HomeMy WebLinkAboutResolution - 4395 - Contract - Tommy Klein Construction - Vehicle Wash System Renovation - 02_24_1994Resolution No. 4395
_ February 24, 1994
Item #18
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock BE and is hereby authorized and directed to
execute for and on behalf of the City of Lubbock a Contract and all related documents by and
between the City of Lubbock and Tommy Klein Construction of Lubbock, Texas, to furnish and
install all materials as bid for the Vehicle Wash System Renovation for the City of Lubbock,
which contract is attached hereto, which shall be spread upon the minutes of the Council and as
spread upon the minutes of this Council shall constitute and be a 'part of this Resolution as if fully
copied herein in detail.
Passed by the City Council this 24th day of FPhruary 1994.
ATTEST:
tty son, Vity Secretary
PROVED AS TO CONTENT:
Victor KffmankPurchasing Manager
AS TO FORM:
Assistant City Attorney
DGV:dp\G:lecdocsW a irtRes
Febroary 15, 1994
pe� qw'�)
CITY OF LUBBOCK
SPECIFICATIONS FOR
VEHICLE WASH SYSTEM RENOVATION
BID #12822
CITY OF LUBBOCK
Lubbock, Texas
r'.
CITY OF LUBBOCK
REQUEST FOR BIDS
FOR
TITLE: VEHICLE WASH SYSTEM RENOVATION
ADDRESS: LUBBOCK, TEXAS
BID NUMBER: 12822
PROJECT NUMBER: 1491-552101-9955
CONTRACT PREPARED BY: PURCHASING DEPARTMENT
INDEX
1. NOTICE TO BIDDERS
2. GENERAL INSTRUCTIONS TO BIDDERS
3. BID PROPOSAL - BID FOR LUMP SUM CONTRACTS
4. PAYMENT BOND
S. PERFORMANCE BOND
6. CERTIFICATE OF INSURANCE
7. CONTRACT
8. GENERAL CONDITIONS OF THE AGREEMENT
9. CURRENT WAGE DETERMINATIONS
10. SPECIFICATIONS
11. SPECIAL CONDITIONS
12. NOTICE OF ACCEPTANCE
NOTICE TO BIDDERS
r
NOTICE TO BIDDERS
BID 012822
Sealed bids addressed to Ron Shuffield, Senior Buyer, City of Lubbock, Texas, will be received at the
office of the Purchasing Manager, Municipal Bldg., 1625 13th St., Room L-04, Lubbock, Texas, 79401, until 2:00
r ' o'clock p.m, on the 3rd day of February,1994, 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:
j VEHICLE WASH SYSTEM RENOVATION
After the expiration of the time and date above first written, said sealed bids will be opened by the Buyer
at his office and publicly read aloud.
It is the sole responsibility of the bidder to insure that his bid is actually in the office of Purchasing
Manager for the City of Lubbock, prior to the expiration of the date above first written.
The City of Lubbock will consider the bids on the 24th day of February, 1994, 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 and payment bond in accordance with Article 5160, Vernon's Ann. Civil St., in the amount of
100% of the total contract price in the event that said contract price exceeds $25,000.00. Said statutory bonds
should be issued by a company carrying a current Best Rating of B or superioras the rating of the bond company
is a factor that will be considered in determination of the lowest responsible bidder. If the contract price does not
exceed $25,000.00 the said statutory bonds will not be required.
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 proposal bond from a reliable surety
company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total
amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds (if
required) within 10 days after notice of award of the contract to him.
It shall be each bidders sole responsibility to inspect the site of the work and to inform himself regarding
all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have
been thoroughly investigated and considered in the preparation of the bid submitted.
The plans, specifications, proposal forms and contract documents may be examined at the office of the
Purchasing Manager for the City of Lubbock, Lubbock, Texas.
Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages
included in the contract documents on file in the office of the Purchasing Manager of the City of Lubbock, which
document is specifically referred to in this notice to bidders. Each bidder's attention is further directed to provision
* , of Article 5159a, Vernon's Ann. Civil St., and the requirements contained therein concerning the above wage scale
and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage
scale.
r--
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.
There will be a pre -bid conference on 26th day of January, 1994, at 10:00 o'clock a.m., in the Citibus
Conference Room, 801 Texas Avenue, Lubbock, Texas.
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 Purchasing Department
at (806) 767-2167 (Monday -Friday, 8:00 - 5:00 p.m.) or 1625 13th Street Room L-04 at least 48 hours in advance
of the meeting.-
CITY OF LUBBOCK
4Shueld
SENIOR BUYER
0
ADVERTISEMENT FOR BIDS
BED # 12822
Sealed bids addressed to Ron Shuffield, Senior Buyer, Purchasing Department, City of Lubbock,
Texas, will be received at the Purchasing Office, Municipal Building, 1625 13th Street, Room L-04,
Lubbock, Texas, 79401 until 2:00 o'clock n.m. on the 3rd day of February.1994, 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:
VEHICLE WASH SYSTEM RENOVATION
After the expiration of the time and date above first written, said sealed proposals will be opened
in the office of the Buyer and publicly read aloud.
The plans, specifications, proposal forms and contract documents may be examined at the office
of the Purchasing Manager for the City of Lubbock, Texas.
Attention of each bidder is particularly called to the Schedule of General Prevailing Rate of Per
Diem Wages included in the contract documents on file in the office of the Purchasing Manager of the
City of Lubbock, Texas. Each bidder's attention is further directed to the provisions of Article 5159a,
Vernon's Ann. Civil St., and the requirements contained therein concerning such wage scales and
payment by the contractor of the prevailing rates of wages as heretofore established by the City of
Lubbock.
The City of Lubbock hereby notifies all bidders that in regard to arty 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.
There will be a prebid conference on the 26th day of January, 1994, at 10:00 a.m., in the
Citibus Conference Room, 801 Texas Avenue, Lubbock, Texas.
The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock
rebid meetings and bid openings are available to all p g pe ' gs 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
Purchasing Department at (806)167-2167 (Monday -Friday, 8:00 - 5:00 p.m.) or 1625 13th Street, Room
L-04 at least 48 hours in advance of the meeting.
GENERAL INSTRUCTIONS TO BIDDERS
GENERAL INSTRUCTIONS TO BIDDERS
SCOPE OF WORK
The contractor shall furnish all labor, superintendence, machinery, equipment and all materials necessary to complete this
project in accordance with contract documents for the VEHICLE WASH SYSTEM RENOVATION.
2. CONTRACT DOCUMENTS
All work covered by this contract shall be done in accordance with contract documents described in the General Conditions.
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.
3. PLANS FOR USE BY BIDDERS
It is the intent of the City of Lubbock that all parties with an interest in submitting abid on the project covered by the
contract documents be given a reasonable opportunity to examine the documents and prepare a bid without charge of
forfeiture of deposit. The contract documents, may be examined without charge as noted in the Notice to Bidders.
4. TIME AND ORDER FOR COMPLETION
The construction covered by the contract documents shall be fully completed within 120 (One Hundred Twenty)
consecutive calendar days from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful
bidder.
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 insure completion of the project within the time specified.
5. PAYMENT
All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract
documents.
6. 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
r— affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by
i
w the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been
notified.
7. 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
r" 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.
P"
8. GUARANTEES
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).
9. 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.
10. 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 proposed
contract and all work in progress with bond amounts and percentage completed.
(b) A swom statement of the current financial condition of the bidder.
(c) Equipment schedule.
11. TEXAS STATE SALES TAX
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.
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.
12. 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.
13.. 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
i
1,
and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date
of issuance to Contractor of City's certificate of acceptance of the project.
r�
t,
14. EXPLOSIVES
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
r" further use only such methods as are currently utilized by persons, firms, or corporations engaged in similar type of
construction activity.
71 Explosive materials shall not be stored or kept at the construction site by the Contractor.
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.
15. 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.
16. 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) 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 insurance certificates furnished shall name the City as an additional insured and shall further state that all
subcontractors are named as additional insureds, 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.
17. LABOR AND WORKING HOURS
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 which must be paid on this project shall not be less than specified in the schedule of
general prevailing rates of per diem wages as above mentioned. The bidders' attention is further directed to the
requirements of Article 5159a, Vernon's Annotated Civil Statutes providing for the payment of the wage schedules above
mentioned and the bidder's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem
wages in these contract documents does not release the Contractor from compliance with any wage law that may be
applicable. Construction work under this contract requiring an inspector will not be performed on weekends or holidays
unless the following conditions exist:
(1) The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its
citizens.
(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.
Before construction work requiring an inspector is to be performed on weekends or holidays, the Contractor must notify the
Ownces 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.
In arty 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.
18. 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.
19. PROVISIONS CONCERNING ESCALATOR CLAUSES
Proposals 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.
20. PREPARATION FOR PROPOSAL
The bidder shall submit his proposal 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 proposes 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. If
the proposal is submitted by an individual, his name must be signed by him or his duly authorized agent. If a proposal is
submitted by a firm, association, or partnership, the name and address of each member must be given and the proposal
signed by a member of the firm, association or partnership, or person duly authorized. If the proposal is submitted by a
company or corporation, the company or corporate name and business address must be given, and the proposal signed by an
official or duly authorized agent. Powers of attorney authorizing agents or others to sign proposals must be properly
certified and must be in writing and submitted with the proposal. The proposal shall be executed in ink.
Each proposal 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:
(a) Bidder's name
(b) Proposal for (description of the project).
POO
Bid proposals may be withdrawn and resubmitted at any time prior to the time set for opening of the bids, but no proposal
may be withdrawn or altered thereafter.
4 21. BOUND COPY OF CONTRACT DOCUMENTS
iBidder understands and agrees that the contract to be executed by bidder shall be bound and include the following:
(a) Notice to Bidders.
(b) General Instructions to Bidders.
r (c) Bidder's Proposal.
(d) Statutory Bond (if required).
(e) Contract Agreement.
r (f) General Conditions.
(g) Special Conditions (if any).
` (h) Specifications.
(i) Insurance Certificates.
(j) All other documents made available to bidder for his inspection in accordance with the Notice to Bidders.
b
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.
I
t
a
a
w
Cq
BID PROPOSAL
LUMP SUM PROPOSAL CONTRACT
PLACE: ri4 tJ r- r L kAy) b o c lC T,/ .
—T
DATE: Fe 5Y LAC. ( �'1
PROJECT NUMBER: 12822 - VEHICLE WASH SYSTEM RENOVATION
Proposal of 0 e in (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 for bids for the construction of a V Q h 1-d r" l i(1 a c,h
having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract
documents and the site of the proposed work, and being familiar with all of the conditions surrounding the construction of the
proposed project including the availability of materials and labor, hereby proposes 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.
