching compounds, joint systems, patterns, stair nosings and others as requested by the architect. B. Shop Drawings: Submit shop drawings for fabrication, bending, and placement of concrete reinforcement. Comply with ACI 315 "Manual of Standard Practice for Detailing Reinforced Concrete Structure" showing bar schedules, stirrup spacing, diagrams of bent bars, arrangement of concrete reinforcement. Include special reinforcement required at openings through concrete structures. PART 2 PRODUCTS 2.1 FORM MATERIALS A. Forms for Exposed Finish Concrete: Unless otherwise shown or specified, construct all formwork for exposed concrete surfaces with plywood, metal, metal framed plywood -faced or other acceptable panel -type materials, to provide continuous, straight, smooth, exposed surfaces. Furnish in largest practicable sizes to minimize number of joints and to conform to joint system shown on the Drawings. Provide form material with sufficient thickness to withstand pressure of newly -placed concrete without bow or deflection. Forms used for this class of concrete shall be new or good as new. B. Use plywood complying with U.S. Product Standard PS-1 "B-B (Concrete Form) Plywood" Class I, Exterior Grade or better, mill -oiled and edgesealed, with each piece bearing legible trademark of an approved inspection agency, unless otherwise acceptable to architect. C. Forms for Unexposed Finish Concrete: Form concrete surfaces which will be unexposed in finished structure with plywood, lumber, metal, or other acceptable material. Provide lumber dressed on at least two edges and one side for tight fit. D. Earth Trench Forms: Earth trench type forming shall only be used where continuous type or square spot footings are shown on the drawings. 2.2 REINFORCING MATERIALS A. Reinforcing Bars: ASTM A 615, Grade 60, except No. 3 ties and stirrups may be Grade 40. B. Welded Wire Fabric: ASTM A 185, 6 x 6 - W2.1 x W2.1, welded steel fabric unless other wise noted. C. Dowels for load transfer in floors shall be plain steel bars conforming to ASTM A 675, Grade r 60 or ASTM A 499. i 8 autlwrC''ne@"rf pH tror prof i ite .�'"e CONCRETE WORK 03300 - 2 i t-- February 16, 2006 D. Supports for Reinforcement: 1. Provide supports for reinforcement including bolsters, chairs, spacers and other devices for spacing supporting and fastening reinforcing bars and welded wire fabric in place. Use wire bar type supports complying with CRSI, unless otherwise specified. Wood, brick, and other devices will not be acceptable. 2. For slab -on -grade, use supports with sand plates for horizontal runners where wetted base material will not support chair legs. 3. For exposed -to -view concrete surfaces, where legs of supports are in contact with forms, provide supports with legs that are hot -dip galvanized, or plastic protected or =1 stainless steel protected. 2.3 CONCRETE MATERIALS A. Portland Cement: 1. ASTM C 150, type I, unless otherwise acceptable to architect. 2. Use only one brand of cement throughout the project, unless otherwise acceptable to architect. B. Fine Aggregate: 1. Clean, sharp, natural sand free from loam, clay, lumps or other deleterious substances. 2. Dune sand, bank -run sand and manufactured sand are not acceptable. C. Coarse Aggregate: ASTM C 33. Clean, uncoated, processed aggregate containing no clay, mud, loam or foreign matter as follows: 1. Crushed stone, processed from natural rock or stone. 2. Washed gravel, either natural or crushed. Use of pit or bank -run gravel is not permitted. 3. Provide aggregate from a single source for all exposed concrete. 4. Maximum Aggregate Size: a. Not larger than one -fifth of the narrowest dimension between sides of forms, one-third of the depth of slabs, nor three -fourths of the minimum clear spacing between individual reinforcing bars of bundles or bars. b. The limitations may be waived if, in the judgement of the architect, workability and methods of consolidation are such that concrete can be placed without honeycomb of voids. D. Water: Clean, fresh, drinkable. E. Air -Entraining Admixture: ASTM C 260. F. Water -Reducing Admixture: ASTM C 494, Type A, containing not more than 0.1 %A chloride ions. G. Set -Control Admixtures: ASTM C 494, as follows: 1. Type B, Retarding 2. Type C, Accelerating 3. Type D, Water -reducing and Retarding 4. Type E, Water -reducing and Accelerating H. Calcium chloride will not be permitted in concrete, unless otherwise authorized in writing by Architect. gnautho ��@`��P,'rvo�'P ih6��'"` CONCRETE WORK 03300 - 3 N February 16, 2006 2.4 2.5 2.6 I. High -Range Water -Reducing Admixture (Super Plasticizer): ASTM C 494, Type F or G containing not more than 0.1 % chloride ions. RELATED MATERIALS A. Preformed Expansion Joint Fillers: Premolded cane fiber saturated with asphalt. Unless indicated otherwise, 1/2" thickness by depth of slab. B. Absorptive Cover: Burlap cloth made from jute or kenaf, weighing approximately 9 oz. per square yard, complying with AASHTO M 182, Class 2. C. Moisture -Retaining Cover: One of the following, complying with ASTM C 171. 1. Waterproof paper. 2. Polyethylene film. 3. Polyethylene -coated burlap. D. Curing Compound: ASTM C 309, Type I, Class A. 1. Guardian Chemical Company, clear bond at the rate of 400 square feet to the gallon. E. Hardening, Sealing, and Dustproofmg: ASTM C 309, Type I, Class A. All exposed slabs not covered with tile on other applied surface finish shall receive second application where construction work is complete. 1. A second application of Guardian Chemical Company, Clear Bond at the rate of 600 square feet to the gallons over the curing compound cost. PROPORTIONING AND DESIGN OF MIXES A. Prepare design mixes for each type and strength of concrete in accordance with applicable provisions of ASTM C 94. Use and independent testing facility acceptable to the architect for preparing and reporting proposed mix designs. The testing facility shall not be the same as used for field quality control testing unless otherwise acceptable to the architect. B. Prepare design mixes by either laboratory trial batch or field experience methods, using materials to be employed on the project for each class of concrete required, complying with ACI 211.1. C. Submit written reports to the architect of each proposed mix for each class of concrete at least 15 days prior to start of work. Do not begin concrete production until mixes have been reviewed by the architect. D. Design mixes to provide normal weight concrete with the following properties, as indicated on the Drawings and schedules: 1. 3000 psi 28-day compressive strength; W/C ratio, 0.58 maximum (non -air -entrained), 0.46 maximum (air entrained). E. Adjustment to Concrete Mixes: Mix design adjustments may be requested by the contractor when characteristics of materials, job conditions, weather, tests results, or other circumstances warrant, at no additional cost to the owner and as accepted by the architect. Laboratory test data for revised mix design and strength results must be submitted to and accepted by the architect before using in the work. ADMIXTURES $"au°horae@`a�Pai oen p" rohid�e`e`d`.' I"` CONCRETE WORK 03300 — 4 February 16, 2006 A. Use water -reducing admixture or high range water -reducing admixture (super plasticizer) in concrete as required for placement and workability. B. Use color admixture in concrete where noted and at pattern concrete locations. Submit color selection chart for approval. Color admixture is to be added at the mixing plant, not at the site. C. Use non -chloride accelerating admixture in concrete slabs placed at ambient temperatures below 50 degrees F. D. Use air -entrained admixture in exterior exposed concrete, unless otherwise indicated. Add air - entraining admixture at the manufacturer's prescribed rate to result in concrete at the point of placement having air content within the following limits: 1. 5.5% with 1 1/2" maximum aggregate 2. 6.0 % with 1 " maximum aggregate 3. 6.0% with 3/4" maximum aggregate 4. 7.0 % with 1 /2" maximum aggregate E. Use admixture for water -reducing and set -control in strict compliance with the manufacturer's directions. F. Use amounts of admixtures as recommended by the manufacturer for climatic conditions prevailing at the time of placing. Adjust quantities and types of admixtures as required to maintain quality control. 2.7 SLUMP LIMITS A. Proportion and design mixes to result in concrete slump at the point of placement as follows: 1. Ramps and Sloping Surfaces: Not more than 3". 2. Reinforced Foundation Systems: Not less than 1" and not more than 3 3. Concrete containing HRWR admixture (super plasticizer): Not more than 8" after addition of HRWR to verified 2"-3" slump concrete. 4. All Other Concrete: Not more than 4". 2.8 CONCRETE MIXING A. Ready -Mix Concrete: Comply with the requirements of ANSI/ASTM C 94, and as herein specified. B. Delete the references for allowing additional water to be added to the batch for material with insufficient slump. Addition of water to the batch will not be permitted. C. During hot weather, or under conditions contributing to rapid setting of concrete, a shorter mixing time than specified in ANSI/ASTM C 94 may be required. D. When the air temperature is between 85 degrees F. and 90 degrees F., reduce the mixing and delivery time from 1-1/2 hours to 75 minutes, and when the air temperature is above 90 degrees F., reduce the mixing and delivery time to 60 minutes. 2.9 PATTERN CONCRETE A. Submit slate design patterns for use in the four concrete paving sections and along glass under the entrance canopy where shown on plans. Submit tactile flat domes pattern at ramps. 8i0giorize@� Pei"oXP ` CONCRETE WORK 03300 - 5 February 16, 2006 B. Pattern concrete shall meet the same specifications as required for other concrete paving in this project. C. All pattern concrete is to have pigmented concrete, color to be selected by architect. PART 3 EXECUTION 3.1 FORMS A. Design, erect, support, brace and maintain formwork to support vertical and lateral loads that might be applied until such loads can be supported by the concrete structure. Construct formwork so concrete members and structures are of correct size, shape, alignment, elevation, and position. B. Design formwork to be readily removable without impact, shock or damage to cast -in -place concrete surface and adjacent materials. C. Forms shall not leak cement paste. D. Fabricate forms for easy removal without hammering or prying against the concrete surface. Provide crush plates or wrecking plates where stripping may damage cast concrete surfaces. Provide top forms for inclined surfaces where slope is too steep to place concrete with bottom forms only. Kerf wood inserts for forming keyways, reglets, recesses, and the like, to prevent swelling, and for easy removal. E. Provide temporary openings where interior area of formwork is in accessible for cleanout, for inspection before concrete placement, and for placement of concrete. Securely brace temporary openings and set tightly to form to prevent loss of concrete mortar. Locate temporary openings on forms at inconspicuous locations. F G a I. 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. Form Ties: Factory -fabricated, adjustable length, removable or snapoff metal form ties, designated to prevent form defection, and to prevent spalling concrete surfaces upon removal. 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. Provisions for Other Trades: Provide openings in concrete formwork to accommodate work for other trades. Determine size and location of openings, recesses and chases from trades providing such items. Accurately place and securely support items built into forms. Cleaning and Tightening: Thoroughly clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt, or other debris just before concrete is placed. Retighten forms after concrete placement if required to eliminate mortar leaks. 3.2 PLACING REINFORCING 8nau�ih6oi�'izeo"r]upiIm. pfoehllb yea`'"` CONCRETE WORK 03300 - 6 February 16, 2006 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. F. Install welded wire fabric in as long lengths as practicable. Lap adjoining pieces at least one full mesh and lace splices with wire. Offset end laps in adjacent widths to prevent continuous laps in either direction. 3.3 JOINTS A. Construction Joints 1. Locate and install construction joints, where are not shown on the drawings, so as not to impair the strength and appearance of the structure, as acceptable to the architect. 2. Provide keyways at least 1 1/2" deep in all construction joints in walls, slabs, and between walls and footings; acceptable bulkheads designed for this purpose may be used for slabs. 3. Place construction joints perpendicular to the main reinforcement. Continue all reinforcement across construction joints. B. Control Joints in Slabs -on -Ground: 1. Construct control joints in slabs -on -ground to form panels or patterns as shown or directed. Use screed type joints equal to those manufacturer by Superior Concrete Accessories, Inc. Screed key joints are of 24 gauge galvanized steel with 1 1/8" dowel knockouts at 6" on centers. Install with a minimum of five special 16 gauge by 1" stakes per ten feet of length of material. C. Isolation Joints in Slabs -on -Ground: Construct isolation joints in slabs on ground at all points of contact between slabs on ground and vertical surfaces, such as column pedestals, foundation walls, grade beams, and elsewhere as indicated. 3.4 INSTALLATION OF EMBEDDED ITEMS A. General: Set and build into the work anchorage devices and other embedded items required for other work that is attached to, or supported by, cast -in -place concrete. Use setting drawings, diagrams, instructions, and directions provided by suppliers of the items to be attached thereto. p 6 G .Pre[wn proo.gli"e CONCRETE WORK 03300 - 7 February 16, 2006 B. Edge Forms and Screed Strips for Slabs: Set edge forms or bulkhead and intermediate screed strips for slabs to obtain the required elevations and contours in the finishes slab surface. Provide and secure units sufficiently strong to support the types of screed required. Align the concrete surface to the elevation of the screed strips by the use of strike -off templates or accepted compacting type screeds. Dr?authonze"o"dup6radon pro�hhbrte . t"° CONCRETE WORK 03300 - 8 February 16, 2006 3.5 PREPARATION OF FORM SURFACES A. Coat the contact surface of forms with a form -coating compound before reinforcement is placed. Provide commercial formulation form -coating compounds that will not bond with, stain, nor adversely affect concrete surfaces, and will not impair subsequent treatment of concrete surfaces requiring bond or adhesion, nor impede wetting of surfaces to be cured with water or curing compounds. B. Thin form -coating compounds only with thinning agent of type, in amount, and under conditions of the form -coating compound manufacturer's directions. Do not allow excess form -coating material to accumulate in the forms or to come into contact with concrete surfaces against which fresh concrete will be placed. Apply in compliance with manufacturer's instructions. 3.6 CONCRETE PLACEMENT A. General: 1. Comply with ACI 304, and as herein specified. 2. Add fibrous concrete reinforcement to concrete materials at the time concrete is batched in amounts in accordance with approved submittals for this types of concrete. Mix batched concrete in strict accordance with the fibrous concrete reinforcement manufacturer's instruction and recommendations for uniform and complete dispersion. 3. Deposit concrete continuously or in layers of such thickness that no concrete will be placed on concrete which has hardened sufficiently to cause the formation of seams or planes of weakness within the section. If a section cannot be placed continuously, provide construction joints as herein specified. 4. Deposit concrete as nearly as practicable to its final location to avoid segregation due to rehandling or flowing. B. Pre -Placement Inspection: Before placing concrete, inspect, and complete the formwork installation, reinforcing steel, and items to be embedded or cast -in. Notify other crafts to permit the installation of their work; cooperate with other trades in setting such work, as required. Thoroughly wet wood forms immediately before placing concrete, as required where form coatings are not used. C. Placing Concrete in Forms: Deposit concrete in forms in horizontal layers not deeper than 18" and in a manner to avoid inclined construction joints. 1. Consolidate placed concrete by mechanical vibrating equipment supplemented by hand - spading, rodding or tamping. Use vibrators designed to operate with vibratory element submerged in concrete, maintaining a speed of not less than 6000 impulses per minute. 2. Do not use vibrators to transport concrete inside of forms. Insert and withdraw vibrators vertically at uniformly spaced location not farther than the visible effectiveness of the machine. Do not insert vibrators into lower layers of concrete that have begun to set. At each insertion, limit the duration of vibration to the time necessary to consolidate the concrete and complete embedment of reinforcement and other embedded items without causing segregation of the mix. D. Placing Concrete Slabs 1. Deposit and consolidate concrete slabs in a continuous operation, within the limits of construction joints, until the placing of a panel or section is completed. Consolidate concrete during placing operations so that concrete is thoroughly worked around reinforcement and other embedded items and into corners. 2. Bring slab surfaces to the correct level with a straightedge and strike off. Use bull floats or darbies to smooth the surface, leaving it free of humps or hollows. Do not 6.22 [e on pfo`nn6i�` Inc CONCRETE WORK 03300 - 9 February 16, 2006 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 1. Protect concrete work from physical damage or reduced strength which would be caused by frost, freezing actions, or low temperatures, in compliance with ACI 306 and as herein specified. 2. When air temperature has fallen to or is expected to fall below 40 degrees F., uniformly heat all water and aggregate before mixing as required to obtain a concrete mixture temperature of not less than 50 degrees F., and not more than 80 degrees F., at point of placement. 3. Do not use frozen materials or material containing ice or snow. Do not place concrete on frozen subgrade or on subgrade containing frozen materials. 4. Do not use calcium chloride, salt, and other materials containing antifreeze agents or chemical accelerators, unless otherwise accepted in mix designs. F. Hot Weather Placing 1. When hot weather conditions exist that could seriously impair the quality and strength of concrete, place concrete on compliance with ACI 305 and as herein specified. 