MATERIALS:=iGr� -�i t i4inu;a��. ,ci'X h�andrPC� •� er���.E rloliars ($ SIn, LQ �g.00 )
SERVICES: -)iii;.)-SPi.c'n h.�nQV,�. f •�1ur c4oiia�s (S 3�7� l 3 LSO )
TOTAL
DO
-e g ri y-(Amount shall shall be shown in both words and figures. In case of discrepancy, the amount shown in words shall govern)
Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written "Notice to
Proceed" of the Owner and to fully complete the project within 120 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
S100.00 (ONE HUNDRED DOLLARS) for each consecutive calendar day in excess of the time set forth hereinabove 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 proposal shall be completed and submitted in accordance with instruction
number 20 of the General Instructions to Bidders.
Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding.
The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days after the
scheduled closing time for receiving bids.
The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans,
specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or
/�} i ferna-�e i - A cad. 5-euen -Thousand-, one h dared �-fe-v d of 1C�rs
% 7, 1 I C -(-)o
before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in
the contract documents.
Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified
check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without
recourse to the order of the City of Lubbock in an amount not less than five percent (S% ) of the total amount of the bid submitted as
a guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within 10 days after notice of award of
the contract to him
Enclosed with this proposal is a Cashices Check or Certified Check for
Dollars ($ ) or a Proposal Bond in the sum of "1� f hauso nd,f toe K, nd ved Dollars ($ o z. S00,00),
which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is accepted by the
Owner and the undersigned fails to execute the necessary contract documents and the required bond (if any) with the Owner within
ten (10) days after the date of receipt of written notification of acceptance of said proposal; 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.
:Eom rm,i k6ei n inns+iucf ion
Contracto
BY- 91
(Seal if Bidder is a Corporation)
ATTEST:
Secretary
Fm—
LIST OF SUBCONTRACTORS
This form shall be completed and submitted with the Bidder's Proposal.
Minority Owned
Yes No
1. Jt�,n uonzales
--�$A Tr ; P!O b.M--A onry
—
2. J gym,.,,,
`(,;n:,,ete)
3 ; rgmla v
,L
4. iec�
V
S orc� a, ate I
—
7. 5S=, To,-
8.
9.
10.
r AMWEST SURETY INSURANCE COMPANY
WOODLAND HILLS, CALIFORNIA
BOND NO. 015002992
f"
PREMIUM Premium included
in bid bond service
,. BID DATE 2/3/94
PUBLIC WORKS BID BOND
Know all men by these presents:
That we, TOMMY KLEIN CONSTRUCTION
(hereinafter called Principal), as Principal, and AMWEST SURETY INSURANCE COMPANY, a corporation (hereinafter calle(
Surety), organized and existing under the laws of the State of California and authorized to transact a general surety business in the
I^
State of TEXAS
!"" CITY OF LUBBOCK
i
, as Surety, are held and firmly bound unto
(hereinafter called Obligee) in the penal sum of Five
Twelve Thousand Five Hundred and 00/100
percent (5% ) of the bid amount, but in no event to exceed
Dollars ($ 12,500.00 )
for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and
assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that, whereas the
Principal has submitted or is about to submit a proposal to the Obligee on a contract for
VEHICLE WASH SYSTEM RENOVATION
,.w LUBBOCK, TEXAS
NOW, THEREFORE, if the contract is awarded to the Principal and the surety has been provided with sufficient proof by Obligee of
acceptable financing for the project, and the Principal has, within such time as may be specified, (but in no event later than 60 days
after such award), entered into the contract in writing, and provided a bond with surety acceptable to the Obligee for the faithful
performance of the contract; or if the Principal shall fail to do so, pay to the Obligee the difference not to exceed the penalty hereof
between the amount specified in the bid and such larger amount for which the Obligee may in good faith contract with another
party to perform the work covered by the bid, then this obligation shall be void; otherwise to remain in full force and effect.
r
SIGNED, SEALED AND DATED THIS 2nd DAY OF February, 1994.
TOMMY KLEIN CONSTRUCTION
r j
E ( ��r wsuie f By.
'�Cf QQ Signature
~A cR
A EST SURETY INSURANCE COMPANY
�� F 1. ►!fib
__-
WILLIAMS Attomey-in-Fact
UN-A3017 "2
rl
VALID FOR BONDS -'POWER NUMBER
'EXECUTED ON OR AFTER ,0273668'S7
!-9-13-94
=-This document is printed on multi -colored security paper with black and red ink, with border ir,, blue ink and bears the raised
seal of Amwest Surety Insurance Company (the "Company"). Only unaltered originals of this Power of Attorney are valid. This
Power of Attorney is valid solely in connection with the execution and delivery of the bond noted above and may not be used
9 in conjunction with any other power of attorney. No representations or warranties regarding this Power of Attorney may be made
by any person. This Power of Attorney is governed by the laws of the State of California. Any power of attorney used in connection
Ei with any bond issued by the Company must be on this form and no other form shall have force or effect.
KNOW ALL MEN BY THESE PRESENTS, that Amwest Surety Insurance Company, a California
corporation (the"Cornpany�), does hereby make, constitute and appoint:
'JEANIE WILLIAMS
Y '.:': AS .AN EMPLOYEE OF AMWE ST SURETY INSURANCE COMPANY
its true and lawful Attomey-in-Fact, with limited power and authority for and on behalf of the Company as surety
to execute, deliver and affix the seal of the Company thereto if a seal is required on bonds, undertakings,
recognizances or other written obligations in the nature thereof as follows:
Bid Bonds up to EY*100000000.00
`Contract (Performance & Payment), Court, Subdivision $**3,000,000.
a " {Li.cense 9 Permit Bonds up to $**1,000,000.00
_Miscetlaneous Bonds up to $o*1,000,000.00
r -Small Business Administration Guaranteed Bcnds up to Eo*1,250,000.
and to bind the Company thereby. This appointment is made under and by authority of the By -Laws of the
Company, which are now in full force and effect.
CERTIFICATE
I, the undersigned secretary of Amwest Surety Insurance Company, a California corporation,
DO HEREBY CERTIFY that this Power of Attorney remains in full force and effect and has not been revoked
-`and fiirthermore, that the resolutions of the Board of Directors set forth on the reverse, and that the relevant-
provisions of the By -Laws of the Company, are now in full force and effect.
id number 015002992 Signed and sealed this 21N day of ]PE WARY 19 94
Oa 00273668 - 57
R
Karen G. Cohen, Secretary ��
LV. L-i L_: L— L, L. " L__e L-' L- L_. L- L-, L- L- L.._: Lam: L�-. L-
- rwut unc ur t vvu rAuco
AMWEST SURETY INSURANCE COMPANY
WOODLAND HILLS, CALIFORNIA
BOND NO. 015003110
PREMIUM $3,476.00
Premium included in performance b
PAYMENT BOND
Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable.
CONTRACTOR (Name and Address):
TOMMY KLEIN CONSTRUCTION
! 3410 42ND STREET
LUBBOCK, TX 79413
OWNER (Name and Address):
CITY OF LUBBOCK
P.O. BOX 2000
LUBBOCK, TX 78457
SURETY (Name and Principal Place of Business):
AMWEST SURETY INSURANCE COMPANY
1231 GREENWAY DR., SUITE 960, LB 16
IRVING, TX 75038
C'
CONSTRUCTION CONTRACT
F
7,
Date: February 24, 1994 Contract Number:
Amount: One Hundred Twenty Three Thousand Seven Hundred Eighty Two and 00/100 Dollars ($123,782.00).
Description (Name and Location): VEHICLE WASH SYSTEM RENOVATION
LUBBOCK, TEXAS
BOND
Amount: One Hundred Twenty Three Thousand Seven Hundred Eighty Two and 00/100 Dollars ($123,782.00).
Signed, sealed and dated this 28th day of FEBRUARY, 1994.
TOMMY KLEIN CONSTRUCTION
Principal
J'.0 INS U�� � S"2 Signature of Principal
4074
w4� �Ll-AMWEST SURETY INSURANCE COMPANY
BOND CHECK ��� >I. �s�� JAMES T. BALZAN
BEST RATING _ -� Attorney -in -Fact
LICENSED IN TEXAS �"`OR"'�
DATE ' By. � �
z `� BY �- 9nature of Attorney -in -Fact
e.
UN-A3002 12/91
(SEE hu:xT Pt-;.F FGH rE9R1S arj, T)NDITICd6)
rs►tac i wu yr f vvu rAt;t_b
AMWEST SURETY INSURANCE COMPANY
BOND NO. 015003110
r �► Payment Bond
P 1. The Contractor and the Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to the
Owner to pay for labor, materials and equipment furnished for use in the performance of the Construction Contract, which is incorporated herein
by reference.
2. With respect to the Owner, this obligation shall be null and void if the Contractor:
2.1 Promptly makes payment, directly or indirectly, for all sums due Claimants, and
2.2 Defends, indemnifies and holds harmless the Owner from all claims, demands, hens or suits by any person or entity whose labor,
materials or equipment were furnished for use in the performance of the Construction Contract, provided the Owner has promptly notified the
rContractor and the Surety (at the address described in Paragraph 11) of any claims, demands, liens or suits and tendered defense of such
l claims, demands, liens or suits to the Contractor and the Surety and provided there is no Owner Default.
3. With respect to Claimants, this obligation shall be null and void if the Contractor promptly makes payment, directly or indirectly, for all sums
due.
4. The Surety shall have no obligation to Claimants under this Bond until:
4.1 Claimants who are employed by or have a direct contract with the Contractor have given notice to the Surety at P.O_ Box 4500,
Woodland Hills, California 91365-4500 and sent a copy, or notice thereof, to the Owner, stating that a claim is being made under this Bond
and, with substantial accuracy, the amount of the claim.
4.2 Claimants who do not have a direct contract with the Contractor:
.1 Have furnished written notice to the Contractor and sent a copy, or notice thereof, to the Owner, within 90 days after having last
performed labor or last furnished materials or equipment included in the claims stating, with substantial accuracy, the amount of the
claim and the name of the party to whom the materials were furnished or supplied or for whom the labor was done or performed;
and
.2 Have either received a refection in whole or in part from the Contractor, or not received within 30 days of furnishing the above
notice any communication from the Contractor by which the Contractor has indicated the claim will be paid directly or indirectly;
and
.3 Not having been paid within the above 30 days, have sent a written notice to the Surety at P.O. Box 4500, Woodland Hills,
California 91365-4500 and sent a copy, or notice thereof, to the Owner, stating that a claim is Being made under this Bond and
enclosing a copy of the previous written notice furnished to the Contractor.
5. If a notice required by Paragraph 4 is given by the Owner to the Contractor or to the Surety, that is sufficient compliance.
6. The Surety's total obligation shall not exceed the amount of this Bond, and the amount of this Bond shall be credited for any payments made
in good faith by the Surety.