2. Cool ingredients before mixing to maintain concrete temperature at time of placement below 90 degrees F. Mixing water may be chilled, or chopped ice may be used to control the concrete temperature provided the water equivalent of the- ice is calculated to the total amount of mixing. 3. Cover reinforcing steel with water -soaked burlap if it becomes too hot so that the steel and temperature will not exceed the ambient air temperature immediately before embedment in concrete. Wet form thoroughly before placing concrete. 4. Do not use retarding admixtures unless otherwise accepted in mix designs. 3.7 FINISH OF FORMED SURFACES A. Standard Rough Form Finish: For formed concrete surfaces not exposed to view in the finish work or by other construction, unless otherwise shown or specified. This is the concrete surface having the texture imparted by the form facing material used, with defective areas repaired and patched as specified, and fins and other projections exceeding 1/4" in height rubbed down with wood blocks. B. Standard Smooth Finish: For formed concrete surfaces exposed to view, or that are to be covered with a coating material applied directly to the concrete or a covering material bonded to the concrete, such as waterproofing, dampproofing, painting, or other similar system. This is the as -cast concrete surface as obtained with the form facing material, with defective areas repaired and parched as specified, and fins and other projections on the surface completely removed and smoothed. C. Related Unformed Surfaces: At tops of walls, horizontal offsets and similar unformed surfaces occurring adjacent to formed surfaces, strike off smooth and finish with a texture matching adjacent formed surfaces. Continue final surface treatment of formed surfaces uniformly across adjacent surfaces, unless otherwise shown. 3.8 MONOLITHIC SLAB FINISHES 8n2au0Qthonze@'2 Pi�� r. 5,�6��"ej...,'a`. CONCRETE WORK 03300 - 10 February 16, 2006 T A. Scratch Finish: Apply scratch finish to monolithic slab surfaces that are to receive concrete floor topping or mortar setting beds for tile or other bonded applied cementitious finish flooring material, and as shown on the drawings. 1. After placing slabs, plane surface to a tolerance not exceeding 1/2" in 10 feet when tested with a 10 foot straightedge. Slope surfaces uniformly to drains where required. After leveling, roughen surface before final set, with stiff brushes, brooms, or rakes. B. Float Finish: Apply float finish to monolithic slab surfaces that are to receive trowel finish and other finishes as hereinafter specified, and slab surfaces which are to be covered with membrane or elastic roofmg, and as shown on the drawings or in schedules. 1. After screeding and consolidating concrete slabs, do not work surface until ready for floating. Begin floating when surface water has disappeared or when concrete has stiffened sufficiently to permit operation of power -driver floats or both. Consolidate surface with power -driven floats, or by hand floating if area is small or inaccessible to power units. Check and level surface plane to a tolerance not exceeding 1/4" in 10 feet when tested with a 10 foot straightedge. Cut down high spots and fill low spots. Uniformly slope surfaces to drains. Immediately after leveling, refloat surface to a uniform, smooth, granular texture. C. Trowel finish: 1. Apply trowel finish to monolithic slab surfaces that are to be exposed to view, unless otherwise shown, and slab surfaces that are to be covered with resilient flooring, paint, or other thin film finish coating system. 2. After floating, begin first trowel finish operation using a power -driven trowel. Begin final troweling when surface produces a ringing sound as trowel is moved over the surface. Consolidate concrete surface by final hand troweling operation, free of trowel marks, uniform in texture and appearance, and with a surface plane tolerance not exceeding 1/8" in 10 feet when tested with a 10 foot straightedge. Grind smooth surface defects which would telegraph through applied floor covering system. D. Non -Slip Broom Finish: 1. Apply non -slip broom finish to exterior concrete platform, steps and ramps, walks and elsewhere as shown on the drawings or in schedules. 2. Immediately after trowel finishing, slightly roughen concrete surface by brooming perpendicular to main traffic route. Coordinate required final finish with the architect before application. E. Pattern Finish: 1. Apply pattern finish to exterior concrete ramps as shown on the drawings. 2. Use only the approved pattern finish as submitted. 3.9 CONCRETE CURING AND PROTECTION A. General 1. Protect freshly placed concrete from premature drying and excessive cold or hot temperature, and maintain without drying at a relatively constant temperature for a period of time necessary for hydration of cement and proper hardening. 2. Start initial curing application as soon as free water has disappeared from concrete surface after placing and finishing. Weather permitting, keep continuously moist for not less than 72 hours. 3. Begin final curing procedures immediately following initial curing and before concrete has dried. Continue final curing for at least 168 cumulative hours (not necessarily ��8�°fiol�eaH'2�Pf�eflon pfo�hh61 t CONCRETE WORK 03300 - 11 February 16,2006 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 moisture retaining cover curing or by membrane -forming curing compound and by combinations thereof, as herein specified. 1. Provide moisture curing by following methods: a. Keep concrete surface continuously wet by covering with water. Continuous water -fog spray. b. Covering concrete surface with specified absorptive cover, thoroughly saturating cover with water and keeping continuously wet. Place absorptive cover to provide coverage of concrete surface and edges, with 4" lap over adjacent absorptive covers. 2. Provide moisture -cover curing as follows: a. Cover concrete surfaces with moisture -retaining cover for curing concrete, placed in widest practicable width with sides and ends lapped at least 3" and sealed by waterproof tape or adhesive. Immediately repair any holes or tears during curing period using cover material and waterproof tape. 3. Provide curing compound for slabs as follows: a. Apply specified curing and sealing compound to concrete slabs as soon as final finishing operations are complete (within 2 hours). b. Apply uniformly in continuous operation by power -spray or roller in accordance with manufacturer's directions. Recoat areas subjected to heavy rainfall within 3 hours after initial application. Maintain continuity of coating and repairing damage during this curing period. C. Do not apply membrane curing compounds on surface which are to be covered with coating material applied directly to concrete, liquid floor hardener, waterproofing, dampproofmg, membrane roofmg, flooring, painting, and other coatings and finish materials, unless otherwise acceptable to the architect. C. Curing Formed Surfaces: Cure formed concrete surface, including undersides of beams, supported slabs and other similar surfaces by moist curing with forms in place for full curing period or until forms are removed. If forms are removed, continue curing by methods specified above, as applicable. D. Curing Unformed Surfaces: Initially cure unformed surfaces, such as slabs, floor topping, and other flat surfaces by moist curing. a ^ 1. Final cure unformed surfaces, unless specified otherwise, by methods specified above, as applicable. 2. Final cure concrete surfaces to receive liquid floor hardener or finish flooring by use of moisture -retaining cover, unless otherwise directed. 3.10 REMOVAL OF FORMS A. Formwork not supporting weight of concrete, such as sides of beams, walls, columns, and i, similar parts of the work, maybe removed after cumulatively curing at not less than 50 degrees F. for 24 hours after placing concrete, provided concrete is sufficiently hard to not be damaged by form removal operations, and provided curing and protection operations are maintained. B. Formwork supporting weight of concrete, such as beams, soffits, joists, slabs and other structural elements, may not be removed in less than 14 days and until concrete has attained design minimum compressive strength at 28 days. Determine potential compressive strength if, i 8,20 >a0,rfw ueg' aioXP `�h6uV_ I CONCRETE WORK 03300 - 12 1 February 16, 2006 inplace concrete by testing field -cured specimens representative of concrete location or members. C. Form facing material may be removed 4 days after placement, only if shores and other vertical supports have been arranged to permit removal of form facing material without loosening or disturbing shores and supports. 3.11 RE -USE OF FORMS A. Clean and repair surfaces of forms to be re -used in the work. Split, frayed, delaminated or otherwise damaged form facing material will not be acceptable. Apply new form coating compound material to concrete contact form surfaces as specified for new formwork. B. When forms are intended for successive concrete placement, thoroughly clean surfaces, remove fins and laitance, and tighten forms to close joints. Align and secure joints to avoid offsets. Do not use patched forms for exposed concrete surfaces, except as acceptable to architect. 3.12 MISCELLANEOUS CONCRETE ITEMS A. Filling -in: Fill-in holes and openings left in concrete structures for passage of work by other trades, unless otherwise shown or directed, after work of trades is in place. Mix, place, and cure concrete as herein specified, to blend with in -place construction. Provide other miscellaneous concrete filling shown or required to complete work. B. Reinforced Masonry: Provide concrete grout for reinforced masonry lintels and bond beams where indicated on the drawings and as scheduled. Maintain accurate location of reinforcing steel during concrete placement. 3.13 CONCRETE SURFACE REPAIRS A. Patching Defective Areas: 1. Repair and patch defective areas with cement mortar immediately after removal of forms, but only when acceptable to architect. 2. Cut out honeycomb, rock pockets, voids over 1/3" in any dimension, and holes left by tie rods and bolts, down to solid concrete but in no case to a depth of less than 1". Make edges of cuts perpendicular to the concrete surface. Before placing cement mortar or proprietary patching compound, thoroughly clean, dampen with water and brush -coat the areas to be patched with neat cement grout, or proprietary bonding agent. 3. For exposed to view surfaces, blend white portland cement and standard portland cement so that, when dry, patching mortar will match surrounding color. Provide test areas at inconspicuous location to verify mixture and color match before proceeding with patching. Compact mortar in place and strike -off slightly higher than surrounding surface. B. Repair of Formed Surfaces: 1. Remove and replace concrete having defective surfaces if defects cannot be repaired to satisfaction of architect. Surface defects include color and texture irregularities; cracks; spalls; air bubbles; honeycomb; rock pockets; fins and other projections on surface; and stains and other discoloration 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. �2006 Cha anFH arvevP htect Inc. nauthot¢cfl"r1u hcannn to�hr6ned.' CONCRETE WORK 03300 - 13 February 16, 2006 2. Where possible, repair concealed formed surfaces that contain defects that adversely affect the durability of the concrete. If defects cannot be repaired, remove and replace the concrete. &° niea@'gP [8 Ion prohh6ned., Inc' CONCRETE WORK 03300 - 14 February 16, 2006 C. Repair of Unformed Surfaces 1. Test unformed surfaces, such as monolithic slabs, form smoothness and to verify surface plane to tolerances specified for each surface and finish. Correct low and high areas as herein specified. Test unformed surfaces sloped to drain for trueness of slope, Y in addition to smoothness, using a template having required slope. 2. Repair finished unformed surfaces that contain defects which adversely affect durability of concrete. Surface defects, as such, include crazing, cracks in excess of 0.01 " wide or which penetrate to reinforcement or completely through non -reinforced sections regardless of width, spalling, pop -puts, honeycomb, rock pockets and other ti objectionable conditions. 3. Correct high areas in unformed surfaces by grinding after concrete has cured at least 14 days. 4. 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. R< Finish repaired areas to blend into adjacent concrete. Proprietary patching compounds may be used when acceptable to architect. 5. Repair defective areas, except random cracks and single holes not exceeding 1" diameter, by cutting out and replacing with fresh concrete. Remove defective areas to sound concrete with clean, square cuts and expose reinforcing steel with at least 3/4" 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 materials to provide concrete of the same type or class as original concrete. Place, compact and finish to blend with adjacent finished concrete. Cure in the same manner as adjacent concrete. 6. Repair isolated random cracks and single holes not over 1" in diameter by dry pack method. Groove top of cracks and cut-out holes to sound concrete and clean of dust, dirt, and loose particles. Dampen cleaned concrete surfaces and brush with neat cement grout coating or concrete bonding agent. Mix dry pack, consisting of one part portland cement to 2 1/2 parts fine aggregate passing a No. 16 mesh sieve, using only enough water as required for handling and placing. Compact dry pack mixture in place and finish to match adjacent concrete. Keep patched area continuously moist for not less than 72 hours. 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. 3.14 QUALITY CONTROL TESTING DURING CONSTRUCTION A. The contractor will employ a testing laboratory to perform all other tests and to submit test reports. B. Sampling and testing for quality control during the placement of concrete may include the following, as directed by the Architect. 1. Sampling Fresh Concrete: ASTM C 172, except modified for slump to comply with ASTM C 94. 2. Slump: ASTM C 143; one test for each concrete load at point of discharge; and one test for each set of compressive strength test specimens. 3. Air Content: ASTM C 173, volumetric method for lightweight concrete; ASTM C 231 pressure for normal weight concrete; one for each set of compressive strength test specimens. i g 6 H�, U a�°ho e�'�upI1'in.0 Vg,ie�.•'nc. CONCRETE WORK 03300 - 15 February 16. 2006 4. Concrete Temperature: Test hourly when air temperature is 40 degrees F. and below, and when 80 degrees F. and above; and each time a set of compression test specimens made. 5. Compression Test Specimen: ASTM C 31; one set of 4 standard cylinders for each compressive strength test, unless otherwise directed. Mold and store cylinders for laboratory cured test specimens except when field -cure test specimens are required. 6. Compressive Strength Tests: ASTM C 39; one set for each 100 cu. yds. or fraction thereof, of each concrete class placed in any one day or for each 5000 sq. ft. of surface area placed; 1 specimen tested at 7 days for information only, 2 specimens tested at 28 days, and 1 specimen retained in reserve for later testing if required. The acceptance test results shall be the average of the strengths of the two specimens tested at 28 days. a. When the frequency of testing will provide less than 5 strength tests for a given class on concrete, conduct testing from at least 5 randomly selected batches or from each batch if fewer than 5 are used. b. When the total quantity of a given class of concrete is less than 50 cu. yds., the strength test may be waived by the architect, if, in his judgement, adequate evidence of satisfactory strength is provided. C. When the strength of field -cured cylinders is less than 85 % of companion laboratory -cured cylinders, evaluate current operations and provide corrective procedures for protecting and curing the in -place concrete. C. Test results will be reported in writing to the architect , engineer and the contractor on the same day that tests are made. Reports of compressive strength tests shall contain the project identification name and number, date of concrete placement, name of concrete testing services, concrete type and class, location of concrete batch in the structure, design compressive strength at 28 days, concrete mix proportions and materials; compressive breaking strength and type of break for both 7-day tests and 28-day tests. D. Additional Tests: The testing service will make additional tests of in -place concrete when test results indicate the specified concrete strengths and other characteristics have not been attained in the structure, as directed by the Architect. The testing service may conduct tests to determined adequacy of concrete by cored cylinders complying with ASTM C 42, or by other methods as directed. Contractor shall pay for such tests conducted, and any other additional testing as may be required when unacceptable concrete is verified. 3.15 TEXAS ACCESSIBILITY STANDARDS A. All new concrete walks, sloped walks, ramps, curb cuts, curb ramps, surface textures, and dimensions shall comply with the Texas Accessibility Standards of the Architectural Barriers Act, Article 9102, Texas Civil Statutes. B. New and renovated concrete surfaces shall provide at least a 2% positive slope away from accessible routes. Do not allow any water to stand within accessible routes. END OF SECTION 8.011= 75', rvoXp 5,",�;e CONCRETE WORK 03300 - 16 February 16, 2006 SECTION 04340 REINFORCED UNIT MASONRY SYSTEM PART1 GENERAL 1.1 RELATED DOCUMENTS A. The Drawings, General Conditions, and Supplementary General Conditions apply to the work in this Section. 1.2 WORK INCLUDED A. Work under this section includes the providing and installing of all reinforcing and grouting associated with reinforced unit masonry. 1.3 RELATED SECTIONS A. Section 04300 - Unit Masonry System. 1.4 REFERENCE STANDARDS A. ASTM C 404 Aggregate for Masonry Grout. B. ASTM C 143 Slump of Portland Cement Concrete. C. ASTM C 144 Aggregate for Masonry Mortar. D. ASTM C 615 Deformed and Plain Billet Steel for Concrete Reinforcement. 