7. Amounts owed by the Owner to the Contractor under the Construction Contract shall be used for the performance of the Construction
Contract and to satisfy claims, if any, under any Construction Performance Bond. By the Contractor furnishing and the Owner accepting this
Bond, they agree that all funds earned by the Contractor in the performance of the Construction Contract are dedicated to satisfy obligations of
the Contractor and the Surety under this Bond, subject to the Owner's priority to use the funds for the completion of the work.
S. The Surety shall not be liable to the Owner, Claimants or others for obligations of the Contractor that are unrelated to the Construction
Contract. The Owner shall not be liable to make payments to, give notices on behalf of, or otherwise have obligations to Claimants under this
Bond.
9. The Surety hereby waives notice of any change, including changes of time, to the Construction Contract or to related subcontracts, purchase
orders and other obligations.
10. No suit or action shall be commenced by a Claimant under this Bond other than in a court of competent jurisdiction in the location in which
the work or part of the work is located or after the expiration of six months from the date (1) on which the claimant gave the notice required by
Paragraph 4.1 or Clause 4.2.3 or (2) on which the last labor or service was performed by anyone or the last materials or equipment were
furnished by anyone under the Construction Contract, whichever of (1) or (2) first occurs. If the provisions of this Paragraph are void or
prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable.
11. Notice to the Surety, the Owner or the Contractor shall be mailed or delivered to the address specified or shown on the signature page.
Actual receipt of notice by Surety, the Owner or the Contractor, however accomplished, shall be sufficient compliance as of the date received at
the address shown on the signature page.
12. When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be
performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions
conforming to such statutory or other legal requirement shall be deemed incorporated herein.
13. Upon request by any person or entity appearing to be a potential, beneficiary of this Bond, the Contractor shall promptly furnish a copy of
this Bond or shall permit a copy to be made.
14. DEFINITIONS
i;
14.1 Claimant An individual or entity having a direct contract with the Cor$ractor or with a subcontractor of the Contractor to furnish labor,
materials or equipment for use in the performance of the Contract. The intent of this Bond shall be to include without limitation in the terms
" 'labor, materials or equipment" that part of water, gas, power, light heat, oil, gasoline, telephone service or rental equipment used in the
Construction Contract, architectural and engineering services required for performance of the work of the Contractor and the Contractor's
subcontractors, and all other items for which a mechanic's lien may be asserted in the jurisdiction where the labor, materials or equipment
were furnished.
14.2 Construction Contract: The agreement between the Owner and the Contractor identified on the signature page, including all Contract
Documents and changes thereto.
14.3 Owner Default: Failure of the Owner, which has neither been remedied nor waived, to pay the Contractor as required by the
Construction Contract or to perform and complete or comply with the other terms thereof.
ll .
7 UN-A3002 12191
2
0286214
ALL MEN BY THESE PRESENTS, that Amwest Surety Insurance Company, a California
c orp oration
E S n Sthe"B A LpZ A 1), does hereby make, constitute and appoint:
AS AN EEMPLOYEE OF AMwEST SURETY INSURANCE
its true and lawful Attorney -in -Fact, with limited power and authority for and on behalf of the Company as surety
to execute, deliver and affix the seal of the Company thereto if a seal is required on bonds, undertakings,
recognizances or other written obligations in the nature thereof as follows:
F�•
Bid Bonds up to $MY1,000,000.00
Contract (Performance & Payment), Court, Sutrdivision $**1,000,000.i2
-License & Permit Bonds up to $**1,000,000.00 n
.Miscellaneous Bonds up to $--1,000,000.00
SmaLL Business Administration Guaranteed Bonds up to $Y*1,250,000.4
y
2
da
b
S�
and to bind the Company thereby. This appointment is made under and by authority of the By -Laws of the
Company, which are now in full force and effect.
CERTIFICATE
c�
I, the undersigned secretary of Amwest Surety Insurance Company, a California corporation,
DO HEREBY CERTIFY that this Power of Attorney remains in full force and effect and has not been revoked'
and furthermore, that the resolutions of the Board of Directors set forth on the reverse, and that the relevant. ;
provisions of the By -Laws of the Company, are now in full force and effect.
Bond number. 015003110
0000286214
R
Old
' r�uc vnc yr �w rr�ac.7
r
AMWEST SURETY INSURANCE COMPANY
WOODLAND HILLS, CALIFORNIA
BOND NO. 015003110
4
PREMIUM $3,476.00
Premium based on final contract price.
r PERFORMANCE BOND
Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable.
CONTRACTOR (Name and Address):
TOMMY KLEIN CONSTRUCTION
3410 42ND STREET
LUBBOCK, TX 79413
` OWNER (Name and Address):
CITY OF LUBBOCK
P.O. BOX 2000
LUBBOCK, TX 78457
SURETY (Name and Principal Place of Business):
AMWEST SURETY INSURANCE COMPANY
1231 GREENWAY DR., SUITE 960, LB 16
IRVING, TX 75038
CONSTRUCTION CONTRACT
Date: February 24, 1994 Contract Number:
L Amount: One Hundred Twenty Three Thousand Seven Hundred Eighty Two and 001100 Dollars ($123,782.00).
L Description (Name and Location): VEHICLE WASH SYSTEM RENOVATION
r LUBBOCK, TEXAS
BOND
Amount: One Hundred Twenty Three Thousand Seven Hundred Eighty Two and 00/100 Dollars ($123,782.00).
F Signed, sealed and dated this 28th day of FEBRUARY, 1994.
TOMMY)�MIN CONSTRUCTION
BOND CHECK urow,
l BEST RATINGc,
LICENSED IN TEXAS
DATE zLld BY?z'��...�
Signature of Principal
T SU
JAMES T. BALZAN
Attomey-in-Fact
By:0"'-'�'&&---
Whature of Attorney -in -Fact
rUN-A3001 12191
u_ 1
(SEF NEXT r• ;F FOR TERMS AND CONDITIONS)
// AMWEST SURETY INSURANCE COMPANY
BOND NO. 015003110
AVW Performance Bond
�,. 1. The Contractor and the Surety, jointly and severally, bind themselves, their heirs, executors, administrators,. successors and assigns to the
Owner for the performance of the Construction Contract, which is incorporated herein by reference.
2. If the Contractor performs the Construction Contract, the Surety and the Contractor shall have no obligation under this Bond, except to
participate in conferences as provided in Subparagraph 3.1.
t 3. If there is no Owner Default, the Surety's obligation under this Bond shall arise after:
3.1 The Owner has notified the Contractor and the Surety at its address described in Paragraph 10 below that the Owner is considering
declaring a Contract Default and has requested and attempted to arrange a conference with the Contractor and the Surety to be held not
later than fifteen days after receipt of such notice to discuss methods of performing the Construction Contract. If the Owner, the Contractor
and the Surety agree, the Contractor shall be allowed a reasonable time to perform the Construction Contract but such an agreement shall
not waive the Owner's right, if any, subsequently to declare a Contractor Default and
3.2 The Owner has declared a Contractor Default and formally terminated the Contractor's right to complete the contract. Such Contractor
r, Default shalt not be declared earlier than twenty days after the Contractor and the Surety have received notice as provided in Subparagraph
3.1; and
3.3 The Owner has agreed to pay the Balance of the Contract Price to the Surety in accordance with the terms of the Construction Contract
or to a contractor selected to perform the Construction Contract in accordanpe with the terms of the contract with the Owner.
4. After the Owner has declared Contractor in default and has satisfied the conditions of Paragraph 3, and the Surety has conducted its own
a prompt and reasonable investigation as to whether or not the Contractor's default has actually occurred, the Surety may at its own option elect
one or more of the following actions:
r., 4.1 Arrange for fhe Contractor, with consent of the Owner, to perform and complete the Construction Contract or
4.2 Undertake to perform and complete the Construction Contract itself, through its agents or through independent contractors; or
4.3 Obtain bids or negotiated proposals from qualified contractors acceptable to the Owner for a contract for performance and completion of
the Construction Contract, arrange for a contract to be prepared for execution by the Owner and the Contractor selected with the Owner's
concurrence, to be secured with performance and payment bonds executed by a qualified surety equivalent to the bonds issued on the
Construction Contract, and pay to the Owner the amount of damages as described in Paragraph 6 in excess of the Balance of the Contract
Price incurred by the Owner resulting from the Contractor's default or
4.4 Waive its right to perform and complete, arrange for completion, or obtain a new contractor and with reasonable promptness under the
r. circumstances:
.1 After investigation, determine the amount for which it may be liable to the Owner and as soon as practicable after the amount is
determined, tender payment therefor to the Owner; or
.2 Deny liability in whole or in part and notify the Owner citing reasons therefore.
5. If the Surety proceeds as provided in Subparagraph 4.4, and the Owner refuses the payment tendered or fhe Surety has denied liability, in
whole or in part, without further notice the Owner shall be entitled to enforce any remedy available to the Owner.
6. After the Owner has terminated the Contractor's right to complete the Construction Contract, and if the Surety elects to act under
Subparagraph 4.1, 4.2, or 4.3 above, then the responsibilites of the Surety to the Owner shall not be greater than those of the Contractor under
the Construction Contract, and the responsibilities of the Owner to the Surety shall not be greater than those of the Owner under the
6 Construction Contract To the limit of the amount of this Bond, but subject to commitment by the Owner of the Balance of the Contract Price to
mitigation of costs and damages on the Construction Contract, the Surety is obligated without duplication for.
6.1 The responsibilities of the Contractor for correction of defective work and completion of the Construction Contract and
r6.2 Liquidated damages, or if no liquidated damages are specified in the Construction Contract, actual damages caused by delayed
performance or non-performance of the Contractor.
7. The Surety shall not be liable to the Owner or others for obligations of the Contractor that are unrelated to the Construction Contract, and the
Balance of the Contract Price shall not be reduced or set off on account of any such unrelated obligations. No right of action shall accrue on this
Bond to any person or entity other than the Owner or its heirs, executors, administrators or successors.
8. The Surety hereby waives notice of any change, including changes of time, to the Construction Contract or to related subcontracts, purchase
orders and other obligations.
9. Any proceeding, legal or equitable, under this Bond may be instituted in any court of competent jurisdiction in the location in which the work or
part of the work is located and shall be instituted within six months after Contractor Default or within six months after the Contractor ceased
working or within six months after the Surety refused or fails to perform its obligations under this Bond, whichever occurs first. If the provisions of
this Paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the.jurisdiction.of the suit shall
be applicable.
10. Notice to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown on the signature page.
11. When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be
performed, any provision in this Bond conflicting with said statutory or other legal requirement shall be deemed incorporated herein.
12. DEFINITIONS
12.1 Balance of the Contract Price: The total amount payable by the Owner to the Contractor under the Construction Contract after all
proper adjustments have been made, including allowance to the Contractor of any amounts received or to be received by the Owner in
settlement of insurance or other claims for damages to which the Contractor is entitled, or reduced by all valid and proper payments made to
or on behalf of the Contractor under the Construction Contract.
4
12.2 Construction Contract: The agreement between the Owner and the Contractor identified on the signature page, including all Contract
Documents and changes thereto.
12.3 Contractor Default Failure of the Contractor, which has neither been remedied nor waived, to perform or otherwise to comply with the
terms of the Construction Contract
12.4 Owner Default: Failure of the Owner, which has neither been remedied nor waived, to pay the Contractor as required by the
r / \ Construction Contract or to perform and complete or comply with the other terms hereof.
2 UN-A3001 12191
NOT VALID FOR BONDS
EXECUTED ON OR AFTER
10-26-94
POWER NUMBER
0286214 -68
This document Is printed on multicolored security paper with black and red ink, with border in blue ink and bears the raised
seal of Amwest Surety Insurance Company (the 'Company'). Only unaltered originals of this Power of Attorney are valid. This
Power of Attorney Is valid solely in connection with the execution and delivery of the bond noted below and may not be used
in conjunction with any other power of attorney. No representations or warranties regarding this Power of Attorney may be made
by any person. This Power of Attorney is governed by the laws of the State of California. Any pourer of attorney used in connection
with any bond issued by the Company must be on this form and no other form shall have force or effect.
KNOW ALL MEN BY THESE PRESENTS, that Amwest Surety Insurance Company, a California
colrp E S n Sthe"8 A LpZ A iV ), does hereby make, constitute and appoint:
AS AN (EMPLOYEE OF AMWEST SURETY INSURANCE CCPPANY
its true and lawful Attomey-in-Fact, with limited power and authority for and on behalf of the Company as surety _
to execute, deliver and affix the seal of the Company thereto if a seal is required on bonds, undertakings,
recognizances or other written obligations in the nature thereof as follows:
Bid Bonds up to $*Y1,000,000.00
Contract (Performance 9 Payment), Court, SuEdivision $**1,000,000.
License & Permit Bonds up to $**1,000,000.00
Miscellaneous Bonds up to $Y*1,000,000_00
Small Business Administration Guaranteed Bonds up to $Y*1,250,000.
and to bind the Company thereby. This appointment is made under and by authority of the By -Laws of the
Company, which are now in full force and effect.
CERTIFICATE
I, the undersigned secretary of Amwest Surety Insurance Company, a California corporation,
DO HEREBY CERTIFY that this Power of Attorney remains in full force and effect and has not been revoked
and furthermore, that the resolutions of the Board of Directors set forth on the reverse, and that the relevant_
provisions of the By -Laws of the Company, are now in full force and effect.
id number 015003110 Signed and sealed this 28 rn day of FEBRUARY 1924
0000286214 - 68
R
Karen G. Cohen, Secretary /7\—\\
CERTIFICATE OF INSURANCE
PRODUCER
Faldwin Ins . & Bonding Agcy, Inc
.201 Kas Drive
Suite B
71 ichardson, TX 75081
ommy Klein Construction
1410 42nd Street
L
Lubbock, TX 79413
4—q— DATE (MM/D IYY)
:Fq�`i4'`i'<:%:i'::;::?: �':i?:ii?'?;%':i;:i'i: ' iY?.••;`%>:?Ei`:'i;•.':'i':i �'`i':?:
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.
COMPANIES AFFORDING COVERAGE
COMPANY
A United National Insurance Co.
COMPANY
B Old Republic Insurance Co.
COMPANY
C Great American Insurance Co.
COMPANY
D
THIS IS TO CERTIFY THAT 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
CO
LTR
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
DATE (MMIDDC/TM
POUCYEXPIRATION
DATE (MMIDDNY)
LIMITS
i. A
GENERAL
LIABILITY
COMMERdAL GENERAL LIABILITY
CLAIMS MADE FX] OCCUR
OWNER'S & CONTRACTORS PROT
C P 4 2 9 2 2 -A
0 4/ 16 / 9 3
0 4/ 16 / 9 4
GENERAL AGGREGATE
S 100000
X
PRODUCTS - coMP/OP AGG
s 100000
PERSONAL & ADV INJURY
S
EACH CCCURRENCE
S 100000
FIRE DAMAGE (Any one fire)
S 5000
MED EXP IArn one moron) IS
500
AUTOMOBILE LIABILITY
k ANY AUTO CP42922-A
ALL OWNED AUTOS
SCHEDULED AUTOS
X HIRED AUTOS
X NON -OWNED AUTOS
0 4/ 16 / 9 3 0 4/ 16 / 9 4 COMBINED SINGLE UMrr S 1000
BODILY INJURY S
(Per pei—)
BODILY INJURY S
(Per ac 6denq
PROPERTY DAMAGE
S
GARAGE LIABILITY
MAY AUTO
AUTO ONLY - EA ACCIDENT
S
OTHER THAN AUTO ONLY.
EACH ACCIDENT
S
AGGREGATE
S
EXCESS LIABILITY
UMBRELLA FORM
OTHER THAN UMBRELLA FORM
/ /
/ /
EACH OCCURRENCE
S
AGGREGATE
$
S
B
WORKERS COMPENSATION AND
EMPLDYERs uABILm
THE PROPRIETOR/ X INCL
PARTNERS/EXECUTFVE
OFFICERS ARE: EXCL
O C 012 4 5 2 0 2
0 6/ 2 0/ 9 3
0 6/ 2 0/ 9 4
-
X I STATUTORY LIMITS
EACH ACCIDENT
Is 5 0 0 0 0,
DISEASE - POLICY LIMIT
s 5 0 0 0 0
DISEASE - EACH EMPLOYEE
I S 5 0 0 0 O
,C
OTHER
Builders Risk
TIM754573801
01/25/94
01/25/95
$350,000 any 1 jobsite
$25,000 in Transit
S500.000 anv 1 loss
DESCRIPTION OF OPERATIOHSXOCATIONSNEHICLESISPECIAL ITEMS
"Ref: Vehicle Wash System Renovation
City of Lubbock
Attn: Ron Shuffield
P 0 Box 2000
Lubbock, TX 79457
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL
,,�I_ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBUGATION OR LIABILITY
OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES.
IHORIZED REPRESENTATIVE — .4 N.
C
t
COMPLAINT NOTICE
SHOULD ANY DISPUTE ARISE ABOUT YOUR PREMIUM OR ABOUT A CLAIM THAT YOU HAVE FILED, WRITE
TO THE COMPANY THAT ISSUED THE BOND. IF THE PROBLEM IS NOT RESOLVED, YOU MAY ALSO WRITE
TO:
4
THE STATE BOARD OF INSURANCE
P.O. BOX 149091
AUSTIN, TX 78714-9091
FAX NO. (512) 475-1771
THIS NOTICE OF COMPLAINT PROCEDURE IS FOR INFORMATION ONLY AND DOES NOT BECOME A PART
OR CONDITION OF THIS BOND.
Y
F
r
r
�e.
Ey
U
O
r
7 CONTRACT
r
1
r�*
STATE OF TEXAS
COUNTY OF LUBBOCK
THIS AGREEMENT, made and entered into this 4th day of February. 1994, by and between the City of Lubbock, County
of Lubbock, State of Texas, acting by and through David R. Langston, Mayor, thereunto authorized to do so, hereinafter referred to
as OWNER, and TOMMY KLEIN CONSTRUCTION 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 #12822 - VEHICLE WASH SYSTEM RENOVATION FOR $123,782.00
and all extra work in connection therewith, underthe terms as stated in the contract documents and at his (or their) own proper cost
and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories
and services necessary to complete the said construction m accordance with the contract documents as defined in the General
Condition of Agreement.
The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given
to him and to substantially complete same within the time specified in the contract documents.
The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the
proposal submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on
account thereof as provided therein
IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the
year and day first above written.
40., , � fa- M'
ATTEST:
Corporate Secretary
CONTRACTOR:
TO KL CONSTRUCTION
Bv:
COMPLETE ADDRESS:
3410 42nd Street
Labbock,Texas 79413
7
F
GENERAL CONDITIONS OF THE AGREEMENT
r
vow
GENERAL CONDITIONS OF THE AGREEMENT
OWNER
Whenever the word Owner, or the expression Party of the First Part, or First Party, are used in this contract, it shall be
understood as referring to the City of Lubbock, Texas.
FIX 2. CONTRACTOR
° Whenever the word Contractor, or the expression Party of the Second Part, or Second Party, is used, it shall be understood
to mean the person, persons, co -partnership or corporation, to -wit: TOMMY KLEIN CONSTRUCTION who has agreed
7 to perform the work embraced in this contract, or to his or their legal representative.
3. OWNER'S REPRESENTATIVE
Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to
JOHN WH SON, GENERAL MANAGER City of Lubbock, under whose supervision these contract documents,
including the plans and specifications, were prepared, and who will inspect constructions; or to such other representative,
supervisor, or inspector as may be authorized by said Owner to act in any particular under this agreement. Engineers,
supervisor or inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly
supervise the Contractor or men acting in behalf of the Contractor.
4. CONTRACT DOCUMENTS
r- The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Proposal, Signed
Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if
any), Specifications, Plans, Insurance Certificate, and all other documents made available to Bidder for his inspection in
accordance with the Notice to Bidders.
S. INTERPRETATION OF PHRASES
r 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
0- 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,
r 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 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 him who gives the notice.
0-
8. WORK
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 with one copies of all Plans, Profiles and Specifications
without expense to him and he 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 of quality
of the executed work and to determine, in general, if the work is proceeding in accordance with
the contract documents. He will not be required to make exhaustive or continuous onsite
inspections to check the quality or quantity of the work, nor will he be responsible for the
construction means, methods, techniques, sequences or procedures, or the safety precautions
incident thereto. His efforts will be directed towards providing assurances for the Owner that the
completed project will conform to the requirements of the contract documents, but he will not be
responsible for the Contractor's failure to perform the work in accordance with the Contract
Documents. On the basis of his onsite observations, he will keep the Owner informed of the
progress of the work and will endeavor to guard the Owner against defects and deficiencies in the
work of the Contractor.
13. LINES AND GRADES
All lines and grades shall be furnished by the Owner's Representative whenever 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
7
7 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
shall review all work included herein. He has the authority to stop the work whenever such stoppage may be necessary to
insure the proper execution of the contract. In order to permit delays and disputes and to discourage litigation, it is further
agreed that 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 this contract. He 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 Owner's Representatives's estimates and findings shall be conditions precedent to the right of the
parties hereto to arbitration or to any action on the contract, and to any rights of the Contractor to receive any money under
this contract; provided, however, that should Owner's Representative render any decision or give any direction, which in the
opinion of either party hereto, is not in accordancewith the meaning and intent of this contract, either party may file with
said Owner's Representative within 30 days his written objection to the decision or direction so rendered, and by such action
may reserve the right to submit the questions so raised to arbitration as hereinafter provided. It is the intent of this
Agreement that there shall be no delay in the execution of the work, therefore, written decisions or direction of the Owner's
Representative as rendered shall be promptly carried out, and any claim arising therefrom shall be thereafter adjusted to
arbitration as hereinafter provided.