1.5 SUBMITTALS A. Shop Drawings: Submit shop drawings for fabrication, bending, size, quanity lengths and placement of reinforcement bars. Comply with ACI 315 "Manual of Standard Practice for Detailing Reinforced Concrete Structures." Show bar schedules, diagrams of bent bars, stirrup spacing, lateral ties and other arrangements and assemblies as required for fabrication and placement of reinforcement for unit masonry work. 1.6 PROJECT CONDITIONS A. Refer to Section 04300 - Unity Masonry System, 1.8 Project Conditions and conform to these requirements under this section. PART 2 PRODUCTS 2.1 MATERIALS A. General: Refer to Unit Masonry section for masonry materials and accessories not included in this section. B. Reinforcement Bars: Provide deformed bars, grade 60 KSI yield billet steel deformed bars complying with ASTM A 615, except as otherwise indicated. a00N?P1a[wen prOehh6neg.'"` REINFORCED UNIT MASONRY SYSTEM 04340 - 1 February 16, 2006 C. Mortar and Grout: 1. Portland Cenment ASTM C 150, Type I. 2. Blended Hydraulic Cement ASTM C 595, Type IS, IP or S. 3. Masonry Cement ASTM C 91, Type S. 4. Hydrated Lime ASTM C 207, Type S. 5. Aggregates: a. Sand ASTM C 144. b. Coarse for Grout ASTM C 404, Size No. 8. 6. Water: Clear, clean and potable. 7. Mortar Color: a. All natural exposed to view mortar, as selected by the architect. b. All other locations: Natural grey. 2.2 MIXES A. Masonry Grout Mix: Conform to ASTM C 476 and the following for coarse grout: 1. One part Portalnd Cement, 0 to 1/10 part hydrated lime, 2-1/4 to 3 parts damp, loose sand, 1 to 2 parts coarse aggregate. 2. Meet physical requirements for grout as specified in ASTM C 476. 3. Grout for filling of reinforced cells in concrete block walls shall have a strength of 2500 pounds per square inch in 28 days. B. Fine aggregate shall conform to ASTM Spec. C144 except for soundness and lightweight particles and shall have the following screen analysis: % passing No. 4 screen 100 % passing No. 8 screen 95 to 100 % passing No. 100 screen25 maximum % passing No. 200 screen 10 maximum C. Course aggregate shall conform to ASTM Spec. C404 and shall have the following screen analysis: % passing No. 1/2 in. 100 % passing No. 3/8 in. 86 to 100 % passing No. 4 10 to 30 % passing No. 8 0 to 10 % passing No. 16 0 to 5 PART 3 EXECUTION 3.1 PREPARATION A. General: Clean reinforcement of loose rust mill scale, earth, ice or other materials which will reduce bond to mortar or grout. Do not use reinforcement bars with kinks or bends not shown on drawings or final shop drawings, or bars with reduced cross-section due to excessive rusting or other causes. 3.2 INSTALLATION A. Reinforcing: a2° %a@'�upN.1111p Re . ` REINFORCED UNIT MASONRY SYSTEM 04340 -2 February 16, 2006 1. Position reinforcement accurately at the spacing indicated. Support and secure vertical bars against displacement. Horizontal reinforcement may be placed as the masonry work progresses. Where vertical bars are shown in proximity, provide a clear distance t between bars of not less than the nominal bar diameter or 1 inch (which ever is greater); 2. Splice reinforcement bars at intervals not to exceed 5 feet. Provide lapped splices. In splicing vertical bars or attaching to dowels, lap ends, place in contact and wire -tie. 3. Embed prefabricated horizontal joint reinforcement as the work progresses, with a minimum cover.of 5/8 inch on exterior face of walls and 1/2 inch at other locations. Lap units not less than 6 inches at ends. Use prefabricated "L" and "T" units to provide continuity at comers and intersections. Cut and bend units as recommended by manufacturer for continuity. 4. Anchor reinforced masonry walls to non -reinforced masonry where they intersect. B. Masonry: 1. Refer to Section 04300, Unit Masonry System for general installation requirements of unit masonry. 2. Do not wet concrete masonry units (CMU). 3. Lay CMU units with full -face shell mortar beds. Fill vertical head joints (end joints between units) solidly with mortar from face of unit to a unit to a distance behind face equal to not less than the thickness of longitudinal face shells. Solidly bed cross -webs of starting courses in mortar. Maintain head and bed joint widths shown, or if not shown, provide 3/8 inch joints. 4. Walls: a. Pattern Bond: Lay CMU wall units in 1/2 running bond with vertical joints in each course centered on the units in courses above and below, unless otherwise indicated. Bond and interlock each course at comers and intersections. Use special -shaped units where shown, and as required for corners, jambs, sash, control joints, lintels, bond beams and other special conditions. b. Maintain vertical continuity of core or cell cavities, which are to be reinforced and grouted, to provide minimum clear dimensions indicated and to provide minimum clearance and grout coverage for vertical reinforcement bars. Keep cavities free of mortar. Solidly bed webs in mortar where adjacent to reinforced cores or cells. C. Where horizontal reinforced beams (bond beams) are shown, use special units to allow for placement of continuous horizontal reinforcement bars. C. Grouting: 1. Use "Fine Grout" per ASTM C 476 for two-wythe walls with grout spaces less than 2 inches. a. Concrete masonry units provide minimum clear dimension of 2 inches and clear area of 8 square inches in vertical cores to be grouted. 2. Use "Coarse Grout" per ASTM C 476 for two-wythe walls with grout spaces of 2 inches or larger. a. Concrete masonry units with clear dimension of 2 inches or greater and clear area of 8 square inches or greater in vertical cores. 3. Grouting Technique: Use low -lift grouting techniques subject to requirements which follow. 4. Low -Lift Grouting: a. Construct low -lift masonry by placing reinforcement, laying masonry units and pouring grout as work progresses. 8"auth"ft%�PI, [i8 on pro�hh6ne Jne. REINFORCED UNIT MASONRY SYSTEM 04340 - 3 February 16, 2006 b. Place vertical reinforcement prior to laying of CMU. Extend above elevation of maximum pour height as required for splicing. Support in position at vertical intervals not exceeding 192 bar diameters nor 10 feet. C. Lay CMU to maximum pour height. Do not exceed 5 feet height, or if bond beam occurs below 5 feet height, stop pour at course below bond beam. Do not exceed a 12 inch pour height for two-wythe masonry walls. d. Lay masonry units prior to each grout pour, but do not construct more than 12 inches above maximum grout pour height in one exterior wythe and 4 inches above in other exterior wythe. Provide metal wall ties if required to prevent blowouts. e. Pour grout using chute or container with spout. Rod or vibrate grout during placing. Place grout continuously; do not interrupt pouring of grout for more than one hour. Terminate grout pours 1-1/2 inches below top course of pour. If poured in lifts, place from center to center of masonry courses. f. Bond Beams: Stop grout in vertical cells 1-1/2 inches below bond beam course. Place horizontal reinforcing in bond beams; lap at comers and intersections as shown. Place grout in bond beam course before filling vertical< cores above bond beam. g. Maintain vertical continuity of core or cell cavities, which are to be reinforced rt,. and grouted, to provide minimum clear dimension indicated and to provide minimum clearance and grout coverage for vertical reinforcement bars. Keep cavities free of mortar. Solidly bed webs in mortar where adjacent to reinforced cores or cells. D. Formwork: y 1. Temporary Formwork: Provide formwork and shores as required for temporary support of reinforced masonry elements. Design, erect, support, brace, and maintain formwork. 2. Construct formwork to conform to shape, line and dimensions shown. Make sufficiently tight to prevent leakage of mortar grout, or concrete (if any). Brace, tie, and support as required to maintain position and shape during construction and curing of reinforced masonry. 3. Do not remove forms and shores until reinforced masonry member has hardened sufficiently to carry its own weight and all other reasonable temporary loads that may be placed on it during construction. 4. Allow not less than the following minimum time to elapse after completion of the member before removing shores or forms, provided suitable curing conditions have been obtained during the curing period. a. Seven days for arches. 5. Limit extent of masonry construction to sections which do not exceed the maximum pour requirements specified hereafter. Provide temporary dams or barriers to control horizontal flow of grout at ends of wall sections. Build dams full height of grout pour. If masonry units are used, do not bond into permanent masonry wythes. Remove temporary dams after completion of grout pour. END OF SECTION I 1 8�a�° 'a�P . �,h�r�e`a` Inc REINFORCED UNIT MASONRY SYSTEM 04340 -4 February 16, 2006 SECTION 05120 STRUCTURAL STEEL PART 1 GENERAL 1.1 RELATED DOCUMENTS A. The Drawings, General Conditions, Supplementary General Conditions apply to the work of this Section. 1.2 DESCRIPTION OF WORK A. The extent of structural steel work is shown on the drawings, including schedules, notes and details to show size and location of members, typical connections and type of steel required. B. Structural steel is that work defined in the AISC "Code of Standard Practice" and as otherwise shown on the drawings. 1.3 RELATED SECTIONS A. Section 06125 - Wood Deck. B. Section 07610 - Sheet Metal Roofing. 1.4 QUALITY ASSURANCE A. Codes and Standard: Comply with the provisions of the following except as otherwise indicated. 1. AISC "Code of Standard Practice for Steel Buildings and Bridges" Paragraph 4.2.1 of the above code is hereby modified by deletion of the following sentence: "This approval constitutes the Owner's acceptance of all responsibility for the design adequacy of any connections designed by the fabricator as a part of his preparation of these shop drawings". 2. AISC "Specifications for the Design, Fabrication, and Erection of Structural Steel for Buildings" and including the "Commentary" and supplements thereto as issued. 3. AISC "Specifications for Structural Joints using ASTM A 325 or A 490 Bolts" approved by the Research Council on Riveted and Bolted Structural Joints of the Engineering Foundation. 4. AWS DIA "Structural Welding Code". 5. ASTM A 6 "General Requirements for Delivery of Rolled Steel Plates, Shapes, Sheet Piling and Bars for Structural Use". B. Qualifications for Welding Work: 1. Qualify welding processes and welding operators in accordance with the AWS "Standard Qualification Procedure". 2. Provide certification that welders to be employed in the work have satisfactorily passed AWS qualification tests within the previous 12 months. 3. If recertification of welders is required, retesting will be the contractor's responsibility. C. Source Quality Control: 1. Materials and fabrication procedures are subject to inspection and test in the mill, shop, and field, conducted by a qualified inspection agency. Such inspections and tests will 620 °u� eg`2�p . 5,nGt°e Inc STRUCTURAL STEEL 05120 - 1 February 16, 2006 not relieve the contractor of responsibility for providing materials and fabrication procedures in compliance with specified requirements. 2. Promptly remove and replace materials or fabricated components which do not comply. D. Design of Members and Connections: 1. All details shown are typical; similar details apply to similar conditions, unless otherwise indicated. Verify dimensions at the site whenever possible without causing delay in the work. 2. Promptly notify the architect whenever design of members and connections for any portion of the structure are not clearly indicated. 1.5 SUBMITTALS A. Shop Drawings, Structural Steel: 1. Submit shop drawings prepared under the supervision of registered professional engineer including complete details and schedules for fabrication and shop assembly of members, and details, schedules, procedures, and diagrams showing the sequence of erection. Submit in accordance with Section 01300. 2. Architect's review of shop drawings will be for general consideration only. Compliance with requirements for materials fabrication and erection of structural steel is the contractor's responsibility. 3. Include details of cuts, connections, camber, holes, and other pertinent data. Indicate welds by standard AWS symbols, and show size, length, and type of each' weld. 4. Provide setting drawings, templates, and directions for the installation of anchor bolts and other anchorages to be installed by others. 1.6 DELIVERY, STORAGE AND HANDLING A. Deliver materials to the site at such intervals to insure uninterrupted progress of the work. B. Steel beams shall be delivered to the jobsite in an upright position and shall be unloaded with a two point sling on a winch line from a crane or winch truck. Allowing steel members to fall from the bed of a truck will not be permitted. C. Store materials to permit easy access for inspection and identification. Keep steel members off the ground, using pallets, platforms, or other supports. Store in an upright position with blocking spaced not more than 15 feet on center. Protect steel members and packaged materials from erosion and deterioration. PART 2 PRODUCTS 2.1 MATERIALS A. Rolled Steel Plates, Shapes and Bars: ASTM A 36, except where other type steel is shown. B. Structural Steel Tubing: ASTM A 500, Grade B, Fy-46 ksi. C. Steel Pipe: ASTM A 53, Type E or S, Grade B or ASTM A 501. D. Unfinished Threaded Fasteners: ASTM A 307, Grade A regular low- carbon steel bolts and nuts. 1. Provide either hexagonal or square heads and nuts, however use only hexagonal units ; for exposed connections. pp 66 H�1 �( Onau[honzeg�u'pl'canon pro�h.9.14... 1�' STRUCTURAL STEEL 05120 - 2 February 16, 2006 E. High -Strength Threaded Fasteners: Heavy hexagon structural bolts, heavy hexagon nuts and hardened washers, as follows. 1. Quenched and tempered medium -carbon steel bolts, nuts and washers, complying with 4 ASTM A 325. F. Electrodes for Welding: Comply with AWS Code. G. Structural Steel Primer Paint: Modified Alkyd; TT-P-86d, Type I and II. 2.2 FABRICATION: A. Shop Fabrication and Assembly: 1. Fabricate and assemble structural assemblies in the shop to the greatest extent possible. Fabricate items of structural steel in accordance with AISC Specifications and as indicated on the final shop drawings. Provide camber in structural members as shown. 2. Properly mark and match -mark materials for field assembly. Fabricate for delivery sequence which will expedite erection and minimize field handling of materials. 3. Where finishing is required, complete the assembly, including welding of units, before start of finishing operations. Provide finish surfaces on members exposed in the final structure free of markings, burrs, and other defects. B. Connections: 1. Weld or bolt shop connections, as indicated. 2. Bolt field connections, except where welded connections or other connections are indicated. 3. Provide high -strength threaded fasteners for all principal bolted connections, except where unfinished bolts are shown. 4. Provide unfinished threaded fasteners for only the bolted connections of secondary framing members to primary members (including purling, girts, and other framing members taking only nominal stress) and for temporary bracing to facilitate erections. C. High -Strength Bolted Construction: 1. Install high -strength threaded fasteners in accordance with the AISC "Specifications for Structural Joints using ASTM A 325 or A 490 Bolts". D. Welded Construction: 1. Comply with AWS Code for procedures, appearance and quality of welds, and methods used in correcting welding work. 2. Assemble and weld built-up sections by methods which will produce true alignment of axes without warp. E. Holes for Other Work: 1. Provide holes required for securing other work to structural steel framing and for the passage of other work through steel framing members, as shown on the final shop drawings. Provide threaded nuts welded to framing and other specialty items as shown to receive other work. 2. Cut, drill, or punch holes perpendicular to metal surfaces. Do not flame cut holes or enlarge holes by burning. Drill holes in bearing plates. F. Splicing: 1. Splicing of beams shall be as shown on the drawings. All other splicing shall be made _ only with the written consent of the architect and/or engineer. When approved, copies �� U°n" �I@'2 P1"s weXpfohhb �f I.C.STRUCTURAL STEEL 05120 - 3 February 16, 2006 4 of weld test shall be furnished to the architect and engineer. Splicing of columns will not be permitted under any circumstances. 2.3 SHOP PAINTING A. General: l . Shop paint all structural steel work, except those members or portions of members to be embedded in concrete or mortar. 2. Do not paint surfaces which are to be welded or high -strength bolted with friction -type connectors. 3. Apply two coats of paint to surfaces which are inaccessible after assembly or erection. Change color of second coat to distinguish it from the first. B. Surface Preparation: 1. After inspection and before shipping, clean steelwork to be painted. Remove loose rust, loose mill scale, and splatter, slag, or flux deposits. Clean steel in accordance with Steel Structures Painting Council (SSPQ as follows: a. SP-2 "Hand Tool Cleaning", or b. SP-3 "Power Tool Cleaning", or C. SP-7 "Brush -Off Blast Cleaning". C. Painting: 1. Immediately after surface preparation, apply structural steel primer paint in accordance with the manufacturer's instructions and at a rate to provide a uniform dry film thickness of 2.0 mils. Use painting methods which will result in full coverage of joints, corners, edges, and all exposed surfaces. 2.4 CORROSION PROTECTION A. After anchor bolt nuts are installed, throughly cover with roof mastic bolts, nuts, column base plate, and column one inch above the level of concrete. PART 3 EXAMINATION 3.1 INSPECTION A. Erector must examine the areas and conditions under which structural steel work is to be installed, and notify the contractor in writing of conditions detrimental to the proper and timely completion of the work. Do not proceed with the work until unsatisfactory conditions have been corrected in a manner acceptable to the erector. 3.2 ERECTION A. General: Comply with the AISC Specifications and Code of Standard Practice, and as specified. B. Temporary Shoring and Bracing: Provide temporary shoring and bracing members with connections of sufficient strength to bear imposed loads. Remove temporary members and connections when permanent members are in place and final connections are made. C. Comply with AISC Specifications: For bearing, adequacy of temporary connections, alignment, and the removal of paint on surfaces adjacent to field welds. D. Do not enlarge holes in members by burning or by the use of drift pins, except in secondary bracing members. Ream holes that must be enlarged to admit bolts. Err' 00@� PgeXP i'� e' STRUCTURAL STEEL 05120 - 4 February 16, 2006 3.3 E. Gas -Cutting: Do not use gas cutting torches in the field for correcting fabrication errors in the structural framing. Cutting will be permitted only on secondary members which are not under stress, as acceptable to the architect. Finish gas -cut sections equal to a sheared appearance when permitted. F. Touch -Up Painting: Immediately after erection, clean field welds, bolted connections, and abraded areas of the shop paint. Apply paint to exposed areas with the same material as used for shop painting. Apply by brush or spray to provide a minimum dry film thickness of 2.0 mils. G. Cover with roof mastic all metal anchor bolts, nuts, column base plates, and columns that will be in contract with concrete. SPLICING OF MEMBERS A. Generally, splicing of beams will not be permitted unless specifically approved by the architect. B. Any splicing proposed shall be clearly noted on the shop drawings and shall be initialled by the architect prior to fabrication. END OF SECTION Onau[r�'ize@%�Pf�allon pro�h'i6 fie"''"` STRUCTURAL STEEL 05120 - 5 February 16, 2006 SECTION 05313 METAL FLOOR DECK PART1 GENERAL 1.1 RELATED DOCUMENTS A. The Drawings, General Conditions, Supplementary General Conditions apply to the work of this Section. 1.2 DESCRIPTION OF WORK A. This contract shall include all materials, equipment and labor required to construct a foundation system for each portable classroom unit to be furnished under this contract. 1.3 EXCAVATION A. Excavate square and in alignment each way to the dimensions shown on the drawings. B. Excavate to a true plane meeting the elevations shown on the drawings. PART2 PRODUCT 2.1 STEEL DECK A. Steel deck to be equal to 3C20 gauge Conform Decking. PART 3 EXECUTION 3.1 LEVELING A. Leave foundation level, true, and properly aligned to receive concrete slab. 3.2 ROUGH -IN A. Coordinate all rough -in conduit, pipe, duct, anchors, and/or miscellaneous building systems as may be necessary to provide a complete job. B. Avoid having to return to this portion of the project to correct rough -in over sights. enautgo';i eg%upiicatweX Jp L rhdr V, Inc. END OF SECTION METAL FLOOR DECK 05313 - 1 No Text February 16, 2006 SECTION 05500 METAL FABRICATIONS PART1 GENERAL 1.1 RELATED DOCUMENTS A. The Drawings, General Conditions, Supplementary General Conditions apply to work of this Section. 1.2 SECTION INCLUDES A. Shop fabricated ferrous metal. 1.3 PRODUCTS FURNISHED BUT NOT INSTALLED UNDER THIS SECTION A. Section 03300 - Concrete Work: Placement of metal fabrications in concrete. B. Section 04230 - Reinforced Unit Masonry System: Placement of metal fabrications in masonry. 1.4 REFERENCES A. ASTM A36 - Structural Steel. B. ASTM A53 - Hot -Dipped, Zinc -coated Welded and Seamless Steel Pipe. C. ASTM A123 - Zinc (Hot -Galvanized) Coatings on Products Fabricated From Rolled, Pressed and Forged Steel Shapes, Plates, Bars, and Strip. D. ASTM A153 - Zinc Coating (Hot -Dip) on Iron and Steel Hardware. E. ASTM A283 - Carbon Steel Plates, Shapes, and Bars. F. ASTM A307 - Carbon Steel Externally Threaded Standard Fasteners. G. ASTM A325 - High Strength Bolts for Structural Steel Joints. H. ASTM A386 - Zinc -Coating (Hot -Dip) on Assembled Steel Products. I. ASTM A500 - Cold -Formed Welded and Seamless Carbon Steel Structural Tubing in Round and Shapes. J. ASTM A501 - Hot -Formed Welded and Seamless Carbon Steel Structural Tubing. K. ASTM B177 - Chromium Electroplating on Steel for Engineering Use. L. AWS A2.0 - Standard Welding Symbols. M. AWS D1.1 - Structural Welding Code. N. SSPC - Steel Structures Painting Council. E8200 Cheflnr 1F1arvej V.gecc Inc. n r¢e up rcatw pro u METAL FABRICATIONS 05500 - 1 February 16, 2006 1.5 SUBMITTALS A. Submit under provisions of Section 01300. B. Shop Drawings: Indicate profiles, sizes, connection attachments, reinforcing, anchorage, size and type of fasteners, and accessories. Include erection drawings, elevations, and details where applicable. C. Indicate welded connections using standard AWS A2.0 welding symbols. Indicate net weld lengths. 1.6 QUALIFICATIONS A. Prepare shop drawings under direct supervision of a professional structural engineer experienced in design of this work and licensed in the State of Texas. B. Welders' Certificates: Submit under provisions of Section 01300, certifying welders employed on the Work, verifying AWS qualification within the previous 12 months. 1.7 FIELD MEASUREMENTS A. The contractor shall verify that field measurements are as indicated on shop drawings. B. It shall be the responsibility of the fabricator to accurately construct items to meet required dimensions. PART 2 PRODUCTS 2.1 MATERIALS A. Steel Sections: ASTM A36. B. Plates: ASTM A283. C. Bolts, Nuts, and Washers: ASTM A325. D. Welding Materials: AWS Dl.1; type required for materials being welded. E. Shop and Touch -Up Primer: SSPC 15, Type 1, red oxide. 2.2 FABRICATION A. Fit and shop assemble in largest practical sections, for delivery to site. B. Fabricate items with joints tightly fitted and secured. C. Grind exposed joints flush and smooth with adjacent finish surface. Make exposed joints butt tight, flush, and hairline. Ease exposed edges to small uniform radius. D. Exposed Mechanical Fastenings: Flush countersunk screws or bolts; unobtrusively located; consistent with design of component, except where specifically noted otherwise. eoom ftiaP.rvgXP 1h6igr.,'a° METAL FABRICATIONS 05500 - 2 February 16,2006 PART1 GENERAL 1.1 RELATED DOCUMENTS 1.2 1.3 1.4 1.5 1.6 SECTION 06400 ARCHITECTURAL MILLWORK A. The Drawings, General Conditions, Supplementary General Conditions apply to the work of this Section. WORK INCLUDED A. Special fabricated cabinet units. B. New countertops on new cabinet units. RELATED SECTIONS A. Section 09900 - Painting: Finishing cabinet exterior and interior. REFERENCES A. FS MM-L-736 - Lumber, Hardwood. B. FS MMM-A-130 - Adhesive, Contact. C. NWMA LD3 - High Pressure Decorative Laminates. D. PS 1 - Construction and Industrial Plywood. E. PS 20 - American Softwood Lumber Standard. F. PS 51 - Hardwood and Decorative Plywood. G. PS 58 - Basic Hardboard. QUALITY ASSURANCE A. Perform work to custom quality in accordance with Quality Standards of the Architectural Woodwork Institute (AWI). SUBMITTALS A. Submit shop drawings and product data under provisions of Section 01300. B. Include materials, component profiles, fastening methods, assembly methods, joint details, accessory listings, and schedule of finishes. C. Submit samples under provisions of Section 01300. D. Submit fire treated lumber certificate under provisions of Section 01300. Gaauihorize"U dUPI1e8lUfi pro�hhdned.' `"` ARCHITECTURAL MILLWORK 06400 - 1 February 16.2006 PART PRODUCTS 2.1 WOOD MATERIALS A. Softwood Lumber: PS 20; graded in accordance with AWI; maximum moisture content of 6 percent; species and grade as follows: ITEM SPECIES CUT Cabinet Frame White Pine Plain Sliced Exposed Frame Birch Plain Sliced B. Hardwood Lumber FS MM-L-736; graded in accordance with AWI; maximum moisture content of 6 percent; species and grade as follows: ITEM SPECIES CUT Exposed Frame Birch Plain Sliced C. Cabinet concealed wall grounds are to be fire treated lumber; submit certificate for review. Refer to Section 06100, Rough Carpentry. 2.2 SHEET MATERIALS A. Wood Particleboard: Per AWI standard, composed of wood chips, made with high waterproof resin binders; of grade to suit application; sanded faces, located as follows: ITEM: Shelving; Bulkheads; Non -exposed tops, bottoms and ends. B. Hardboard: PS 58; pressed wood fiber with resin binder, tempered grade, smooth two sides, located as follows: ITEM: Drawer Bottoms; Cabinet Backs; Drawer Faces and Doors; Edges of shelves, drawers faces, and door faces. C. Softwood Plywood: PS 1; graded in accordance with AWI; core material of particleboard; species and cut as follows: ITEM: Underlayment D. Hardwood Plywood: PS 51; graded in accordance with AWI; core material of particleboard; type of glue recommended for application; face veneer and cut as follows: ITEM FACE SPECIES CUT Door and Drawer Fronts Birch Birch Drawer Construction White Pine Plain Sliced ® zo0p66 CJra {�arv, nrcnrtrt etVcts Inc. ARCHITECTURAL MILLWORK 06400 - 2 IInauthonze� pfic.,'. prohrbrtM' February 16. 2006 E. Supply components required for anchorage of fabrications. Fabricate anchors and related components of same material and finish as fabrication, except where specifically noted otherwise. 2.3 FINISHES A. Clean surfaces of rust, scale, grease, and foreign matter prior to finishing. B. Do not prime surfaces in direct contact with concrete or where field welding is required. C. Prime paint items with two coats. PART 3 EXECUTION 3.1 EXAMINATION 3.2 3.3 3.4 A. Verify that field conditions are acceptable and are ready to receive work. B. Beginning of installation means erector accepts existing conditions. PREPARATION A. Clean and strip primed steel items to bare metal where site welding is required. B. Supply items required to be cast into concrete or embedded in masonry with setting templates to appropriate sections. INSTALLATION A. Install items plumb and level, accurately fitted, free from distortion or defects. B. Allow for erection loads, and for sufficient temporary bracing to maintain true alignment until completion of erection and installation of permanent attachments. C. Field weld components indicated on shop drawings. D. Perform field welding in accordance with AWS D1.1. E. Obtain architect's approval prior to site cutting or making adjustments not scheduled. F. After erection, prime welds, abrasions, and surfaces not shop primed, except surfaces to be in contact with concrete. ERECTION TOLERANCES A. Maximum Variation From Plumb: 1/8 inch, unless otherwise noted. B. Maximum Offset From True Alignment: 1/8 inch, unless otherwise noted. END OF SECTION F, �°ko �@`� n a'Ye. P r Pg tee ' METAL FABRICATIONS 05500 - 3 February 16, 2006 2.3 2.4 2.5 2.6 2.7 2.8 ACCEPTABLE LAMINATE MANUFACTURERS A. Wilsonart Manufacturing. B. Formica. C. Nevamar. D. Substitutions: Under provisions of Section 01600. LAMINATE MATERIALS A. Plastic Laminate: NWMA LD 3, GP - 50 general purpose type; color as listed in plastic laminate schedule at the end of this section. ACCESSORIES A. Adhesive: FS MMM-A-130. Type recommended by laminate manufacturer to suit application. B. Fasteners: Size and type to suit application. C. Bolts, Nuts, Washers, Lags, Pins, and Screws: Of size and type to suit application. D. Computer Keyboard: Micro Computer Accessories, Inc. No. 620 with mouse tray No. 6295. E. Grommets and Sleeves: 2 inch round hole, similar to Valencia 44-N027384, black. HARDWARE A. Shelf Standards and Rests: K & V No. 255AN and 256AN. B. Drawer and Door Pulls: Stanley No. 4484. C. Catches: Stanley No. SP46. D. Drawer Slides: K & V No. 1429, full extension, 100 lb. rated. E. Drawer Lock and Key: Stanley, finish to match cabinet hardware. F. Hinges: Grass America No. 1203 with appropriate base plates. FINISHES A. Submit full range of manufacturer's finishes for selection by architect. B. Provide examples to architect of all finishes under consideration. FABRICATION A. All millwork is to be flush overlay construction per the Architectural Millwork Institute. B. Ship assembled casework for delivery to site in units easily handled and to permit passage through building openings. uoouo-99 % PPai oen proS,.9.51•'"` ARCHITECTURAL MILLWORK 06400 - 3 February 16. 2006 C. Fit shelves, doors, and exposed edges to have less than 1/16 inch gap in any joint. Exposed edges to have hardwood edges. D. Door and drawer fronts: 3/4 inch thick with hardwood edges. E. When necessary to cut and fit on site, provide materials with ample allowance for cutting. Provide trim for scribing and site cutting. All field cuts through laminate are to have two coats of adhesive in order to minimize laminate deterioration at plumbing fixtures. F. Apply plastic laminate finish in full uninterrupted sheets consistent with manufactured sizes. Make corners and joints hairline. Slightly bevel arrises. G. Cap exposed plastic laminate edges with material of same finish and pattern. H. Provide cutouts for grommets and sleeves, plumbing fixtures, inserts, appliances, outlet boxes, and other fixtures and fittings. Verify locations of cutouts from on -site dimensions. Seal contact surfaces of cut edges. I. All shelf standards are to be recessed flush with adjacent surface. All units with adjustable shelves, either open shelves or closed cabinets, are to have recessed metal standards. PART 3 EXECUTION 3.1 INSPECTION A. Verify adequacy and location of backings and support framing members that are concealed within walls. B. Beginning work constitutes acceptance of conditions. 3.2 HARDWARE A. Provide twenty-four (24) drawer lock and key assemblies, location of locks to be selected by owner. I 3.3 INSTALLATION A. Set and secure casework in place rigid, plumb, and level. B. Use purpose designed fixture attachments at concealed locations for wall mounted components. C. Carefully scribe casework which is against other building materials, leaving gaps of 1/32 inch maximum. Do not use additional overlay trim for this purpose. D. Secure cabinet and counter bases to floor using appropriate angles and anchorages. E. Do not cut hole for equipment cord grommet through counter top until unit is completely installed and approved. Actual locations of grommets will be verified by architect prior to cutting hole. See millwork elevations for general locations. F. Provide concealed grounds in all wall framing areas to receive wall and base cabinets, refer to Section 06100, Rough Carpentry. en2aulhor2fiff u'pAca io pro i 1 it ^� ARCHITECTURAL MILLWORK 06400 - 4 I February 16, 2006 3.4 ADJUSTING AND CLEANING A. Adjust doors, drawers, hardware, fixtures, and other moving or operating parts to function smoothly and correctly. B. Clean casework, counters, shelves, hardware, fittings, and fixtures. END OF SECTION �ns0u0ti6or zeBj pPe[Ion pro�hb iV,, 1nc ARCHITECTURAL MILLWORK 06400 - 5 February 16, 2006 SECTION 07105 DAMPPROOFING AND WATERPROOFING PART1 GENERAL 1.1 RELATED DOCUMENTS A. The Drawings, General Conditions, Supplementary General Conditions apply to the work in this Section. 1.2 WORK INCLUDED A. Work under this section includes providing and installation of waterproofing and/or dampproofmg. B. The following types are included under this section: 1. Waterproofing at sills, heads and elsewhere as detailed. 2. Spray applied masonry water repellent for brick masonry. 1.3 RELATED SECTIONS A. Section 04340 - Reinforced Unit Masonry System. B. Section 09900 - Painting. 1.4 SUBMITTALS A. Submit all types of waterproofing and dampproofmg to architect for approval before any materials are ordered; installation instructions are to be included in this submittal. B. Submit photographs of actual application of dampproofmg and waterproofing material on this job; include applicable evidence that products were applied as directed. 1.5 SAMPLE DAMPPROOFING APPLICATION A. Apply per manufacturer's instructions, to not less than 200 sq. ft. (per coat) of substrate material matching job conditions. B. Determine coverage rate for application. C. After treatment fully cures, water test to verify that repellent will repel moisture from surface. D. Verily that no surface stains or discoloration will result from application. 1.6 DELIVERY, STORAGE AND HANDLING A. Deliver to site in original sealed containers, clearly marked with manufacturer's name, brand name, and type of material. B. Comply with instruction for storage, shelf life, and handling. a�°horizeg% PI1 Ica weXP S.�6r�` , I.. DAMPPROOFING AND WATERPROOFING { 07105 - 1 February 16, 2006 1.7 ENVIRONMENTAL REQUIREMENTS A. Do not proceed under the following conditions: 1. If substrate contains frozen water. 2. In rain. 3. In high or gusty winds. 4. In ambient temperatures lower than 40 degrees F. B. Do not proceed with work if application will create a hazard to workers, owner's, employees that may be on the site, or to neighboring persons and property. 1.8 WARRANTY A. Each type of waterproofing and dampproofing shall be guaranteed against leakage of water, excessive deterioration, or otherwise failing to perform as required within the guarantee period, due to failure of materials or workmanship. The period of guarantee is for term of 5 years after acceptance of building by owner and architect. PART 2 PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Waterproofing: 1. W.R. Meadows, Inc. 2. Celotex. 3. Rubber and Plastic Compound Company. B. Dampproofmg: 1. W.R. Meadows, Inc. 2. Chemprobe Corporation. 3. Thoro Systems Incorporated. 2.2 MATERIALS A. Waterproofing shall be Nervastral Seal-Pruf HD, or equal, as manufactured by Rubber and Plastics Compound Company, Long Island, N.Y.; Gauge shall be 0.30, 3.3 oz/SF. B. Masonry water repellent shall be equal to PRIME-A-PELL 200, manufactured by Chemprobe Corporation. PART 3 EXECUTION 3.1 INSPECTION A. Proceed with waterproofmg and dampproofmg only after substrate construction and penetration work has been completed. Installer shall not commence his operations until all substrate and other conditions are acceptable to him for a satisfactory installation. B. Proceed with work under this heading only when weather conditions comply with manufacturer's recommendations. au° ^Pf�ai eXP Sr�6n`e`af, Inc DAMPPROOFING AND WATERPROOFING 07105 - 2 February 16, 2006 3.2 PREPARATION A. Verify surfaces to receive water repellent coatings are clean, free of efflorescence, oil, grease, or other foreign matter detrimental to application. B. Remove loose particles and foreign matter. Remove grease or oil with a solvent, effective alkaline cleaner, or detergent as instructed by coating manufacturer. Scrub surfaces with water. C. Allow surfaces to dry prior to application. 3.3 INSTALLATION A. All waterproofing and dampproofing products shall be applied in strict accordance with manufacturer's printed instructions. All surfaces shall be dry and compatible in every other way to provide a first-class dampproof installation. B. Waterproofing: Waterproofing at sills and similar type waterproofing requirements shall receive Nervastral, or equal, synthetic sheeting embedded in solid Nervaplas, or equal, cold applied mastic, minimum of one gallon to 40 sq. ft. of sheeting areas. Sheeting shall not be deformed to the extent to promote cracking. C. Dampproofing: All exterior surfaces of masonry shall be given one brush or spray coat of clear water repellent waterproofing applied in accordance with manufacturer's specific written directions. Care shall be taken to not over -run other adjacent materials. Special care should be taken to protect all glazing materials and similar products. 3.4 PROTECTION A. Protect adjacent surfaces not scheduled to receive coating. If applied on unscheduled surfaces, remove immediately by method approved by the manufacturer. 