The Owner's Representative shall, within a reasonable time, render and deliver to both the Owner and the Contractor a
written decision on all claims of the parties hereto and on all questions which may arise relative to the execution of the work
or the interpretation of the contract, specifications and plans. Should the Owner's Representative fail to make such decision
within a reasonable time, an appeal to arbitration may be taken as if his decision had been rendered against the party
appealing.
15. SUPERINTENDENCE AND INSPECTION
r It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time
z 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
iri`" plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer,
E supervisor or inspector, the Contractor may within six (6) days make written appeal to the Owner's Representative for his
decision.
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 his absence and all directions given to him shall be
binding as if given to the Contractor. 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 will not be responsible for the acts or omissions of the Contractor, or any
subcontractors, or any of his 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 himself 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 anyway effect the work under this contract. No verbal agreement or conversation with any
officer, agent, or employee of the Owner, either before or after the execution of this contract, shall effect or modify any of
the terms or obligations herein contained.
is. CHARACTER OF WORKMEN
The Contractor agrees to employ only orderly and competent men, 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 him in writing that
any man or men on the work, are, in his opinion, incompetent, unfaithful, or disorderly, such man or men shall be
discharged from the work and shall not again be employed on the work without the Owner's Representative's written
consent.
19. CONSTRUCTION PLANT
The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and
completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also
understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials,
tools, equipment or machinery or any part of the work until it is finally completed and accepted.
The building of structures for the housing of men or equipment will be permitted only at such places as the Owner's
Representative shall direct, and the sanitary conditions of the grounds in or about such structure shall at all times be
maintained in a manner satisfactory to the Owner's Representative.
20. SANITATION
Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be
constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's
Representative and their use shall be strictly enforced.
21. OBSERVATION AND TESTING
The Owner or Owner's Representative shall have the right at all reasonable 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 work is in preparation or progress. Contractor shall ascertain the scope of any observation which 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 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 Observer has previously accepted the work through oversight or otherwise. If any
work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's
Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being
fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make
observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require
Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons
competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such
tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other
applicable organization as may be required by law or the contract documents.
If any 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
PM 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 approval, and any work which meets the requirements of any such tests or approval but does not meet the
requirements of the contract documents shall be considered defective. Such defective work 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 this agreement to make such inspections, tests, or approvals shall relieve
the Contractor from his obligation to perform the work in accordance with the requirements of the contract documents.
22. DEFECTS AND THEIR REMEDIES
It is further 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 Owners' Representative as unsuitable or not in conformity with
plans, specification and 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 this contract. 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 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 any actual loss occasioned by such change, due to 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
r., Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work
as shown on the plans and specifications or contract documents and not covered by Contractor's proposal, except as
provided under Changes and Alterations 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 actual field cost of the work, plus fifteen (15%) per cent.
In the event said extra work be performed and paid for under Method (C), 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 Workmen's 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 (151/o) of the actual field cost to be paid to Contractor shall
cover and compensate him for his 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 he should receive compensation or an
adjustment in the construction time, he shall 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). The Contractor will thereby preserve the right to submit the matter of payment to
arbitration as herein below provided.
25. DISCREPANCIES AND OMISSIONS
It is further agreed that it is the intent of this contract that all work described in the proposal, the specifications, plans and
other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all
appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by
Owner's Representative. If the Contractor finds any discrepancies or omissions in these plans, specifications, or contract
documents, he should notify the Owners' Representative and obtain a clarification before the bids are received, and if no
such request is received by the Owner's Representative prior to the opening of bids, then it shall be considered that the
Contractor fully understands the work to be included and has provided sufficient sums in his proposal to complete the work
in accordance with these plans and specifications. It is further understood that any request for clarification must be
submitted no later than five days prior to the opening of bids.
26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT
If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work
with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in
writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order.
If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor
shall, if so ordered in writing, increase his 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
•" The Contractor shall take out and procure a policy or policies of Workmen's Compensation Insurance with an insurance
j company licensed to transact business in the State of Texas, which policy shall comply with the Workmen's 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, his sureties and insurance carriers shall defend,
indemnify and save harmless the Owner and all of its officers, agents and employees from all suits, actions, or claims of any
character whatsoever, brought for or on account of any injuries or damages received or sustained by any person or persons
or property, on account of any negligent act or fault of the Contractor or any subcontractor, their agents or employees, in the
r,. execution and supervision of said contract, and the project which is the subject matter of this contract, on account of the
failure of Contractor or any subcontractor to provide necessary barricades, warning light,;, or signs and will be required to
pay any judgment with costs which may be obtained against the Owner or any of its officers, agents, or employees including
attorney's fees.
The safety precautions taken shall be the sole responsibility of the Contractor, in his 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 his duty and shall not be construed as any assumption of duty to supervise safety precautions by either the
Contractor or any of his subcontractors.
28. CONTRACTOR'S INSURANCE
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. Comprehensive General Liability Insurance
The contractor shall have Comprehensive General Liability Insurance with limits of $500,000 Combined Single
Limit in the aggregate and per occurrence to include:
Premises and Operations
Explosion & Collapse Hazard
Underground Damage Hazard
Products & Completed Operations Hazard
,,,, Contractual Liability
Independent Contractors Coverage
Personal Injury (with exclusion "c" waived)
The City is to be named as an additional insured on this policy for this specific job, and copy of the endorsement
r" doing so is to be attached to the Certificate of Insurance.
.-A
B. Owner's Protective or Contingent Public Liability Insurance and Property Damage Liability Insurance.
The Contractor shall obtain an Owner's Protective or Contingent Public Liability Insurance policy naming the City
of Lubbock as insured and the amount of such policy shall be as follows:
For bodily injuries, including accidental death and or property damage, $500,000 Combined Single Limit.
C. Comprehensive Automobile Liability Insurance
The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than;
Bodily Injury/Property Damage, $500,000 Combined Single Limit,
to include all owned and nonowned cars including: Employers Nonownership Liability Hired and Nonowned
Vehicles. The City is to be named as an additional insured on this policy for this specific job and copy of the
endorsement doing so is to be attached to the Certificate of Insurance.
D. Builder's Risk Insurance
The Contractor shall obtain a Builder's Risk policy in the amount of (100% of potential loss) naming the
City of Lubbock as insured.
E. Excess or Umbrella Liability Insurance
The Contractor shall have Excess or Umbrella Liability Insurance in the amount of $500,000 with coverage to
correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverages.
The City is to be named as an additional insured on this policy for this specific job and copy of the endorsement
doing so is to be attached to the Certificate of Insurance.
F. Worker's Compensation and Employers Liability Insurance
Worker's Compensation Insurance covering all employees whether employed by the Contractor or any
Subcontractor on the job with Employers Liability of at least $500,000
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.
r
(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.
29. DISABLED EMPLOYEES
Contractors having more than 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 priviliges of employment.
30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN. AND FURNISHERS OF
MACHINERY. EQUIPMENT AND SUPPLIES
The Contractor agrees that he will indemnify and save the Owner harmless from all claims growing out of any demands of
subcontractors, laborers, workmen, mechanics, materialmen and furnishers of machinery and parts thereof, equipment,
power tools, all suppliers, including commissary, incurred in the furtherance of the performance of this contract. When
Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated
have been paid, discharged or waived.
If during the progress of the work, Contractor shall allow any indebtedness to accrue for work furnished by any of those
designated in the preceding paragraph and shall fail to pay and discharge any such indebtedness within five (5) days after
demand is made, then Owner may, during the period for which such indebtedness shall remain unpaid, withhold from the
unpaid portion of this contract, a sum equal to the amount of such unpaid indebtedness or may apply the sum so withheld to
discharge any such indebtedness.
Any and all communications between any party under this paragraph must be in writing.
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. The
Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the
r" Owner harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be
i 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 harmless
from any loss on account thereof. If the material or process specified or required by Owner is an infringement, the
Contractor shall be responsible for such loss unless he promptly gives written notice to the Owner of such infringement.
32. LAWS AND ORDINANCES
The Contractor shall at all times observe and comply with all federal, state and local laws;, ordinances and regulations,
r- which in any manner effect the contract or the work, and shall indemnify and save harmless the Owner against any claims
arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor or his employees. If the
Contractor observes that the plans and specifications are at variance therewith, he shall promptly notify the Owners'
�, Representative in writing and any necessary changes shall be adjusted as provided in the contract for changes in the work.
If the Contractor performs any work knowing it to be contrary to such laws, ordinances, rules and regulations, and without
such notice to the Owner's Representative, he shall bear all costs arising therefrom.
The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the
same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into
contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein.
33. ASSIGNMENT AND SUBLETTING
The Contractor further agrees that he will retain personal control and will give his 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 his full obligations to the Owner, as provided by this
contractual agreement.
34. TM E FOR COMPLETION AND LIQUIDATED DAMAGES
It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and
time for completion as specified in the contract 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 on a date to be
specified in the Notice to Proceed.
If the Contractor should neglect, fail, or refuse to complete the work within the time herein specified, or any proper
extension thereof granted by the Owner, then the Contractor does hereby agree as part of the consideration for the awarding
of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $100.00 (One
Hundred) PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each
and every calendar day that the Contractor shall be in default after the time stipulated for completing the work.
It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the completion of the
work described herein is reasonable time for the completion of the same, taking into consideration the average climatic
change 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 of the impracticability and
extreme difficulty in fixing and ascertaining actual damages the Owner would in such event sustain, and the amount is
agreed to be damages the Owner would sustain and shall be retained by the Owner from current periodical estimates for
payments or from final payment.
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 his 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 proposals; provided, also, that when the Owner is having other work
done, either by contract or by his 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 proposes 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.
r-
36. EXTENSION OF TIME
t The Contractor agrees that he has submitted his proposal in full recognition of the time required for the completion of this
project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has
considered the liquidated damage provisions of paragraph 33 hereinabove set forth and that he shall not be entitled to, nor
will he request, an extension of time on this contract, except when his 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
R in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. The Contractor may apply in writing for
an extension of time, submitting therewith all written justification as may be required by Owner's Representative for such an
extension as requested by Contractor. The Owner's Representative within ten (10) days after receipt of a written request for
an extension of time by the Contractor supported by all requested documentation shall then submit such written request to
the City Council of the City of Lubbock for their consideration. Should the Contractor disagree with the action of City
r.. Council on granting an extension of time, such disagreement shall be settled by arbitration as hereinafter provided.