3.5 CLEANING A. Remove any over spray from adjacent materials not scheduled to receive dampproofmg and waterproofing. B. Completely restore adjacent surfaces to their condition prior to over spraying. END OF SECTION `_ j'2° a @`��P ..oXP.% ej..• I"` DAMPPROOFING AND WATERPROOFING 07105 - 3 February 16, 2006 SECTION 07213 BATT, BLANKET, AND RIGID INSULATION PART1 GENERAL 1.1 RELATED DOCUMENTS A. The Drawings, General Conditions, Supplementary General Conditions apply to the work in this Section. 1.2 RELATED WORK A. Provide rigid cavity wall type insulation at masonry construction and unfaced batt insulation at exterior stud walls where shown on the drawings. 1.3 RELATED SECTIONS A. Section 04340 - ReinforcedUnit Masonry System. B. Section 07105 - Dampproofmg and Waterproofing. C. Section 09511 — Suspended Acoustical Ceilings 1.4 QUALITY ASSURANCE A. Thermal Resistivity: Where thermal resistivity properties of insulation materials are designated by r-values they represent the rate of heat flow through a homogenous material exactly 1 inch thick, measured by test method included in referenced material standard or otherwise indicated. They are expressed by the temperature causing one BTU to flow through one square foot per hour at mean temperatures indicated. B. Fire Performance Characteristics: Provide insulation materials which are identical to those whose fire performance characteristics as listed for each material or assembly of which insulation is a part, have been determined by testing, per methods indicated below, by UL or other testing and inspecting agency acceptable to authorities having jurisdiction. C. Contractor shall be an established firm regularly engaged in installation of wall insulations for the past five years. 1.5 REFERENCE STANDARDS A. Surface Burring Characteristic: ASTM E 84. B. Fire Resistance Ratings: ASTM E 119. C. Combustion Characteristics: ASTM E 136. D. Thermal Performance: ASTM C653. E. Acoustical Performance: ASTM C665. �°hor�izeg"�up6cel,on pfoS,h6 te�.,'"` BATT, BLANKET, AND RIGID INSULATION 07213 - 1 February 16, 2006 1. 1.6 SUBMITTALS A. Submit manufacturer's specifications and installation instructions for each type of insulation required. Include data substantiating that materials comply with specified requirements. B. Certified Test Reports: With product data, submit copies of certified test reports showing compliance with specified performance values, including R-values (aged values for plastic insulations), densities, compression strengths, fire performance characteristics, perm ratings, water absorption ratings, and similar properties. 1.7 DELIVERY, STORAGE AND HANDLING A. Protect insulations from physical damage and from becoming wet, soiled, or covered with ice or snow. Comply with manufacturer's recommendations for handling, storage, and protection during installation. All materials damaged from above instances will not be used and will be disposed of properly from the site. PART 2 PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Batt Insulation: 1. Owens/Corning Corporation. 2. CertainTeed B. Substitutions: 1. In accordance with Section 01600. 2.2 MATERIALS A. Insulation above ceiling, installed on top of ceiling, shall be 3 inch FSK faced Batts with a minimum R-value of 11.0 at 75 degrees F mean temperature as indicated on the drawings. t Flame spread of 0-25, smoke developed of 50. B. Insulation in exterior stud walls to be Owens/Corning 3 inches FSK faced batts with a minimum R-value of 11.0 at 75 degrees F. mean temperature as indicated on the drawings. Flame spread of 0-25, smoke developed of 50. PART 3 EXECUTION 3.1 INSPECTION A. Inspect cavity wall surfaces for mortar spillings and outcroppings. Surfaces will be smooth prior to insulation installation. B. Installation procedures constitutes acceptance of the substrate. 3.2 INSTALLATION A. The installer must examine the substrate and the conditions under which the insulation work is to be performed and notify the contractor in writing of unsatisfactory conditions. Do not proceed with the insulation work until substrate is satisfactory. &d�fi0(IZW dllP ca". S.h6 gf: Ine BATT, BLANKET, AND RIGID INSULATION 07213 - 2 February 16, 2006 B. Comply with manufacturer's instructions for the particular conditions of installation in each case; including method of support or anchorage to the substrate, as appropriate for each application indicated. If printed instructions are not available or do not apply to the project conditions, consult the manufacturer's technical representative for specific recommendations before proceeding with the work. C. Extend insulation full thickness as shown over entire surface to be insulated. Cut and fit tightly around obstructions and fill voids with spray foam. D. Apply a single layer of insulation of the thickness indicated or the required thickness for the thermal value indicated, unless otherwise shown or required to make up the total thickness. E. Apply insulation units of the type shown to the substrate by the method indicated. If not otherwise indicated and except for units resting on horizontal surfaces, bond units to substrate with adhesive or use mechanical anchorage to provide permanent placement and support of units. Fn�au0t66CaBrrpprvneg progest ., Inc. END OF SECTION BATT, BLANKET, AND RIGID INSULATION d7213 - 3 February 16, 2006 SECTION 07465 PREFORMED METAL SIDING PART1 GENERAL 1.1 RELATED DOCUMENTS A. The Drawings, General Conditions, Supplementary General Conditions apply to the work in this Section. 1.2 WORK INCLUDED A. Prepare roof deck and substrates to receive metal surfaces. B. Provide and install metal roofing, flashing, coping and trim as shown and detailed on the drawings. C. Provide and install metal gutter as shown and detailed on the drawings. D. Provide and install metal panels to roof, walls and soffit panels as shown and detailed on the drawings. E. Installation of hat channel support shims, clips, fasteners, cleats, and other required devices. F. Applying flashings and sealants as shown on drawings and recommended by manufacturer. 1.3 RELATED SECTIONS A. Section 05500 - Metal Fabrications. B. Section 07610 - Sheet Metal Roofing. C. Section 07900 - Joint Sealers. 1.4 QUALITY ASSURANCE A. Obtain related materials from a single source. B. Applicator: 1. Acceptable to or licensed by manufacturer of primary roofing materials. 2. Work performed by firm with five years' minimum experience in successful installation of similar systems of project complexity. C. A pre -roofing conference shall be scheduled prior to beginning any work to the roof panels, roof deck, roof insulation, or support shims. Contractor shall give seven days' notice to the architect prior to scheduled conference. Contractor and related subcontractors shall attend conference. 1.5 SUBMITTALS A. Submit shop drawings in accordance with Section 01300. eU'�° ����Pp.'� . �661g Inc.PREFORMED METAL SIDING 07465 - 1 February 16, 2006 B. Submit shop drawings showing layout, dimensions, anchorage, supports and applicable details and accessories for the conditions indicated on the plans and drawings. C. Submit samples of all types of exposed metal finish materials, min. 24 inches long. D. Submit certification by manufacturer. 1.6 DELIVERY, STORAGE AND HANDLING A. Store felts and roof insulation on wood pallets or other similar raised surface. B. Do not allow materials to become wet or soiled. Remove wet, unsuitable, or damaged materials from project site. C. Store rolls on end. Deformed rolls or rolls with edge damage will be rejected. D. Do not store materials in or on building in such concentrations as to impose excessive stress on deck or structural members. E. Preformed metal shapes, components, and accessories shall be checked for moisture accumulation. If moisture is present, then items should be uncrated and wiped dry, then restacked and loosely covered so as to allow air to circulate between individual pieces and yet protect items from collecting deposits of foreign matter or incurring physical damage. All preformed metal shapes and components are to be checked again prior to installation. 1.7 WARRANTY A. Submit a 20 year written warranty signed by the manufacturer and contractor agreeing to replace roofing panels and accessories with fail in material and workmanship. Warranty shall include rupture, structural failure, faulty workmanship and perforation. PART 2 PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS AND FABRICATORS A. Walls: MBCI, FW-12-2, Architectural Wall Panels, 24 gauge, Signature 300 finish. B. Roof: MBCI, LokSeam, 16 inch width, 24 gauge, Signature 300 finish. C. Substitutions 1. Items of same function and performance are acceptable in accordance with Section 01600. 2.2 MATERIALS A. Prefinished metal gutters and downspouts: 1. Type: Rectangular type gutter as shown on drawings. 2. Material: 24 gauge. 3. Finish: pre -finished. 4. Conformance: ASTM A-792. B. Blocking and Shims: En��,ai;Hed' e. @TPtPREFORMED METAL SIDING r 07465 - 2 February 16, 2006 1. Types: a. Standard and field cut shapes. b. Zee or hat channel support shims. 2. Materials: a. Wolmanized lumber; see Section 06100: Roof Carpentry. b. Hat channel support shims; 1-1/4 inches, 16 gage sheet metal. C. Fasteners: 1. Types: Cups, cleats, rivets, anchors, expansion bolts as recommended by manufacturer. Roof panels must be anchored directly to support shims as shown on drawings. 2. Materials: Non -corrosive metals compatible with roof material. D. 30 pound felt moisture barrier ASTM D 2178. E. Miscellaneous Accessories: 1. Flashing Cement: ASTM D 2822. 2. Gaskets and sealants as recommended by manufacturer. 2.3 FABRICATION A. General: Fabricate and finish panels and accessories at the factory to greatest extent possible, by manufacturer's standard procedures and processes, and as required to fulfill indicated performance requirements which have been demonstrated by factory testing. Comply with indicated profiles and dimensional requirements, and with structural requirements. B. Forming: Custom-made fascia and flashing at curved walls shall be stretch wrap contoured by an acceptable fabricator to dimensions shown on the drawings, and not to exceed manufacturer's maximum allowable tolerances. Radii shall be achieved by uniformly distributed pleats as required. Cutting material to form radii is not acceptable. C. Water Penetration: No significant, uncontrolled leakage at 4 pounds per square foot pressure with spray test. D. Air Infiltration: 0.02 cfm per square foot for gross roof/wall areas, with 4 pounds per square foot differential pressure. E. Condensation: Fabricate panels for control of condensation, including vapor inclusion of seals and provisions for breathing, venting, weeping, and draining. PART 3 EXECUTION 3.1 INSPECTION A. Verify that work which penetrates roof deck has been completed and secured. B. Verify that roof deck surfaces are flush, clean, dry, and free of depressions or imperfections that exceed the manufacturer's allowable clearances for roof system installation. 3.2 PREPARATION A. Remove debris and matter detrimental to proper roof installation. `...a 8nsuthof2ize�%upficalioXpfollh�rlle' Inc. PREFORMED METAL SIDING 07465 - 3 February 16, 2006 j �- 3.3 3.4 3.5 B. Protect adjacent building surfaces prior to installation. INSTALLATION A. Moisture barrier: 1. Apply felts and bitumen over insulation or roof deck in strict accordance with manufacturer's instruction. 2. Shingling of the roof plies shall begin at low point of roof. B. Preformed metal panels, support shims, fascia and trim: 1. Prior to installing metal panels, install a rosin coated paper over base felt. 2. Set preformed metal shapes and trim flat and fasten to substrate as per manufacturer's recommendations. Periodic checks of panel alignment and flush placement of clips and anchors shall be required. 3. At the ridge an EPDM closure shall be placed behind a panel closure piece in a bed of sealant. 4. Metal pieces to field cut shall be cut on the ground. (Refer to metal fabrications Section 05500). Field cuts shall conform to the same standards as shop cuts. 5. Installer shall follow layout and dimensions carefully as indicated on the drawings. Avoid unhemmed edges, "oil canning", or telegraphing imperfections from substrate surfaces to the exposed roof panel surface. 6. Gutters and downspouts to be set plumb and level with EPDM liner continuous. 7. Carefully establish the required arc for support shims prior to installing roof panels. FIELD QUALITY CONTROL A. General: Comply with panel fabricator's and material manufacturer's instructions and recommendation for installation, as applicable to project conditions and supporting substrates. Anchor panels and other components of the work securely in place, with provisions for thermal/structural movement. B. Installation Tolerances: Shim and align panel units within installed tolerance of 1/4 inch in 20 feet on level/plumb/slope and location/line as indicated, and within 1/8 inch offset of adjoining faces and of alignment of matching profiles. ADJUSTING AND CLEANING A. Damaged Units: Replace panels and other components of the work which have been damaged or have deteriorated beyond successful repair by means of finish touch-up or similar minor repair procedures. B. Cleaning: Remove temporary protective coverings and strippable films (if any) as each panel is installed. Upon completion of panel installation, clean finished surfaces as recommended by panel manufacturer, and maintain in a clean condition during construction. END OF SECTION aLLt9 BT.'pkcarvoXP 5,,9fa`.,'"° PREFORMED METAL SIDING 07465 - 4 February 16, 2006 PARTI GENERAL 1.1 RELATED DOCUMENTS 1.2 1.3 1.4 1.5 1.6 SECTION 07610 SHEET METAL ROOFING A. The Drawings, General Conditions, and Supplementary General Conditions apply to the work of this Section.. SECTION INCLUDES A. Precoated galvanized steel roofing and associated flashings. This contract shall include all roofing material necessary to make roof system complete. B. This contract shall provide a warranty as described herein, to cover the entire roofing system. RELATED SECTIONS A. Section 06125 - Wood Deck. B. Section 07900 - Joint Sealers. C. Division 15 - Mechanical. SUBMITTALS A. Shop Drawings: Indicate material profile, jointing pattern, jointing details, fastening methods, flashings, termination, and installation details. B. Samples: Submit two samples, 12xl2 inch in size of each metal roofing profile, illustrating design, standing seam, external comer, ridge, material, color, and finish. QUALITY ASSURANCE A. Perform work in accordance with the following: 1. NRCA (National Roofing Contractors Association) - Roofing Manual. B. Installed metal roof system shall meet Underwriters Laboratories 90 Wind Uplift rating criteria. C. Metal roof components shall carry an Underwriters Laboratories Fire Resistance certificate. STORAGE AND HANDLING A. Stack preformed and prefinished material to prevent twisting, bending, or abrasion, and to provide ventilation. B. Care shall be maintained throughout the work to prevent overloading of the existing structure with concentrated piles of roofing materials, distribute material over roof such that excessive loading of the structure does not occur. U200b6 C 0.PPn a=,"d Ic�ts, Inc. nau[ ooze at* pro i a SHEET METAL ROOFING 07610 - 1 February 16, 2006 1.7 1.8 1.9 NOTIFICATION A. The architect shall set a date and time for a pre -roofing conference. Notify the architect at least five working days in advance of the date desired to start roofing operations in order to schedule conference. B. Roofing materials shall be reviewed by the architect at the job site during the pre -roofing conference. The roofing contractor shall have at least a portion of all materials to be used on the project available at the job site during the conference. CLEAN UP A. Roofing contractor shall exercise care to prevent scattering of debris during roofing operations. Paper wrappers, scrap felt, etc., shall be weighted to prevent blowing. B. No burning of debris will be permitted on the job site. Remove such debris from the site and haul to the public landfill area. WARRANTY A. Roofing contractor shall he approved by the accepted roofing manufacturer prior to commencement of roofing installation. B. Contractor shall arrange for such inspections as may be required by the roofing manufacturer as the work progresses. C. Upon completion, furnish to the owner a twenty year material warranty issued by the accepted roofing manufacturer. The contractor shall include in his bid the cost of such warranty. D. Upon completion, furnish to the owner a ten year weather tightness warranty issued by the accepted roofing manufacturer. The contractor shall include in his bid the cost of such warranty. E. The roof installer shall provide a certificate stating that the roof installer is recognized by the accepted roof manufacturer to install this type of roof system. PART 2 PRODUCTS 2.1 SHEET MATERIALS A. Fabricators: 1. MBCI. 2. Equal Manufacturers B. The metal panels listed below are based on MBCI so as to establish a minimum level of quality. Alternate products of equal quality will be considered, subject to the final approval of the architect. C. Roof panels to be equal to MBCI Lokseam, 16 inch width, 24 gauge, Signature 300 finish. D. Wall panels to be equal to MBCI Architectural Panels, FW-12-2, 24 gauge, Signature 300. ^aoi�plicaiweXp h6i07610 - 2g�agf' February 16, 2006 2.2 ACCESSORIES A. Fasteners: Finish exposed fasteners same as flashing metal. B. Damp Proofing: No. 30 asphalt saturated roofing felt. C. Underlayment: Wood as shown on drawings. D. Slip Sheet: Rosin sized building paper. E. Protective Backing Paint: FS TT-C-494, bituminous. F. Sealant: Type specified in Section 07900. G. Plastic Cement: ASTM D4586, Type I. 2.3 SHOP FABRICATION A. Form components true to shape, accurate in size, square, and free from distortion or defects. Form pieces in longest practical lengths. B. Fabricate cleats and starter strips of same material as sheet, interlockable with sheet. C. Hem exposed edges on underside, miter and seam corners. Fabricate vertical faces with bottom edge formed outward and hemmed to form drip. D. Form material with standing seam. E. Fabricate corners in one piece, long legs; seam for rigidity, seal with sealant. 2.4 FINISH A. Signature 300 Standard Colors. B. Colors to be selected from standard manufacturer's color chart. PART 3 EXECUTION 3.1 EXAMINATION AND PREPARATION A. Verify that roof openings, roof penetrations, cant strips, and reglets are in place, and that nailing strips are properly located. B. Verify that deck is dry and free of snow or ice. Verify that joints in wood deck are solidly supported and fastened. 