37. HINDRANCE AND DELAYS
r In executing the contract agreement, the Contractor agrees that in undertaking to complete the work within the time herein
1 fixed, he has taken into consideration and made allowances for all hindrances and delays incident to such work, whether
growing out of delays in securing material or workmen or otherwise. 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
Cwork is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such
expense as in the 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
t 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
r- contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the
estimated quantities are shown for the various classes of work to be done and material to be furnished under this contract,
t they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their
proposals offered for the work. 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 he shall be liable for any and all claims for such damage on
account of his failure to fully protect all adjacent property. The Contractor agrees to indemnify, save and hold harmless the
r Owner against any claim or claims for damages due to any injury to any adjacent or adjoining property, arising or growing
out of the performance of this contract, but such indemnity shall not apply to any claim of any kind arising out of the
existence or character of the work.
40. PRICE FOR WORK
In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the
Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and
stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the proposal attached hereto,
which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all
r. materials and all labor required for the aforesaid work, also, for all expenses incurred by him 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 which have not theretofore been timely filed as provided in this contract.
42. PARTIAL PAYMENTS
On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial
payment. Owner's Representative shall review said application for partial payment 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; said statement
shall also include the value of all sound materials delivered on site of the work that are to be fabricated into the work.
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 this
agreement. It is understood, however, that in case the whole work be near to completion, and this fact is certified to by
Owner's Representative and some unexpected and some unusual delay occurs due to no fault or negligence on the part of the
Contractor, the Owner may upon written recommendation of Owner's Representative pay a reasonable and equitable portion
of the retained percentage due Contractor.
43. FINAL COMPLETION AND ACCEPTANCE
Within thirty-one (31) days after the Contractor has given the Owner's Representative written notice that the work has been
completed or substantially completed, the Owner's Representative and the Owner shall inspect the work and within said
time, if the work be found to be completed or substantially completed in accordance with the contract documents, the
Owner's Representative shall issue to the Owner and Contractor his certificate of completion, and thereupon it shall be the
duty of the Owner within thirty-one (31) days to issue a certificate of acceptance of the work to the Contractor.
44. FINAL PAYMENT
Upon the issuance of the certificate of completion, the Owner's Representative shall proceed to make final measurement and
prepare a final statement of the value of all work performed and materials furnished under the terms of the agreement, and
shall certify same to the Owner, who shall pay to the Contractor on or before the 31 st day after the date of certificate of
completion, the balance due Contractor under the terms of this agreement, provided he has fully performed his contractual
obligations under the terms of this contract; and said payment shall become due in any event upon said performance by the
Contractor. Neither the certificate of acceptance 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 special conditions (if
any) of this contract or required in the specifications made a part of this contract.
45. CORRECTION OF WORK BEFORE FINAL PAYMENT FOR WORK
Contractor shall promptly remove from Owners' premises all materials condemned by the Owner's Representative on _
account of failure to conform to the contract, whether actually incorporated in the work or not, and Contractor shall at his
own expense promptly replace such condemned materials with other materials conforming to the requirements of the
contract. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or
I
t'd
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.
46. CORRECTION OF WORK AFTER FINAL PAYMENT
Neither the final payment nor certificate nor any provision in this contract shall relieve the Contractor of responsibility for
faulty materials or workmanship, and he shall remedy any defects due thereto and pay for any damage to other work
resulting therefrom, which shall appear within a period of one (1) year from the date of substantial completion. The Owner
or the Owner's Representative shall give notice of observed defects with reasonable promptness.
47. PAYMENT WITHHELD
The Owner may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certificate to
such extent as may be necessary to protect himself from loss on account of
(a) Defective work not remedied.
(b) Claims filed or reasonable evidence indicating possible filing of claims.
(c) Failure of the Contractor to make payments promptly to subcontractors or for materials or labor.
(d) Damage to another contractor. .
When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, which will
protect the Owner in the amount withheld, payment shall be made for amounts withheld because of them.
48. TM E OF FILING CLAIMS
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) days after the Owner's Representative has given any
directions, order or instruction to which the Contractor desires to take exception. The Owners' Representative shall reply to
such written exceptions by the Contractor and render his final decision in writing. In case the Contractor should appeal
from the decision of the Owner's Representative, any demand for arbitration shall be filed with the Owner's Representative
and the Owner in writing within ten (10) days after the date of delivery to Contractor of the final decision of the Owner's
Representative. It is further agreed that final acceptance of the work by the Owner and the acceptance by the Contractor of
the final payment shall be a bar to any claim by either party, except where noted otherwise in the contract documents.
r 49. ARBITRATION
All questions of dispute under this agreement shall be submitted to arbitration at the request of either party to the dispute.
*� The parties may agree upon one arbitrator, otherwise, there shall be three; one named in writing by each party and the third
chosen by the two arbiters selected; or if the arbiters fail to select a third within ten (10) days, he shall be chosen by the
District Judge, 72nd Judicial District of Texas. Each arbiter shall be a resident of the City of Lubbock. Should the party
demanding arbitration fail to name an arbiter within ten (10) days of the demand, his right to arbitrate shall lapse, and the
d decision of the Owner's Representative shall be final and binding on him. Should the other party fail to choose an arbiter
within ten (10) days, the Owner's Representative shall appoint such arbiter. Should either party refuse or neglect to supply
the arbiters with any papers or information demanded in writing, the arbiters are empowered by both parties to take Ex
P7 Parte Proceedings.
The arbiters shall act with promptness. The decision of any two shall be binding on both parties to the contract, unless
either or both parties shall appeal within ten (10) days from date of the award by the arbiters, and it is hereby agreed that
each party shall have the right of appeal and all proceedings shall be according to and governed by Arbitration Statutes of
l Texas, being Article 224, et seq., Vernon's Annotated Civil Statutes. THE DECISION OF THE ARBITERS UPON ANY
e
i
QUESTION SUBMITTED TO ARBITRATION UNDER THIS CONTRACT SHALL BE A CONDITION PRECEDENT
TO ANY RIGHT OF LEGAL ACTION.
The arbiters, if they deem the case demands it, are authorized to award the party whose contention is sustained, such sums
as they deem proper for the time, expense and trouble incident to the appeal, and if the appeal was taken without reasonable
cause, they may award damages for any delay occasioned thereby. The arbiters shall fix their own compensation, unless
otherwise provided by agreement, and shall assess the costs and charges of the arbitration upon either or both parties. The
award of the arbiters must be made in writing and shall not be open to objection on account of the form of proceedings or
award.
50. ABANDONMENT BY CONTRACTOR
In case the Contractor should abandon and fail or refuse to resume work within ten (10) days after written notification from
the Owner or the Owner's Representative, or if the Contractor fails to comply with the orders of the Owner's Representative,
when such orders are consistent with this contract, this Agreement, or the Specifications hereto attached, 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.
After receiving said notice of abandonment, 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 case the Surety should fail to commence compliance with the notice for completion hereinbefore provided for within ten
(10) days after service of such notice, then the Owner may provide for completion of the work in either of the following
elective manners:
(a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and supplies as said
Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment,
tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the
Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under
and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under _
this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference.
In case such expense is greater than the sum which would have been payable under this contract, if the same had
been completed by said Contractor, then the Contractor and/or his 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. However, 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.
When the work shall have been substantially completed, the Contractor and his Surety shall be so notified and certificates of —
completion and acceptance, as provided in paragraph 42 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
r
r
delivered to Contractor and his Surety, 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 certificate 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 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. Should the cost to
complete the work exceed the contract price, and the Contractor and/or his Surety 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 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 subject only to the duty of the Owner to exercise ordinary care to protect
such property. After fifteen (15) 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. 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 which remain on the «jobsite and belong to persons other than the
Contractor or his Surety, to their proper owners.
51. ABANDONMENT BY OWNER
In case the Owner shall fail to comply with the terms of this contract, and should fail or refuse to comply with said terms
within ten (10) days after written notification by the Contractor, then the Contractor may suspend or wholly abandon the
work, and may remove therefrom all machinery, tools, and equipment, and all materials on the ground that have not been
included in payments to the Contractor and have not been incorporated into the work. Thereupon, the Owner's
Representative shall make an estimate of the total amount earned by the Contractor, which estimate shall include the value
of all work actually completed by said Contractor at the prices stated in the the attached proposal, the value of all partially
completed work at a fair and equitable price, and the amount of all Extra Work performed at the prices agreed upon, or
provided for by the terms of this contract, and a reasonable sum to cover the cost of any provisions made by the Contractor
to carry the whole work to completion, and which cannot be utilized. The Owner's Representative shall then make a final
statement of the balance due the Contractor by deducting from the above estimate all previous payments by the Owner and
all other sums that may be retained by the Owner under the terms of this Agreement, and shall certify same to the Owner
who shall pay to the Contractor on or before thirty (30) days after the date of the notification by the Contractor the balance
shown by said final statement as due the Contractor, under the terms of this Agreement.
52. BONDS
The successful bidder shall be required to furnish a performance bond and payment bond in accordance with Article 5160,
Vemon's Annotated Civil Statutes in the amount of 100% of the total contract price, in the event said contract price exceeds
S25,000.00. If the contract price does not exceed $25,000.00, the statutory bonds will not be required. All bonds, if
required, shall be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to
do business in the State of Texas. And it is further agreed that this contract shall not be in effect until such bonds are so
furnished.
53. 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.
54. LOSSES FROM NATURAL CAUSES
Unless otherwise specified herein, all loss 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 and the prosecution of the same, or from unusual
obstructions or difficulties which may be encountered in the prosecution of the work, shall be sustained and borne by the
Contractor at his own cost and expense.
55. INDEPENDENT CONTRACTOR
Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct,
supervise, and control his 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 his 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.
56. CLEANING UP —
The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the
completion of the work he shall remove all such debris and also his 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.
F
CURRENT WAGE DETERN 1NATIONS
COUNTY(ies):
.. LUBBOCK
CARP1884A 07/01/1988
Rates Fringes
CARPENTERS 12.50 '2.73
MILLWRIGHTS 13.00 _ _2.73
----------------------------------------------------------------
ELECO850A 01/01/1991
Rates
ELECTRICIANS 13.25
-----------------------------------------------
PL-UM0629A 06/01/1989
r'" Rates
PLUMBERS:
Mechanical contracts
over $150,000 15.00
Y Mechanical contracts
$150,000 or less 10.50
-------------------------------------------
Fringes
2.50+3.25%
--------------
Fringes-
1.59
1.59
------------------
* SFTX0669A 04/01/1993
Rates Fringes
SPRINKLER FITTERS 19.20 5.85
----------------------------------------------------------------
�••
SUTX2048A 03/16/1992
Rates
Fringes
ACOUSTICAL CEILING AND DRYWALL
MECHANICS
10.00
.25
r
BRICKLAYERS
11.74
GLAZIERS
9.50
-
LABORERS
5.95
LATHERS
11.17
MASON TENDERS
6.25
PAINTERS
10.50
r.