3.2 INSTALLATION A. Conform to drawing details included in SMACNA manual. B. Install starter and edge strips and offset cleats per manufacturer's recommendations. a°r P .ary.XPo.a�i"''"` SHEET METAL ROOFING 07610 - 3 February 16, 2006 3.3 3.4 C. Cleat and seam all joints using a concealed fastening system. D. Use bedding compound for joints between metal and bitumen or metal and felts. E. Provide miscellaneous trim as designed in same material as roof. F. Back paint surfaces in contact with dissimilar materials. STANDING SEAM ROOFING A. Conform to current SMACNA and manufacturer's details. B. Provide cover battens of matching material where ribs turn from roof to eaves. C. Provide rake trim, ridge cover, and miscellaneous exposed flashing of matching material. D. Provide rivet heads, screw heads, and colored sealant matching roof material color. CLEAN-UP A. Remove all debris from construction site. B. Remove stains and dirt from panels. Damaged panels are to be removed and replaced with new matching panels. END OF SECTION a.°k"�e@"PafwaXP S,hg� I SHEET METAL ROOFING 07610 - 4 February )6, 2006 SECTION 07900 JOINT SEALERS PART1 GENERAL 1.1 RELATED DOCUMENTS A. The Drawings, General Conditions, Supplementary General Conditions apply to the work in this Section. 1.2 WORK INCLUDED A. Provide caulking in conjunction with interior painting operations and as otherwise indicated on drawings for interior caulking. B. Provide sealant where indicated on the drawings in conjunction with weather seals, and as otherwise noted. C. Perform all work required to complete the joint preparation, joint packing or filler, priming, caulking and sealing indicated by the drawings and specified herein. Furnish all supplementary items necessary. D. In fire rated partitions, install only fire resistant sealants. 1.3 RELATED SECTIONS A. Section 04340 - Reinforced Unit Masonry System. B. Section 08115 - Steel Doors and Frames. C. Section 09900 - Painting. 1.4 QUALITY ASSURANCE A. Applicator Qualifications: 1. Minimum two year's experience in applying sealants and approved by manufacturer. B. Manufacturer's Representative: 1. Arrange for technical representative to be on project site to advise installer of proper procedures and precautions for use of materials and to check installation. 1.5 REFERENCE STANDARDS A. FS TT-S-00230C, Type II Sealing Compound: Elastomeric Type, Single Component. B. FS TT-S-001543A Sealing compound: Silicone Rubber Base. C. FS TT-S-00227E, Type I, Class A Joint Sealant: Self Levelling. D. ASTM C834 Standard Specification for latex sealing compounds. aO°gge@j plca aegAr hge JOINT SEALERS 07900 - 1 February 16, 2006 1.6 SUBMITTALS A. Submit the following: 1. Product Data: a. Manufacturer's specifications, recommendations and installation instructions for sealant, backing, and related materials. 2. Samples: a. Color charts for selection by architect. b. Furnish samples of custom colors. 3. Certification: a. Letter of certification from manufacturer or certified test laboratory report that materials are chemically compatible with each other and with substrate. b. Letter from manufacture that certifies material's fire resistant qualities. C. When requested by the architect, submit samples of cured sealants and a 6 inch long sample of each type of joint backup. 1.7 DELIVERY AND STORAGE A. Deliver materials in unopened containers as packaged by the manufacturer. Store in a manner to protect materials from the weather. 1.8 WARRANTY A. Warrant, in writing, materials and workmanship against air and water leakage for a five-year period. B. Provide written warranty of materials fire resistance and accepted use in at least a one hour fire resistant assembly. PART 2 PRODUCTS 2.1 PRODUCTS A. Pecora Chemical corporation. B. Sonnebom Building Products. C. W.R. Grace and Company. D. General Electric Company. E. Products Research and Chemical Corporation. F. Substitutions: In accordance with Section 01600. 2.2 MATERIALS A. Polysulfrde (Type I): 1. Two-part conforming to FS TT-S-00227E, Class A, Type I (self -leveling) or Type 2 (nonsag) as recommended by manufacturer. 2. Color: As selected by architect. ��e ° '3.P'eat. �hgf., Inc.JOINT SEALERS 07900 ' 2 February 16, 2006 3. Acceptable products: a. Synthacalk GC-5, Pecora Corp. b. 350, PRC. C. Sonolastic, Sonnebom-Contech, Inc. B. Chlorosulfonated Polyurethane (Type 2) 1. One part conforming to FS TT-S-230C. 2. As selected by architect. 3. Acceptable products: a. Synthacalk, Pecora. C. Polyurethane (Type 3): 1. Two-part conforming to FS TT-S-0000227E, Class A, Type I or II. 2. Color: As selected by architect. 3. Acceptable products: a. NR-200, Pecora. b. No. 200, PRC. C. Sonolastic Paving Joint Sealant, Sonnebom-Contech. d. THC-900/901, Tremco. D. Polyurethane (Type 4): 1. One -part conforming to FS TT-S-000230C, Class A, Type II. 2. Color: Custom color as selected by architect. 3. Acceptable products: a. No. 6000, PRC. b. NP 1, Sonnebom - Contech. C. Dymonic, Tremco. E. Silicone (Type 5): 1. One part rubber based silicone conforming to FS TT-S-001543, Class A, Type I. 2. Color: Custom color as selected by architect. 3. Acceptable products: a. 790 Building Sealant, Dow Corning. b. Silproof, General Electric. C. Proglaze, Tremco. F. Acrylic, Solvent Cure (Type 6): 1. One -part, FS TT-S-00230. 2. Acceptable products: a. Unicrylic, Pecora. b. Permacryl, Schnee -Moorhead Chemicals, Inc. C. Mono, Tremco Manufacturing Company. G. Nondrying, Nonskinning (Type 7): 1. One -part sealing compound. 2. Acceptable products: a. GC-55, Noncuing, Goal Chemical. b. BR-96, Pecora. C. Curtain Wall Sealant, Tremco. -= H. Bitumen Impregnated Sealant (Type 8): 1. Precompressed bitumen impregnated foam joint sealant. 2. Size: As recommended by manufacturer for joint condition as rain seal. ��a°a°�ko�e@'�upf`cYe1l n prDirh6t, Inc. JOINT SEALERS 07900 - 3 February 16. 2006 3. Acceptable product: Emseal compressed, Emseal Corporation. I. Backer Rod: Closed cell expanded polyurethane or polyethylene "Denver" foam, compatible with sealant; sized and shaped to control depth of sealant; and to maintain 20 % to 50 % compression of material. J. Joint Cleaners and Primers: As recommended by sealant manufacturer. K. Bond Breaker: Pressure sensitive adhesive polyethylene tape. L. Masking Tape: Pressure sensitive adhesive paper tape. M. Sealant Tape: 1. Compressible adhesive -cohesive tape of cross -linked butyl polyisobutylene rubber that accommodates variations and movement, sized as necessary to allow for joint movement of + or - 25 2. Acceptable product: PTI 606, Protective Treatments, Inc. N. Expansion Joint Filler: 1. Closed cell polyethylene compatible with sealant. 2. Acceptable product: Sonoflex F, Sonneborn. 3. Fire resistant to be used in at least a one hour fire rating classification. 2.3 MIXING A. Mix components in accordance with manufacturer's recommendations. PART 3 EXECUTION 3.1 INSPECTION A. Examine all surfaces to receive sealant and report all conditions not acceptable. Installation shall be deemed as acceptance of the surface. 3.2 PREPARATION A. Clean all surfaces and joints thoroughly, removing all foreign matter, dust, oil, grease, water surface, dirt, frost, old caulking material, and previously applied paint or primer. B. Prime and prepare surfaces in strict accordance with sealant or caulk manufacturer's written instructions and recommendations. C. Remove loose mill scale from steel surfaces. Remove dirt, oil, or grease by solvent cleaning and wipe surfaces. All surfaces must be clean and dry. Any protective coating on building materials that will impair sealant bond shall be removed. 3.3 APPLICATION A. Sealants: 1. Follow sealant manufacturer's instructions regarding preparation, priming, application life, and application procedure. 2. Apply masking tape where required in continuous strips in alignment with joint edge. Remove tape immediately after joints have been sealed and tooled as directed. a�°h r�', @TPl�aryoXF^�h6nff Inc.JOINT SEALERS 07900 - 4 February 16. 2006 3. Apply sealant under pressure with gun having nozzle of proper size or other appropriate means. Provide sufficient pressure to completely fill joints. 4. Neatly point or tool sealant to provide proper contour. Use clean water -wet tool or tooling solution recommended by manufacturer when tooling white or light colored sealant. B. Caulking: 1. Caulking: Apply caulking joints before final coat of paint is applied to adjacent surface. Apply caulking with a pressure gun having a nozzle of proper size to fit joint. Completely fill joint and firmly tool against backing to make a smooth, convex bed, and assure good adhesion. Caulking shall develop a firm skin before paint is allowed. C. Joint Size: 1. Sealant and Caulking: Depth equal to 1/3 times joint width or as recommended by manufacturer. 3.4 CLEANING A. Remove excess caulking or sealant materials and smears from adjacent surfaces as work progresses. B. On non -porous surfaces excess uncured sealant shall be removed with a solvent moistened cloth immediately. On porous surfaces excess sealant should be allowed to cure overnight, then removed by lightly wirebrushing or sanding. All adjacent surfaces shall be clean and free from stains. C. Remove all debris resulting from these operations from the site. 3.5 SCHEDULE A. Interior and Exterior Joints Subject to Movement (Not Including Traffic): Type 1, 2, 4, or 5 at Contractor's option and as recommended by manufacturer for joint condition and sealant color. B. Interior and Exterior Horizontal Joints Subject to foot and Vehicular Traffic: Type 2, self - leveling. C. Interior Horizontal and Vertical Joint Not Subject to Movement (Not Including Traffic): Type 6. D. In contact with roofmg and waterproofing materials: Type 3 or 4, low modulus, unmodified. E. Unexposed window joints: Type 7. F. Interior fire resistant rating of at least a one hour rated assembly subjected to minimal movement: Type 2. G. Secondary seal and exterior brick expansion joint secondary seals: Type 8. END OF SECTION y� 6 H # G �uih"Cize@"ci�p8cai on pfo�h.grliea.'"` JOINT SEALERS 07900 - 5 February 16, 2006 SECTION 08115 STEEL DOORS AND FRAMES PART1 GENERAL 1.1 RELATED DOCUMENTS A. The Drawings, General Conditions, Supplementary General Conditions apply to the work of this Section. 1.2 WORK INCLUDED A. The extent of hollow metal doors and frames is shown on the drawings and schedules; all shall be custom hollow metal work. 1.3 RELATED SECTIONS A. Section 04340 - Reinforced Unit Masonry System. B. Section 05500 - Metal Fabrications. C. Section 07900 - Joint Sealers. D. Section 08115 — Steel Doors and Frames. E. Section 08700 - Finish Hardware. F. Section 09900 - Painting. 1.4 QUALITY ASSURANCE A. Provide hollow metal doors and frames manufactured by a single firm specializing in the production of this type of work. 1.5 REFERENCE STANDARDS A. In addition to other specified requirements, comply with Steel Door Institute "Recommended Specifications for Standard Steel Doors and Frames" (SDI-100), for the following classifications: 1. Exterior Doors: SDI-100, Grade III, extra heavy-duty, Model 2, Minimum 16-gauge faces. B. Comply with latest adopted version of the Texas Accessibility Standards and Americans with Disabilities Act. 1.6 SUBMITTALS A. With manufacturer's standard details and specifications for steel doors and frames, submit shop drawings showing application to project, as required. B. Provide a written warranty letter per Section 01700, 1.8, on business letterhead stating that installed door components comply with TAS and/or ADA. e.200 ko �e@'2�Pfce b� P 5,h6 ' STEEL DOORS AND FRAMES 08115-1 February 16, 2006 PART 2 PRODUCTS 2.1 ACCEPTABLE MANUFACTURER A. Hollow Metal: 1. Steelcraft/Div. American Standard Co. 2. Republic Builders Products Corp./Subs. Republic Steel. 3. Tex -Steel Corporation. 4. Hol-O-Met, Inc. 5. Superior Door and Sash Company. 6. Substitutions: In accordance with Section 01600. 2.2 MATERIALS A. Metal steel doors and frames; hot -rolled, pickled and oiled per ASTM A 569 and A 568; cold - rolled per ASTM A 366 and A 568. B. Exterior Doors: SDI-100, Grade III, extra -heavy duty, Model 2, Minimum 16-gauge faces. C. Anchors and Accessories: Manufacturer's standard units. Use galvanized items for units built into exterior walls, complying with ASTM A 153. 2.3 FABRICATION A. Fabricate units to be rigid, neat in appearance, and free from defects, warp or buckle. Weld exposed joints continuously, grind, dress, and make smooth, flush, and invisible. B. Prepare steel doors and frames to receive mortised and concealed finish hardware, including cutouts, reinforcing, drilling and tapping, complying with ANSI A 115 "Specifications for Door and Frame Preparation for Hardware". C. Reinforce units to receive surface -applied finish hardware to be field applied. D. Locate finish hardware as indicated or, if not indicated, per DHI "Recommended Locations for Builder's Hardware". E. Shop paint surfaces of doors and frame units, including galvanized surfaces, using manufacturer's standard baked -on rust -inhibitive primer. F. Doors: Comply with SDI-100, of the types and styles indicated, for materials quality, metal gauges, and construction details. G. Frames: Comply with SDI-100, of the types and styles indicated, for materials quality, metal gauges, and construction details. H. Provide standard hollow metal frames for doors, transoms, sidelights, borrowed lights, and other openings as indicated. Frames 6 feet wide and under shall be constructed of 16 gauge material. I. Prepare frames to receive 3 silencers on strike jambs of single -swing frames and 2 silencers of double -swing frames. e� ° �e11'��P1 aryoXpfo�hh6ng, Inc STEEL DOORS AND FRAMES 08115 -2 February 16, 2006 J. Provide 26 gauge steel plaster guards or mortar boxes, welded to frame, at back of hardware cutouts where installed in concrete, masonry or plaster openings. K. Protect inside faces of frames in plaster or masonry wall construction which are placed with anti -freeze additives, using high -build fibered asphalt emulsion coating. PART 3 EXECUTION 3.1 INSTALLATION A. Install hollow -metal units in accordance with manufacturer's instructions and final shop drawings. Fit doors to frames and floors with clearances specified in SDI-100. B. Finish hardware is specified in Section 08700. 3.2 ADJUST AND CLEANING A. Prime coat touch-up: Immediately after erection, sand smooth any rusted or damaged areas of prime coat and apply touch-up paint of compatible air -frying primer. B. Final adjustments: Check and readjust operating finish hardware items, leaving steel doors and frames undamaged and in complete and proper operating condition. END OF SECTION &,°r° o eg� p ,.aw pro`hh6 t , I"` STEEL DOORS AND FRAMES 08115 - 3 February 16, 2006 SECTION 08410 ALUMINUM ENTRANCES AND STOREFRONTS PARTI GENERAL 1.1 RELATED DOCUMENTS 1.2 1.3 1.4 1.5 1.6 A. The Drawings, General Conditions, and Supplementary General Conditions apply to the work of this Section. SECTION INCLUDES A. Aluminum doors, frames, and glazed lights. B. Glass. C. Door hardware. RELATED SECTIONS A. Section 04340 - Reinforced Unit Masonry System. B. Section 06400 - Architectural Millwork SYSTEM DESCRIPTION A. System performance to provide for expansion and contraction within system components caused by temperature cycling. B. Limit air leakage through assembly to 0.06 cfm/min/sq ft of wall area, measured at a reference differential pressure across assembly of 1.57 psf as measured in accordance with ASTM E283. C. Water Leakage: None, when measured in accordance with ASTM E331 with a test pressure difference of 2.86 lbf/sq ft. D. Design and size members to withstand dead loads caused by pressure and suction of wind. E. Drain water entering the framing system, to exterior. SUBMITTALS A. Shop Drawings: Indicate system and component dimensions; components within assembly; framed openings requirements and tolerances; anchorage and fasteners; glass and infills; door hardware requirements; and affected related work. WARRANTY A. Provide five year warranty under provisions of Section 01600 including coverage for insulated glass units. B. Provide a written warranty letter per Section 01700, 1.8, on business letterhead stating that installed door components comply with TAS and/or ADA. cnauihuroe@� Pai oen pro�hhd red`.• Inc. ALUMINUM ENTRANCES AND STOREFRONTS 08410 - 1 February 16, 2006 PART 2 PRODUCTS 2.1 MATERIALS A. Fabricators: 1. Kawneer: Trifab 450. a. Use 450 - 070 pivot mullions at non 90 degree corners. b. Use 451 - 011 intermediate frame. C. Use 451 - 110 steel insert for mullions. d. Use 450-067 outside corners. B. Extruded Aluminum: ASTM B221 alloy. C. Sheet Aluminum: ASTM B209. D. Sheet Steel: ASTM A446; galvanized. E. Steel Sections: Structural shapes to suit mullion sections; galvanized. F. Primer: Zinc chromate for shop application and field touch-up. G. Fasteners: Galvanized steel. H. Sealant and Backing Materials: As recommended by manufacturer. 2.2 GLASS AND GLAZING MATERIALS A. Glass and Glazing Materials: As specified in Section 08800 to the following type description: 1. Glass in Exterior Lights: '/a " Tempered, gray tint. 2.3 FABRICATION A. Fabricate doors and frames allowing for minimum clearances and shim spacing around perimeter of assembly. B. Accurately and rigidly fit and secure joints and comers, flush, hairline, and weatherproof. C. Arrange fasteners, attachments, and jointing to ensure concealment from view. D. Prepare components with internal reinforcement for door hardware and door operator hinge hardware. 2.4 FINISHES A. Exterior Aluminum Surfaces: Clear Anodized. B. Interior Aluminum Surfaces: Clear Anodized. C. Concealed Steel Items: Galvanize to 2.0 oz/sq ft. D. Apply bituminous paint to concealed aluminum and steel surfaces in contact with cementitious or dissimilar materials. e a00ko ��`� pluarrvion P%0,gV, Inc. ALUMINUM ENTRANCES AND STOREFRONTS 08410 - 2 February 16, 2006 PART 3 EXECUTION 3.1 EXAMINATION AND PREPARATION A. Verify that wall openings and adjoining air and vapor seal materials are ready to receive work of this section. 3.2 INSTALLATION A. Install doors, frames, glazing, hardware and flashings in accordance with manufacturer's instructions - AAMA - Metal Curtain Wall, Window, Store Front and Entrance - Guide Specifications Manual. B. Use anchorage devices to securely attach frame assembly to structure. C. Align assembly plumb and level and free of warp or twist. Maintain assembly dimensional tolerances and align with adjacent work. D. Coordinate attachment and seal of air and vapor barrier materials. Pack fibrous insulation in shim spaces at perimeter of assembly to maintain continuity of thermal barrier. E. Install hardware using templates provided. 