PLASTERERS
11.17
POWER EQUIPMENT OPERATORS:
{
Backhoe
10.50
.42
ROOFERS
9.71
r
SHEET METAL WORKERS (Including
t
duct work)
8.80
.69
r^
-----------------------------------------------------------------
WELDERS - Receive rate prescribed
for the craft
performing
operation to which welding is incidental.
----------------------------------------------------------------
Unlisted classifications needed for work not included within the
scope of the classifications listed may be added after award only
r
4 -
TX930015 -_2
r
General Decision Number TX930015
Superseded General Decision No. TX910015
State: TEXAS
Construction Type:,
Building
County(ies):
LUBBOCK
BUILDING CONSTRUCTION PROJECTS (does not include residential
construction consisting of single family homes and apartments up
to and including 4 stories). (Use current heavy & highway
general wage determination for Paving & Utilities Incidental to
Building Construction).
Modification Number Publication Date
0 02/19/1993
1 06/11/1993
as provided in the labor standards contract clauses (29 CFR
5.5 (a) 1 (ii)) .
END OF GENERAL DECISION
TX930015 - 3
SPECIFICATIONS
SET NO.
PROJECT MANUAL
TECHNICAL SPECIFICATIONS
VEHICLE WASH SYSTEM RENOVATION FOR
CITIBUS
THE TRANSIT SYSTEM OF THE
CITY OF LUBBOCK
LUBBOCK, TEXAS
4 January, 1994
7�
cm>cp: Is•*I.99-
LANDRESS ARCHITECTURE
2306 AVENUE Q
m LUBBOCK, TEXAS
CITIBUS 93F08
Technical Specifications Landress Architecture
VEHICLE WASH SYSTEM RENOVATION FOR 2306 Avenue Q
Lubbock, Texas
CMBUS
THE TRANSIT SYSTEM OF
THE CITY OF LUBBOCKL L�-t,V ;y�,,
Lubbock, Texas`s o F`
INDEX OF SECTIONS
612� P
Number Section Name No. �'� TE F Z
Pgs
DIVISION 1 - GENERAL REQUIREMENTS
01010 Summary of Work 2 �. o ` . 4
01019 Contract Considerations 2 a2at 1ciD
01030 Alternates 1
01039 Coordination and Meetings 3
01300 Submittals 3
01400 Quality Control 3
01500 Construction Facilities and
Temporary Controls 3
01600 Material and Equipment 2
01650 Starting of Buswash Systems 2
01700 Contract Closeout 3
DIVISION 2 - SITEWORK
02072 Minor Demolition for Remodeling 3
02207 Aggregate Materials 2
02222 Excavating 2
02231 Aggregate Base Course 2
02281 Termite Control 3
02520 Portland Cement Concrete Paving 5
02853 Parking Bumpers 2
DIVISION 3 - CONCRETE NOT USED
DIVISION 4 - MASONRY
04100 Mortar and Masonry Grout 4
04300 Unit Masonry System 7
DIVISION 5 - METALS
05550 Metal Fabrications 4
DIVISION 6 - WOOD AND CARPENTRY - NOT USED
-1-
CITIBUS 93F08
DIVISION 7 - THERMAL AND MOISTURE PROTECTION
07900 Joint Sealers
DIVISION 8 - DOORS AND WINDOWS
08114 Custom Steel Doors
08115 Custom Steel Frames
08360 Sectional Overhead Doors
08710 Door Hardware
DIVISION 9 - FINISHES
09900 Painting
DIVISION 10 - SPECIALTIES - NOT USED
DIVISION 11 - EQUIPMENT
11173 Special Bus Wash Equipment
DIVISION 12 - FURNISHINGS - NOT USED
DIVISION 13 - SPECIAL CONSTRUCTION
13121 Pre -Engineered Buildings
DIVISION 14 - CONVEYING STSTEMS - NOT USED
DIVISION 16 - MECHANICAL - NOT USED
DIVISION 16 - ELECTRICAL - NOT USED
"""""END OF INDEX'**"
-2-
3
3
4
5
5
7
7
CITIBUS 93F08
SECTION 01010 —
SUMMARY OF WORK
PART 1 GENERAL: Applicable requirements of the general conditions apply to the work specified in
this section.
1.1 SECTION INCLUDES
A. Contract Description: The work includes general construction including plumbing, electrical and
bus wash systems.
B. Contractor use of site .
C. Work Sequence. —
D. Owner occupancy.
1.2 CONTRACTOR USE OF SITE AND PREMISES
A. Limit use of site and premises to allow:
1. Owner occupancy. _
B. Construction Operations: Limited to areas noted on Drawings.
1. Limit the hours of work to 7:00 a.m. to 5:00 p.m. Monday through Friday
C. Utility Outages and Shutdown:
1. Advise the Owner of any required shutdown or utility outage one week prior to outage.
Keep outages to 4 hour maximum duration. —
1.3 CONTRACT DRAWINGS AND SPECIFICATIONS
A. The Owner:
1. Will provide the Contractor, without charge, one set of large-scale contract drawings and
specifications except publications incorporated into the technical provisions by
reference; —
2. Will furnish additional sets on request, for the cost of reproduction.
B. The Contractor shall:
1. Check all drawings furnished immediately upon receipt; —
2. Compare all drawings and verify the figures before laying out the work;
3. Promptly notify the Architect of any discrepancies; and
4. Be responsible for any errors which might have been avoided by complying with this
paragraph (B).
C. Large scale drawings shall, in general, govem small scale drawings. Figures marked on
drawings shall, in general, be followed in preference to scale measurements. —"
D. Omissions from the drawings or specifications or the misdescription of details of work which are
manifestly necessary to carry out the intent of the drawings and specifications, or which are
customarily performed, shall not relieve the contractor from performing such omitted or
mis-described details of the work, but shall be performed as if fully and correctly set forth and
described in the drawings and specifications.
01010-1
CITIBUS 93F08
E. The work shall conform to the specifications and the contract drawings identified on the
following index of drawings:
Page No. Sheet No. Description
1 C1.0 SITE PLAN AND DETAILS
2 A1.0 ARCHITECTURAL PLAN AND DETAILS
1.4 WORK SEQUENCE
A. Construct Work in phases to accommodate Owner's occupancy requirements during the
construction period, coordinate construction schedule and operations with Owner.
1.5 OWNER OCCUPANCY
A. The Owner will occupy the facility during the entire period of construction.
B. Cooperate with Owner to minimize conflict, and to facilitate Owner's operations.
C. Schedule the Work to accommodate this requirement.
PART 2 PRODUCTS
Not Used
PART 3 EXECUTION
Not Used
END OF SECTION
01010-2
CITIBUS 931`08
SECTION 0 10 19
CONTRACT CONSIDERATIONS
PART 1 GENERAL: Applicable requirements of the general conditions apply to the work specified in
this section.
1.1 SECTION INCLUDES _
A. Inspecting and testing allowances.
B. Schedule of values.
C. Application for payment.
D. Change procedures.
E. Measurement and payment - unit prices
F. Alternates.
1.2 RELATED SECTIONS
A. Section 01030 - Alternates.
B. Section 01600 - Material and Equipment: Product substitutions and options.
1.3 INSPECTING AND TESTING ALLOWANCES
A. Costs Included in Inspecting and Testing Allowances: Cost of engaging an inspecting or testing
firm; execution of inspecting and tests; and reporting results.
B. Costs Not Included in the Inspecting and Testing Allowance But Included in the Contract
Sum/Price:
1. Costs of incidental labor and facilities required to assist inspecting or testing firm.
2. Costs of testing laboratory services used by Contractor separate from Contract --
Document requirements.
3. Costs of retesting upon failure of previous tests as determined by Architect.
C. Payment Procedures:
1. Submit one copy of the inspecting or testing firm's invoice with next application for
payment.
2. Pay invoice on approval by Architect.
D. Inspecting and Testing Allowances Schedule:
1. Include the sum of $250 for payment of testing laboratory services specified in Section
01400.
E. Differences in cost will be adjusted by Change Order.
1.4 SCHEDULE OF VALUES
A. Submit a printed schedule on AIA Form G703 - Application and Certificate for Payment
Continuation Sheet.
01019 - 1
f CITIBUS 93F08
r
B. Submit Schedule of Values in duplicate within 15 days after date established in Notice to
Proceed.
C. Format: Identify each line item with number and title of the major specification. Identify
mobilization, bonds and insurance as separate line items.
D. Include in each line item, the amount of Allowances specified in this section.
E. Include within each line item, a direct proportional amount of Contractor's overhead and profit.
F. Revise schedule to list approved Change Orders, with each Application For Payment.
1.5 APPLICATIONS FOR PAYMENT
A. Submit three copies of each application on AIA Form G702 - Application and Certificate for
Payment and AIA G703 - Continuation Sheet.
B. Content and Format: Utilize Schedule of Values for listing items in Application for Payment.
1.6 CHANGE PROCEDURES
A. The Architect will advise of minor changes in the Work not involving an adjustment to Contract
Sum/Price or Contract Time as authorized by AIA A201, 1987 Edition, Paragraph 7.4
B. The Architect may issue a Proposal Request which includes a detailed description of a
proposed change with supplementary or revised Drawings and Specifications, a change in
Contract Time for executing the change and the period of time during which the requested
r., price will be considered valid. Contractor will prepare and submit an estimate within 10 days.
r
C. The Contractor may propose changes by submitting a request for change to the Architect,
describing the proposed change and its full effect on the Work. Include a statement describing
r" the reason for the change, and the effect on the Contract Sum/Price and Contract Time with
full documentation and a statement describing the effect on Work by separate or other
contractors. Document any requested substitutions in accordance with Section 01600.
D. Stipulated Sum/Price Change Order: Based on Proposal Request and Contractor's price
quotation or Contractor's request for a Change Order as approved by Architect.
�^ E. Change Order Forms: AIA G701 Change Order.
4
F. Execution of Change Orders: Architect will issue Change Orders for signatures of parties as
r, provided in the Conditions of the Contract.
k
PART2 PRODUCTS
Not Used
PART 3 EXECUTION
Not Used
END OF SECTION
01019 2
CITIBUS 93F08
SECTION 01030 -
ALTERNATES
PART 1 GENERAL: Applicable requirements of the general conditions apply to the work specified in
this section.