3.3 TOLERANCES A. Variation from plane: 0.03 inches per foot maximum. END OF SECTION E a� g.2a ` Pf� ca oeXP S,nb �e ' ALUMINUM ENTRANCES AND STOREFRONTS 08410 - 3 February 16. 2006 SECTION 08700 FINISH HARDWARE PART 1 GENERAL . 1.1 RELATED DOCUMENTS A. The Drawings, General Conditions, Supplementary General Conditions apply to the work of this Section. 1.2 WORK INCLUDED A. Complete sets of hardware for all new doors. New hardware is to match existing hardware manufacturer, style, type, finish, and installation heights. B. Butts and hinges, locks and latch sets, closers, push/pulls, trim units, kick plates, silencers, and miscellaneous items required for a complete installation. C. Provide all items, articles, materials, operations or methods listed, mentioned or scheduled on the drawings and/or herein, including all labor, materials, equipment and incidentals necessary and required for their completion. Any item of finish hardware not specifically mentioned, but which is necessary for proper completion of the work shown on the Drawings shall be provided without additional cost to owner. Any omissions shall be called to the attention of the Architect prior to bid opening; otherwise the Drawings and Specifications will be considered complete. D. Exchange or replace all damaged existing door hardware with new hardware; no additional money shall be granted for such items. E. Exchange all existing door hardware that does not meet current Texas Accessibility Standards criteria with new hardware which does meet T.A.S. criteria; existing knobs replaced with levers of matching manufacturer and finish. 1.3 RELATED SECTIONS A. Section 06400 - Architectural Millwork. B. Section 08115 - Steel Doors and Frames. C. Section 8410 - Aluminum Windows. D. Section 08800 - Glazing. 1.4 REFERENCES A. ADA - Americans with Disabilities Act, 36 CFR. B. ANSI/NFPA 80 - Fire Doors and Windows. C. AWI - Architectural Woodwork Institute. Cinauihoa@`�uPf�aryaXP S,nbu`eg'"` FINISH HARDWARE 08700 - 1 February 16, 2006 1.5 1.6 D. BHMA - Builders' Hardware Manufacturers Association. E. DHI - Door and Hardware Institute. F. NAAMM - National Association of Architectural Metal Manufacturers. G. NFPA 101 - Life Safety Code. H. SDI - Steel Door Institute I. ANSI A115.2 - Door and Frame Preparation for Bored or Cylindrical Locks for 1-3/4 inch Doors. J. ANSI A115.9 - Door and Frame Preparation for Closer, Offset Hung, Single Acting. K. ANSI A156.1 - Butts and Hinges. L. ANSI A156.2 - Locks and Lock Trim. M. ANSI A156.4 - Door Controls (Closers). N. ANSI A156.6 - Architectural Door Trim. O. ANSI A156.7 - Template Hinges. COORDINATION A. Coordinate work of this section with other sections involving manufacturer of any internal reinforcement for door hardware. B. Hardware subcontractor shall examine the drawings and specifications to determine the extent of hardware quantities required. Should any particular door or item be omitted in any scheduled hardware group, provide such door or item with hardware similar to that required for similar conditions on the project. Locks, bolts, hinges, pulls, levers shown on the plans for non -factory manufactured cabinet and casework shall be included in the Division of Finish Hardware. C. When new hardware is to match an existing owner's standard, new shall match in every way so long as it does not violate Texas Accessibility Standards criteria. New door hardware shall comply with T.A.S. Contractor shall confirm what is owner's standard prior to ordering material. QUALITY ASSURANCE A. Manufacturers: Companies specializing in manufacturing door hardware with minimum three year's experience. B. Hardware Supplier: Company specializing in supplying commercial and institutional door hardware with five year's documented experience. C. Use adequate numbers of skilled workmen who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work of the section. ��a00k���`� n fare wn pro�hhbrtcled`' Inc. FINISH HARDWARE 08700 - 2 4 t } i 1 7 1 1 1 1 1 1 1 1 1 February 16, 2006 1.7 REGULATORY REQUIREMENTS A. Conform to applicable codes for requirements applicable to fire rated doors and frames. B. Conform to the applicable sections of Chapter 5 of NFPA 101. C. Conform to criteria stated in the most current edition of the Texas Accessibility Standards. 1.8 SUBMITTALS A. Submit schedule, shop drawings, and product data under provisions of Section 01300. Resubmittals will be required until complete architectural approval is obtained. B. Indicate location and mounting heights of each type of hardware. Show required mortising and internal reinforcing of metal products. C. Provide product data on specified hardware. D. Submit keying diagrams to show grandmaster, master, etc. level of hierarchy. E. Submit proposed replacement levers, finish, function, and example of new hardware that is replacing existing hardware. 1.9 OPERATION AND MAINTENANCE DATA A. Submit operation and maintenance data under provisions of Section 01700. B. Include data on operating hardware, lubrication requirements, and inspection procedures related to preventative maintenance. C. Lost or stolen hardware shall be the responsibility of the contractor. Replace all items lost or stolen with identical items at no cost to owner. 1.10 DELIVERY, STORAGE, AND HANDLING A. Package hardware items individually; label and identify package with door opening code to match hardware schedule. B. Protect hardware from theft by cataloging and storing in secure area. 1.11 MAINTENANCE MATERIALS A. Provide special wrenches and tools applicable to each different or special hardware component. B. Provide maintenance tools and accessories supplied by hardware component manufacturer. 1.12 WARRANTY A. Provide a written warranty per Section 01700, 1.8, on business letterhead stating that installed door components comply with TAS and/or ADA. a1°�� �e�`�upp ,au. oohguej.'°`. FINISH HARDWARE 08700 - 3 February 16, 2006 B. Provide warranties for all hardware furnished under this division to the general contractor for transmittal to the architect. Warranties shall be for a period of one (1) year (five [51 years for closer) from date of owner acceptance, against defects in material and workmanship of the merchandise. PART 2 PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Locksets and Latches: Sargent. B. Hinges: McKinney. C. Closers: Sargent. D. Exit Devices: Sargent. E. Kickplates, stops, and silencers: Trimco; Rockwood. F. Smoke seals: Pemko. G. All manufacturers shall match those currently being used by the City of Lubock. 2.2 STYLE A. All hardware components shall match throughout the facility in finish, style, and function. B. Provide a knurled grip or similar, acceptable texture on levers of doors leading to a potentially hazardous situation for a physically or visually challenged person; ie, mechanical rooms and stairs. 2.3 KEYING A. All cylinders are to be keyed alike or as instructed by the City of Lubbock. B. Supply two keys for each lock. C. Coordinate new keying system with owner. 2.4 FINISHES A. Finishes for new hardware are identified in the schedule at end of this section. Submit for architect's approval. B. Finishes for replacement of existing hardware is to match the existing finish. Submit for architect's approval. 2.5 EXIT DEVICES A. Sargent 8800 series, smooth mechanism case, designed for 1 1/4 " wood doors. B. Devices are intended for door openings without a mullion. aau�honze��upficeiioXproS,h6�ne�,'0c. FINISH HARDWARE 08700 - 4 February 16, 2006 C. Provide devices with concealed vertical rods. PART 3 EXECUTION 3.1 INSPECTION A. Verify that doors and frames are ready to receive work and dimensions are as indicated on shop drawings. B. Beginning of installation means acceptance of existing conditions. C. The Owner reserves the right to request and pay for an inspection by a representative of the referenced organization to determine that the work of this Section has been performed in accordance with the specified requirements. D. In the event such inspection determines that the work of this Section does not comply with the specified requirements, immediately remove the non -complying items and immediately replace them with items complying with the specified requirements, all at no additional cost to the Owner, and reimburse the Owner for the cost of the inspection. 3.2 INSTALLATION A. Install hardware in accordance with manufacturer's instructions and requirements of SDI, NAAMM, AWI, ANSI/NFPA 80, BHMA, DHI, and Texas Accessibility Standards. B. The contractor shall install all finished hardware plump, square, true and in accordance with the manufacturer's instructions, using the best practices as approved by architect. Hardware shall be fitted and operated prior to painting, then removed and painting completed before final installation. All hardware must be thoroughly cleaned, free from mars and blemishes and in perfect operating condition when turned over to the owner. Damaged or malfunctioning hardware will not be acceptable. C. No extra costs will be allowed to facilitate proper installation of any hardware. The general contractor shall be responsible for the proper fabrication of all materials and work to receive hardware. D. Finish hardware shall be furnished with all necessary screws, bolts, or other fastenings of suitable size use and long life and shall harmonize with the hardware as to material and finish. These fastenings shall be furnished where necessary with expansion shield, security bolts, toggle bolts or other approved anchors according to the material to which it is applied and recommended by the manufacturer. All hardware fastened to concrete shall be furnished with machine screws and lead shields. Extension flushbolts shall be edge mounted in all cases. Wrought box strikes shall be furnished where strikes are mortised into wood. Strikes shall have sufficiently extended lips where required to protect trim from being marred by latch -bolts, but no more than necessary. Strikes for pairs of doors shall have 1 " lips to center. All backsets of locks and latches shall be 2-3/4" from the door edge unless otherwise indicated. E. Hardware for fire doors shall conform to the requirements for NFPA 80 and NFPA 101. In case of conflict between the type of hardware specified in these specifications or the type required for fire protection, materials of equal quality and design required by NFPA, shall be furnished, at no additional cost to owner. --° &�8 o c�ha�,r�.P {aa weXP �{bg e Inc. FINISH HARDWARE 08700 - 5 February 16, 2006 d 3.3 HANDICAP ACCESSIBILITY PROVISIONS A. Door Hardware: Handles, levers, pulls, latches, locks, and other operating devices on accessible doors shall be mounted no higher than 48 inches above the floor or ground surface and shall have a shape that is easy to grasp with one hand and does not require tight grasping, tight pinching, or severe twisting to operate. The force required to activate door hardware shall be no greater than five lbf. Designs include lever -operated mechanisms, push -type mechanisms and U-shaped handles. When sliding doors are fully open, operating hardware shall be exposed and usable from both sides. Doors to hazardous areas such as loading platforms, boiler rooms, mechanical and electrical rooms, and to other areas that might be dangerous to a blind person, shall be made identifiable to the touch by a textured surface on the door handle, lever, pull or other operating hardware. This textured surface maybe made by knurling or roughening or by a material applied to the contact surface. Such textured surfaces shall not be provided for emergency exit doors or any doors other than those to hazardous areas. B. Door Closer: If a door has a closer, then the sweep period of the closer shall be adjusted so that from an open position of 90 degrees, the door will take at least three (3) seconds to move to an open position of approximately 12 degrees. C. Door Opening Force: The maximum force for pushing or pulling open a door shall comply with this paragraph. For hinged doors, the force shall be applied perpendicular to the door at the door opener or 30 inches from the hinged side, whichever is farther from the hinge. For sliding or folding doors, the force shall be applied parallel to the door at the door pull or latch. 1. Exterior hinged doors shall not exceed 8.5 IV. Slight increases in opening force shall be allowed where 8.5 lbf is insufficient to compensate for air pressure differentials. 2. Sliding doors, folding doors, and interior hinged doors shall not require a force exceeding five lbf. 3. Fire doors may be adjusted to meet the minimum opening force allowed by the governing authority or applicable building code. D. Thresholds: The height of any floor level change plus the height of any applied threshold at doorway sills shall no exceed 1/2" and shall be beveled with a slope no greater than 1" in 2". E. Conform to latest adopted version of the Americans with Disabilities Act and Texas Accessibility Standards criteria for positioning, operating, and opening force requirements. In case of conflict, materials of equal quality and design required by ADA or TAS shall be provided. 3.4 HARDWARE LOCATIONS A. Adjust any of the following heights, as required to maintain the existing standards established by the owner. B. Locks, latches: Finish floor to C/L of knobs, 40-5/16" C. Deadlocks: Finish to C/L of cylinder, 48" D. Push/Pull Plates: Finish floor to C/L of plate, 46" E. Flushbolts: C/L of bolt face to top (and bottom) edge of floor, 12" F. Exit Devices: Per template and installation instructions; Rails shall not conflict with door lites, mounting heights shall be adjusted to center exit rail on appropriate door rail. °�0 ��`��PfeaiwXP6`� `"° FINISH HARDWARE 08700 - 6 February 16, 2006 G. Closer, O/H Holders: Per template and installation instructions. H. Stops: To protect doors and hardware from contact with parts of the building or other conflicting doors. I. Butt Hinges: 1. Top anchor butt - per template instructions; 2. Top butt hinge - top edge of butt leaf to rabbet, 5" 3. Bottom butt hinge - bottom edge of butt leaf to finish floor, 10" 4. Intermediate butt hinge - equal distant between top and bottom butts. 3.5 ADJUSTMENT AND MAINTENANCE A. Within thirty (30) days after Owner Acceptance of the Project, the subcontractor shall meet with the Owner's maintenance foreman and thoroughly instruct him in the care and adjustment of all movable hardware furnished under this division. Provide him with a Manufacturer's Parts List for all locks, exits and closer, a Bound Care and Adjustment Manual, and an adjustment tool for each type of adjustable hardware. Included shall be a copy of an approved Hardware Schedule. 3.6 HARDWARE SCHEDULE PRESSBOX: HDW SET #1 DOOR #1P EACH TO HAVE: 3 EACH HINGES TA2714 - 4 1/2 X 4 1/2 US32 MCKINNEY 1 EACH LOCKSET 1005 LJ US32D SARGENT 1 EACH KICKPLATE 10" X 2" LDW US32 ROCKWOOD (interior face) 1 EACH STOP 409 US32 ROCKWOOD 1 SET GASKETING S88D BLACK PEMKO 1 EACH DOOR SHOE 216AV ALUM PEMKO 1 EACH THRESHOLD 270A ALUM PEMKO HDW SET #2 DOORS #2P and #3P EACH TO HAVE: 2 EACH HINGES TA2714 - 4 1/2 X 4 1/2 US32 MCKINNEY 1 EACH LOCKSET 1005 LJ US32D SARGENT 1 EACH GASKETING S88D BLACK PEMKO `- C,neuihoii'zffluplica[weXpro�hh6 ,I.., Inc. FINISH HARDWARE 08700 - 7 February 16, 2006 CONCESSION AND TOILETS: HDW SET #3 GATES #lCT and #3CT EACH TO HAVE: 3 EACH HINGES Balance of hardware by steel fabricator. HDW SET #4 DOORS #2CT EACH TO HAVE: TA2714 - 4 1h X 4 1/2 US32 3 EACH HINGES TA2714 - 4 1h X 4 1/2 1 EACH LOCKSET 1005 LJ 1 EACH STOP 409 3 EACH SILENCERS 1229A HDW SET #5 DOORS #4CT and #7CT EACH TO HAVE: 3 EACH HINGES TA2714 - 4 1/i X 4 1/2 1 EACH EXIT DEVICE 12-8813 ETL 1 EACH PULL/PLATE 110-RM302/70A (omit pull at Door #7, exit only) 1 SET GASKETING S88D 1 EACH KICKPLATE 10" X 2" LDW (interior face) 1 EACH CLOSER EB350-P9 X TB 1 EACH DOOR SHOE 216AV 1 EACH THRESHOLD 270A HDWE SET #6 DOORS #5CT and #6CT EACH TO HAVE: 3 EACH HINGES TA2714 - 4 1h X 4 1/2 1 EACH LOCKSET 1005 LJ 1 EACH CLOSER EB350-P9 X TB 1 SET GASKETING S88D 1 EACH DOOR SHOE 216AV 1 EACH THRESHOLD 270A US32 US32D US32 US32 US32D US32 BLACK US32 US32D ALUM ALUM US32 US32D US32D BLACK ALUM ALUM MCKINNEY MCKINNEY SARGENT ROCKWOOD TRIMCO MCKINNEY SARGENT ROCKWOOD PEMKO ROCKWOOD SARGENT PEMKO PEMKO MCKINNEY SARGENT SARGENT PEMKO PEMKO PEMKO 8nau�pwZe@`� Pf�airan o�,n6«e� ` FINISH HARDWARE 08700' 8 February 16, 2006 END OF SECTION "auuh��"H epd`` FINISH HARDWARE 08700 - 9 February 16, 2006 SECTION 08800 GLAZING PART1 GENERAL 1.1 RELATED DOCUMENTS A. The Drawings, General Conditions, Supplementary General Conditions apply to the work of this Section. 1.2 SECTION INCLUDES A. Glass and glazing for sections referencing this section for products and installation. 1.3 RELATED SECTIONS A. Section 07900 - Joint Sealers. B. Section 08410 - Aluminum Windows. 1.4 REFERENCES A. ANSI/ASTM E330 - Structural Performance of Exterior Windows, Curtain Walls, and Doors by Uniform Static Air Pressure Difference. B. ANSI Z97.1 - Safety Performance Specifications and Methods of Test for Safety Glazing Used in Buildings. C. ASTM C1036 - Flat Glass. D. ASTM C1048 - Heat -Treated Flat Glass - Kind HS, Kind FT Coated and Uncoated Glass. E. FGMA - Glazing Manual. F. FGMA - Sealant Manual. G. FS TT-C-00598 - Caulking Compound, Oil and Resin Base Type. H. FS TT-S-001657 - Sealing Compound, Single Component, Butyl Rubber Based, Solvent Release Type. I. FS TT-S-00230 - Sealing Compounds, Synthetic -Rubber Base, Single Component, Chemically Curing. J. FS TT-S-01543 - Sealing Compound, Silicone Rubber Base. K. FS TT-G-410 - Glazing Compound, Sash (Mental) for Back Bedding and Face Glazing (Not for Channel or Stop Glazing). L. Laminators Safety Glass Association - Standards Manual. °au°�o��i.�ai'Pfo`�hC` `"� GLAZING 08800 - 1 February 16, 2006 1.5 PERFORMANCE REQUIREMENTS A. Glass and glazing materials of the section shall provide continuity of building enclosure vapor and air barrier: 1. In conjunction with materials described in Section 07900. 2. Maintain continuous air and vapor barrier throughout glazed assembly from glass pane to heel bead of glazing sealant. B. Size glass to withstand dead loads and positive and negative live loads acting normal to plane of glass as calculated in accordance with 1985 U.B.C. in accordance with ANSI/ASTM E330. C. Limit glass deflection to 1/200 or flexure limit of glass with full recovery of glazing materials, whichever is less. 1.6 SUBMITTALS A. Submit under provisions of Section 01300. B. Product data on glass types specified: Provide structural, physical and environmental characteristics, size limitations, special handling, or installation requirements. C. Product data on glazing compounds: Provide chemical, functional, and environmental characteristics, limitations, special application requirements. Identify available colors. D. Samples: 1. Submit 2 inch long bead of glazing sealant, color as selected. 