1.1 SECTION INCLUDES
A. Submission procedures.
B. Documentation of changes to Contract Sum/Price and Contract Time. _
1.2 RELATED SECTIONS
A. Agreement: Incorporating monetary value of accepted Alternates.
B. Instructions To Bidders, Bid Form, : Requirements for Alternates.
C. Section 01019 - Contract Considerations.
D. Section 01300 - Submittals:
E. Section 01600 - Material and Equipment: Product options and substitutions.
1.3 SUBMISSION REQUIREMENTS
A. Submit Alternates identifying the effect on adjacent or related components.
B. Alternates quoted on Bid Forms will be reviewed and accepted or rejected at the Owner's
option. Accepted Alternates will be identified in the Owner -Contractor Agreement.
C. Coordinate related work and modify surrounding work to integrate the Work of each Alternate. —'
1.4 SELECTION AND AWARD OF ALTERNATES
A. Indicate variation of Bid Price for Alternates described below and listed in the BID FORM
document. This form requests a "difference" in Bid Price by adding to the base Bid Price.
B. Bids may be evaluated on the base bid price. After determination of a bidder, consideration
will be given to Alternates and Bid Price adjustments.
1.5 SCHEDULE OF ALTERNATES
A. Alternate No. 1 - Additional Concrete Paving:
Sections 02207, 02222, 02231, 02281 and 02520 (cast -in -place concrete paving including
base,soil treatment and joints) and Drawing numbers C1.1 including referenced details.
PART2 PRODUCTS
Not Used
PART 3 EXECUTION
Not Used
END OF SECTION
01030 - 1
CITIBUS 93FOB
I
SECTION 01039
COORDINATION
AND MEETINGS
PART 1
GENERAL: Applicable requiremnts of the general conditions apply to the work specified in this
section.
1.1
SECTION INCLUDES
A.
Coordination.
r
B.
Preconstruction meeting.
r..
C.
Preinstallation meetings.
r
D.
Alteration project procedures.
1.2
COORDINATION
A.
Coordinate scheduling, submittals, and Work of the various sections of the Project Manual to
assure efficient and orderly sequence of installation of interdependent construction elements.
B.
Verify utility requirements and characteristics of operating equipment are compatible with
building utilities. Coordinate work of various sections having interdependent responsibilities
!�
for installing, connecting to, and placing in service, such equipment.
C.
Coordinate space requirements and installation of mechanical and electrical work which are
indicated diagrammatically on Drawings. Follow routing shown for pipes, ducts, and conduit, as
�,.
closely as practicable; place runs parallel with line of building. Utilize spaces efficiently to
maximize accessibility for other installations, for maintenance, and for repairs.
D.
Coordinate completion and clean up of Work of separate sections in preparation for Substantial
Completion and for portions of Work designated for Owner's occupancy.
E.
Confirm drawing dimensions and elevations.
r
x
1.3
PRECONSTRUCTION MEETING
►—
A.
Owner will schedule a meeting after Notice of Award.
B.
Attendance Required: Owner, Architect, Contractor, Buswash Equipment Supplier .
1.4
PREINSTALLATION MEETING
A.
When required in individual specification sections, convene a preinstallation meeting at work
.-
site prior to commencing work of the section.
B.
Require attendance of parties directly affecting, or affected by, work of the specific section.
r
C.
Notify Architect four days in advance of meeting date.
PART2
PRODUCTS
NOT USED
r
i
01039 - 1
CITIBUS 931708
PART 3 EXECUTION
3.1 EXAMINATION
A. Verify that existing site conditions and substrate surfaces are acceptable for subsequent Work.
Beginning new Work means acceptance of existing conditions.
B. Verify that existing substrate is capable of structural attachment of new Work being applied or
attached.
C. Examine and verify specific conditions described in individual specification sections.
D. Verify that utility services are available, of the correct characteristics, and in the correct
location.
3.2 PREPARATION
A. Clean substrate surfaces prior to applying next material or substance.
B. Seal cracks or openings of substrate prior to applying next material or substance.
C. Apply any manufacturer required or recommended substrate primer, sealer, or conditioner prior
to applying any new material or substance in contact or bond.
3.3 CUTTING AND PATCHING —
A. Employ skilled and experienced installer to perform cutting and patching.
B. Submit written request in advance of cutting or altering elements which affects:
1. Structural integrity of element.
2. Integrity of weather -exposed or moisture -resistant elements.
3. Efficiency, maintenance, or safety of element.
4. Visual qualities of sight exposed elements.
5. Work of Owner or separate contractor.
C. Execute cutting, fitting, and patching including excavation and fill, to complete Work, and to:
1. Fit the several parts together, to integrate with other Work.
2. Uncover Work to install or correct ill-timed Work.
3. Remove and replace defective and non -conforming Work.
4. Remove samples of installed Work for testing.
5. Provide openings in elements of Work for penetrations of mechanical and electrical
Work.
D. Execute work by methods to avoid damage to other Work, and which will provide proper
surfaces to receive patching and finishing.
E. Cut masonry and concrete materials using masonry saw or core drill.
F. Restore Work with new Products in accordance with requirements of Contract Documents.
G. Fit Work tight to pipes, sleeves, ducts, conduit, and other penetrations through surfaces.
H. Maintain integrity of wall, ceiling, or floor construction; completely seal voids. _
I. Refinish surfaces to match adjacent finishes. For continuous surfaces, refinish to nearest
intersection; for an assembly, refinish entire unit.
01039 - 2
CITIBUS 93F08
3.4
J. Identify any hazardous substance or condition exposed during the Work to the Architect for
decision or remedy.
ALTERATION PROJECT PROCEDURES
A. Materials: As specified in Product sections; match existing Products and work for patching and
extending work.
B. Employ skilled and experienced installer to perform cutting and patching.
C. Close openings in exterior surfaces to protect existing world from weather and extremes of
temperature and humidity.
D. Remove, cut, and patch Work in a manner to minimize damage and to provide a means of
restoring Products and finishes to original or specified condition.
E. Refinish existing visible surfaces to remain in renovated spaces, to renewed condition for each
material, with a neat transition to adjacent finishes.
F. Where new Work abuts or aligns with existing, provide a smooth and even transition. Patch
Work to match existing adjacent Work in texture and appearance.
G. When finished surfaces are cut so that a smooth transition with new Work is not possible,
terminate existing surface along a straight line at a natural line of division and submit
recommendation to Architect for review.
H. Where a change of plane of 1/4 inch or more occurs, submit recommendation for providing a
smooth transition to Architect for review.
I. Patch or replace portions of existing surfaces which are damaged, lifted, discolored, or showing
other imperfections.
J. Finish surfaces as specified in individual Product sections.
END OF SECTION
01039 - 3
CITIBUS 83F08
SECTION 01300 --
SUBMITTALS
PART 1 GENERAL: Applicable requirements of the general conditions apply to the work specified in
this section.
1.1 SECTION INCLUDES A. Submittal procedures.
B. Construction progress schedules. —
C. Proposed Products list.
D. Shop Drawings.
E. product Data. —
F. Samples.
G. Manufacturer's installation instructions. H. -Manufacturers' certificates.
1.2 RELATED SECTIONS
A. Section 01400 - Quality Control: Manufacturers' field services and reports. —
B. Section 01700 - Contract Close-out: Contract warranties, bonds, manufacturers' certificates,
and close-out submittals.
1.3 SUBMITTAL PROCEDURES
A. Transmit each submittal with AIA Form G810. B. Sequentially number the transmittal form. Revise submittals with original number and a
sequential alphabetic suffix.
C. Identify Project, Contractor, Subcontractor or supplier; pertinent drawing and detail number,
and specification section number, as appropriate.
D. Apply Contractor's stamp, signed or initialled certifying that review, verification of Products
required, field dimensions, adjacent construction Work, and coordination of information, is in
accordance with the requirements of the Work and Contract Documents. Failure to comply
shall result in the return of submittals unprocessed.
E. Schedule submittals to expedite the Project, and deliver to Architect. Coordinate submission of
related items. F. For each submittal for review, allow 10 days excluding delivery time to and from the contractor.
G. Identify variations from Contract Documents and Product or system limitations which may be
detrimental to successful performance of the completed Work.
01300 1
CITIBUS 93FOS
H.
Provide space for Contractor and Architect review stamps.
I.
Revise and resubmit, Identify all changes made since previous submission.
i
J.
Distribute copies of reviewed submittals as appropriate. Instruct parties to promptly report any
Inability to comply with provisions.
K.
Submittals not requested will not be recognized or processed.
1.4
CONSTRUCTION PROGRESS SCHEDULES
A.
Submit initial schedule in duplicate within 15 days after date established In Notice to Proceed.
B.
Revise and resubmit as required.
r
l
C.
Submit revised schedules with each Application for Payment, identifying changes since
previous version.
r
D.
Submit a horizontal bar chart with separate line for each major section of Work , identifying
first work day of each week.
r`
E.
Indicate estimated percentage of completion for each item of Work at each submission.
1.5
PROPOSED PRODUCTS LIST
A.
Within 15 days after date of Notice to Proceed, submit list of major products proposed for use,
with name of manufacturer, trade name, and model number of each product.
B.
For products specified only by reference standards, give manufacturer, trade name, model or
I
catalog designation, and reference standards.
...
1.6
SHOP DRAWINGS
A. Submit in the form of one reproducible transparency one opaque reproductions.
B. Shop Drawings: Submit for review. After review, produce copies and distribute in accordance
with the SUBMITTAL PROCEDURES article above and for record documents purposes
described in Section 01700 - CONTRACT CLOSE OUT.
C. Indicate special utility and electrical characteristics, utility connection requirements, and
location of utility outlets for service for functional equipment and appliances.
1.7 PRODUCT DATA
A. Submit the number of copies which the Contractor requires, plus two copies which will be
retained by the Architect.
B. Mark each copy to identify applicable products, models, options, and other data. Supplement
manufacturers' standard data to provide information unique to this Project.
C. Indicate Product utility and electrical characteristics, utility connection requirements, and
location of utility outlets for service for functional equipment and appliances.
D. After review distribute in accordance with the Submittal Procedures article above and provide
copies for record documents described in Section 01700 - CONTRACT CLOSEOUT.
01300 - 2
CITIBUS 93F08
1.8 SAMPLES
A. Submit samples to illustrate functional and aesthetic characteristics of the Product, with integral
parts and attachment devices. Coordinate sample submittals for interfacing work.
B. Submit samples of finishes from the full range of manufacturers' standard colors, textures, and
patterns for Architect selection.
C. Include identification on each sample, with full Project information.
D. Submit the number of samples specified in individual specification sections; one of which will
be retained by Architect.
E. Reviewed samples which may be used in the Work are indicated in individual specification
sections.
1.9 MANUFACTURER INSTALLATION INSTRUCTIONS
A. When specified in individual specification sections, submit printed instructions for delivery,
storage, assembly, installation, start-up, adjusting, and finishing, to Architect in quantities
specified for Product Data.
B