2. Submit 12" x 12" piece of each glass indicated. E. Manufacturer's installation instructions: Indicate special precautions required. F. Manufacturer's certificate: Certify that glass meets or exceeds specified requirements. 1.7 QUALITY ASSURANCE A. Perform work in accordance with FGMA Glazing Manual, FGMA Sealant Manual, SIGMA and Laminators Safety Glass Association - Standards Manual for glazing installation methods. 1.8 ENVIRONMENTAL REQUIREMENTS A. Do not install glazing when ambient temperature is less than 50 degrees. B. Maintain minimum ambient temperature before, during and 24 hours after installation of glazing compounds. 1.9 FIELD MEASUREMENTS A. Verify that field measurements are as indicated on the drawings. B. Actual site measurements are the responsibiity of the contractor. 1.10 COORDINATION On2005 t man �Eiarve� go.gtect65, Inc. au o up Ratio pro i rtea. GLAZING 08800 - 2 February 16, 2006 A. Coordinate work under provisions of Section 01040. B. Coordinate the work with glazing frames, wall openings, and perimeter air and vapor seal to adjacent work. 1.11 WARRANTY A. Provide five year manufacturer's warranty under provisions of Section 01700. B. Warranty: Include coverage for delamination of laminated glass and replacement of same. PART 2 PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. PPG Industries, Inc. B. Ford Glass Division C. ASG Industries D. Substitutions: Under provisions of Section 01600 2.2 MATERIALS — GLASS A. Tempered Glass — Tinted 1. Type: Fully tempered light. Equal to PPG Solar Gray. 2. Light Transmittance: 21 % 3. Light Reflectance: 35 % 4. Shading Coefficient: 0.45 5. Thickness: 1/4 inch 6. Conformance: ASTM 1048-85, Quality q3. 2.3 GLAZING COMPOUNDS A. Shall conform to ASTM C669 and as required by the glazing manufacturer. B. Butyl Sealant (Type GC-B): FS TT-S-001657; Shore A hardness of 10-20 black color; non - skinning. C. Acrylic Sealant (Type GC-C): FS TT-S-00230, Type II, Class A; single component; cured Shore A hardness of 15-25; color as selected. D. Polysulphide Sealant (Type GC-D): FS TT-S-00227, Glass A Type II; two component; cured Shore A hardness of 15-25; color as selected. E. Polyurethane Sealant (Tupe GC-E): FS TT-S-00230, Type II -non -sag, Class A; as recommended by the manufacturer. F. Silicone Sealant (Type GC-F): FS TT-S-01543, Class A; single component; chemical solvent curing; capable of water immersion without loss of properties; cured Shore A hardness of 15-25 color as selected. 66au°90 �98rau"PRca o^ P Sn6`VJ `m GLAZING 08800 - 3 February 16. 2006 2.4 GLAZING ACCESSORIES A. Setting Blocks: Neoprene, 80 - 90 Shore A durometer hardness, length of 0.1 inch for each square foot (25 mm for each square meter) of glazing or minimum 4 inch (100 mm) x width of glazing rabbet space minus 1/16 inch (1.5 mm) x height to suit glazing method and pane weight and area. B. Spacer Shims: Neoprene, 50 - 60 Shore A durometer hardness, minimum 3 inch (75 mm) long x one half the height of the glazing stop x thickness to suit application, self adhesive on one face. C. Glazing Tape: Preformed butyl compound with integral resilient tube spacing device; 10 - 15 Shore A durometer hardness; coiled on release paper; black color. D. Glazing Splines: Resilient polyvinyl chloride extruded shape to suit glazing channel retaining slot; color: black. E. Glazing Clips: Manufacturer's standard type. 2.5 SOURCE QUALITY CONTROL AND TESTS A. Provide testing and analysis reports of glass under provisions of Section 01400. a°ulhoi ie��u"Pf,cai on pratunrtel ., Inc. GLAZING 088t�0 - 4 February 16, 2006 PART 3 EXECUTION 3.1 EXAMINATION A. Verify prepared openings under provisions of Section 01040. B. Verify that openings for glazing are correctly sized and within tolerance. C. Verify that surfaces of glazing channels or recesses are clean, free of obstructions, and ready to receive glazing. 3.2 PREPARATION A. Clean contact surfaces with solvent and wipe dry. B. Seal porous glazing channels or recesses with substrate compatible primer or sealer. C. Prime surfaces scheduled to receive sealant. D. Remove all evidence of existing putty glazing from existing steel frames scheduled to be reglazed. 3.3 INSTALLATION A. General: Comply with referenced FGMA standards and instructions of manufacturers of glass, glazing sealants, and gaskets, to achieve airtight and watertight performance, and to minimize breakage. B. Protect glass from edge damage during handling and installation. Inspect glass during installation and discard pieces with edge damage that could affect glass performance. C. Set units of glass in each series with uniformity of pattern, draw, bow and similar characteristics. 3.4 CLEANING A. Clean work under provisions of Section 01700. B. Remove glazing materials from finish surfaces. C. Remove labels after work is complete. D. Clean glass. 3.5 PROTECTION OF FINISHED WORK A. Protect finished work under provisions of Section 01500. w B. After installation, mark pane with an 'X' by using removable plastic tape or paste. Do not mark heat absorbing or reflective glass units. C. Protect glass from contact with contaminating substances resulting from construction operations. "a00g" &a@`� vfiea"oXP i,'�elfi Inc. GLAZING 08800 - 5 L-> February 16. 2006 u E If, despite such protection, contaminating substances do come into contact with glass, remove immediately by method recommended by glass manufacturer. Remove and replace glass which is broker, chipped, cracked, abraded or damaged in other ways during construction period, including natural causes, accidents and vandalism. END OF SECTION .2�00 ��@`2"pi �al,on p LP'grj... GLAZING 08800 - 6 February 16, 2006 SECTION 09900 PAINTING PART1 GENERAL 1.1 RELATED DOCUMENTS A. The Drawings, General Conditions, Supplementary General Conditions apply to the work of this Section. 1.2 WORK INCLUDED A. Surface preparation. B. Surface finish schedule. 1.3 RELATED SECTIONS A. Section 05500 - Metal Fabrications. B. Section 04340 - Reinforced Unit Masonry System C. Section 08115 - Steel Doors and Frames. 1.4 REFERENCES A. ANSI/ASTM D16 - Definitions of Terms Relating to Paint, Varnish, Lacquer, and Related Products. B. ASTM D2016 - Test Method for Moisture Content of Wood. C. SSPC - SP1 - Solvent Cleaning D. SSPC - SP2 - Hand Tool Cleaning 1.5 DEFINITIONS A. Conform to ANSI/ASTM D16 for interpretation of terms used in this section. 1.6 QUALITY ASSURANCE A. Product Manufacturer: Company specializing in manufacturing quality paint and finish products with five years experience. B. Applicator: Company specializing in commercial painting and finishing with three years documented experience. C. Flame Spread: Interior finishes must meet Class II flame spread, 26-75 index, or less. Una1.10ho �e@'"Pf�an'.XPro`hh6 ie.•'"` PAINTING 09900 - 1 February 16, 2006 1.7 SUBMITTALS A. Provide product data on all finishing products. B. Submit samples under provisions of Section 01300. C. Submit two samples 6 x 6 inch in size illustrating range of colors and textures available for each surface finishing product scheduled, after color selection. D. Submit manufacturer's application instructions under provisions of Section 01300. E. Certify that material installed on this project does not contain insecticide, mildewcide, and no more than 0.06 percent lead. 1.8 FIELD SAMPLES A. Provide one field sample panel, 12 inches long by 12 inches wide, illustrating special texture, and finish. B. Accepted sample may not remain as part of the work. 1.9 DELIVERY, STORAGE, AND HANDLING A. Deliver products to site under provisions of Section 01600. B. Store and protect products under provisions of Section 01600. C. Deliver products to site in sealed and labelled containers; inspect to verify acceptance. D. Container labelling to include manufacturer's name, type of paint, brand name, brand code, coverage, surface preparation, drying time, cleanup, color designation, and instructions for mixing and reducing. E. Store paint materials at minimum ambient temperature of 45' F and a maximum of 90° F, in well ventilated area, unless required otherwise by manufacturer's instructions. F. Take precautionary measures to prevent fire hazards and spontaneous combustion. 1.10 ENVIRONMENTAL REQUIREMENTS A. Provide continuous ventilation and heating facilities to maintain surface and ambient temperatures above 55' F for 24 hours before, during, and 48 hours after application of finishes, unless required otherwise by manufacturer's instructions. B. Do not apply exterior coatings during rain or snow, or when relative humidity is above 50 percent, unless required otherwise by manufacturer's instructions. C. Minimum Application Temperatures for Latex Paints: 55° F for interiors; 65° F for exterior; unless required otherwise by manufacturer's instructions. D. Minimum Application Temperature for Varnish Finishes: 65' F for interior or exterior, unless required otherwise by manufacturer's instructions. ��°a@`2 Pf�a[weXP S,h6�' PAINTING 09900 - 2 February 16, 2006 E. Provide lighting level of 50 footcandles measured mid -height at substrate surface. 1.11 EXTRA STOCK A. Provide two gallon containers of each color and surface texture to owner. B. Label each container with color, texture, and room locations in addition to the manufacturer's label. PART 2. PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS - PAINT A. Glidden Coatings and Resins Division of SCM Corporation. B. PPG Industries, Inc. Coatings and Resins Division. C. Kelly -Moore Paint Co., Inc. D. Sherwin Williams Company. E. Monarch Paint Company. F. Substitutions: Under provisions of Section 01600. 2.2 MATERIALS A. Coatings: Ready mixed, except field catalyzed coatings. Process pigments to a soft paste consistency, capable of being readily and uniformly dispersed to a homogeneous coating. B. Coatings: Good flow and brushing properties; capable of drying or curing free of streaks or sags. C. Accessory Materials: Linseed oil, shellac, turpentine, paint thinners, and other materials not specifically indicated but required to achieve the finishes specified, of commercial quality. 2.3 FINISHES A. Refer to schedule at end of section for surface finish schedule. PART 3 EXECUTION 3.1 INSPECTION A. Verify that surfaces are ready to receive work as instructed by the product manufacturer. B. Examine surfaces scheduled to be finished prior to commencement of work. Report any condition that may potentially affect proper application. C. Measure moisture content of surfaces using an electronic moisture meter. Report any condition that may potentially affect proper application. 1. Plaster and Gypsum Wallboard: 12 percent. 2. Masonry, Concrete, and Concrete Unit Masonry: 12 percent. 8� °k @'��P1 al;o,YP S,�I;n`e` Inc. PAINTING 09900 - 3 February 16, 2006 3. Interior Located Wood: 15 percent, measured in accordance with ASTM D2016. 4. Exterior Located Wood: 12 percent, measured in accordance with ASTM D2016. D. Beginning of installation means acceptance of existing surfaces. 3.2 PREPARATION A. Remove electrical plates, hardware, light fixture trim, and fittings prior to preparing surfaces or finishing. B. Correct minor defects and clean surfaces which affect work of this section. C. Shellac and seal marks which may bleed through surface finishes. D. Impervious Surfaces: Remove mildew by scrubbing with solution of tri-sodium phosphate and bleach. Rinse with clean water and allow surface to dry. E. Gypsum Board Surfaces: Latex fill minor defects. Spot prime defects after repair. F. Galvanized Surfaces: Remove surface contamination and oils and wash with solvent. Apply coat of etching primer. G. Concrete and Unit.Masonry Surfaces Scheduled to Receive Paint Finish: Remove dirt, loose mortar, scale, salt or alkali powder, and other foreign matter. Remove oil and grease with a solution of tri-sodium phosphate; rinse well and allow to dry. Remove stains caused by weathering of corroding metals with a solution of sodium metasilicate after thoroughly wetting with water. Allow to completely and thoroughly dry. H. Plaster Surfaces: Fill hairline cracks, small holes, and imperfections with latex patching plaster Make smooth and flush with adjacent surfaces. Wash and neutralize high alkali surfaces. I. Uncoated Steel and Iron Surfaces: Remove grease, scale, dirt and rust. Where heavy coatings of scale are evident, remove by wire brushing or sandblasting; clean by washing with solvent. Apply a treatment of phosphoric acid solution, ensuring weld joints, bolts, and nuts are similarly cleaned. Spot prime paint after repairs. J. Shop Primed Steel Surfaces: Sand and scrape to remove loose primer and rust. Feather edges to make touch-up patches inconspicuous. Clean surfaces with solvent. Prime bare steel surfaces. Prime metal items including shop primed items. K. Interior Wood Items Scheduled to Receive Finish: Wipe off dust and grit prior to priming. Seal knots, pitch streaks, and sappy sections with sealer. Fill nail holes and cracks after primer has dried; sand between coats. L. Concrete Paving Scheduled to Receive Paint Finish: Remove foreign particles to permit adhesion of finishing materials. M. Hollow Metal Doors Scheduled for Painting: Seal top and bottom edges with primer. 3.3 PROTECTION A. Protect elements surrounding the work of this section from damage or disfiguration. a�°9a6� Pia o P �h6`J'"` PAINTING 09900 - 4 Febmary 16, 2006 B. Repair damage to other surfaces caused by work of this section. C. Furnish drop cloths, shields and protective methods to prevent spray or droppings from disfiguring other surfaces. D. Remove empty paint containers from site. 3.4 APPLICATION A. Apply products in accordance with manufacturer's instructions. B. Do not apply finishes to surfaces that are not dry. C. Apply each coat to uniform finish. D. Apply each coat of paint slightly darker than proceeding coat unless otherwise approved. E. Sand lightly between coats to achieve required finish. F. Allow applied coat to dry before next coat is applied. G. Where clear finishes are required, tint fillers to match wood. Work fillers into the grain before set. Wipe excess from surface. H. Prime back surfaces of interior and exterior woodwork with primer paint. I. Prime back surfaces of interior woodwork scheduled to receive stain or varnish finish with gloss varnish reduced 25 percent with mineral spirits. J. Apply new paint as specified on new and renovated existing surfaces. The entire renovated surface shall be painted, not just the repaired portion. Renovated surfaces shall be painted from floor to ceiling, corner to comer, or break in surface plane. K. Repainting the entire surface (new, renovated, or existing): shall be required if the surface is damaged by construction activities. The architect will make the final determination. 3.5 FINISHING MECHANICAL AND ELECTRICAL EQUIPMENT A. Refer to Section 15 and Section 16 for schedule of color coding and identification banding of equipment, ductwork, piping and conduit. B. Paint shop primed equipment. C. Prime and paint insulated and exposed pipes, conduit, boxes, insulated and exposed ducts, hangers, brackets, collars and supports, except where items are prefmished. D. Replace identification markings on mechanical or electrical equipment when painted accidently. E. Paint interior surfaces of air ducts, that are visible through grilles and louvers with one coat of flat black paint, to limit of sight line. Paint dampers exposed behind louvers, and grilles, to match face panels. F. Paint exposed conduit and electrical equipment occurring in finished areas. �} a100( Chaptn P arvevP htect Inc. GnautFwr,zeU tlu ficattea rai„6neJ PAINTING 09900 - 5 I- L-1 February 16. 2006 NR 3.7 3.8 G. Paint both sides and edges of plywood backboards for electrical and telephone equipment before installing equipment. H. Color code equipment, piping, conduit, and exposed ductwork in accordance with requirements indicated. Color band and identify as required. I. Replace electrical plates, hardware, light fixture trim, and fittings removed prior to finishing. CLEANING A. As work proceeds, promptly remove paint where spilled, splashed, or spattered. B. During progress of work, maintain premises free of unnecessary accumulation of tools, equipment, surplus materials, and debris. C. Collect cotton waste, cloths, and material which may constitute a fire hazard, place in closed metal containers, and remove daily from site. SCHEDULE - SHOP PRIMED ITEMS FOR SITE FINISHING A. Metal Fabrications (Section 05500): Steel Bollards; Steel Channel Frame for Canopy. B. Grating & Floor Plates (Section 05530): Sidewalk Grate & Frame. SCHEDULE OF PAINTING A. The kinds and brands of paint and number of coats required on the various surfaces shall be those listed below. The types of paint are identified with Pittsburg Paint or Sherwin Williams numbers. B. The owner and architect shall select color, tint, and sheen from manufacturer's standard color chart. C. Exterior and Interior Metal: 1. First Coat: PPG 6-6 Speedhide enamel undercoat 2. Second Coat: PPG 6-252 Series Speedhide enamel 3. Third Coat: PPG 6-252 Series Speedhide enamel D. Interior Wood: For paint finish 1. First Coat: PPG 6-6 Speedhide enamel undercoat 2. Second Coat: PPG 6-90 Series low sheen enamel 3. Third Coat: PPG 6-90 Series low sheen enamel E. Interior Wood: For transparent finish 1. First Coat: Rez 77 line semi -transparent stain 2. Second Coat: PPG Speedhide 6-10 sanding sealer 3. Third Coat: PPG Lo-sheen varnish or flat lacquer 4. Fourth Coat: PPG Lo-sheen varnish or flat lacquer F. Gypsum Board Walls and Ceilings 1. First Coat: PPG 6-2 Speedhide drywall sealer 2. Second Coat: PPG 6-510 Speedhide acrylic latex enamel �4 peg' "P,'a.7p %,bn ` PAINTING 09900 - 6 February 16, 2006 3. &200 onieg�uplrcauon p Ljg&c Third Coat: PPG 6-510 Speedhide acrylic latex enamel PAINTING 09900 - 7 February 16, 2006 G. Galvanized Metal 1. First Coat: PPG 6-209 galvanized steel primer 2. Second Coat: PPG 6-252 Series Speedhide enamel 3. Third Coat: PPG 6-252 Speedhide enamel H. Concrete and Asphalt Pavement 1. First Coat: PPG Traffic & Zone Marking Paint, 1L Line yellow unless noted otherwise. 2. Second Coat: PPG Traffic & Zone Marking Paint, accessible parking zones to recieve a second coat. I. Concrete Unit Masonry 1. First Coat: SW ProMar B25 Block Filler 2. Second Coat: SW A-100 Satin Latex A82 3. Third Coat: SW A-100 Satin Latex A82 J. Concrete Walks 1. First Coat: PPG Traffic & Zone Marking Paint, blue unless noted otherwise. Accessible ramps and sloped walks. END OF SECTION ^006 Cha an�{arvev Ar h� V Inc. PAINTING 09900 - 8 nauthor¢e��upficauon pro�hi�ned`: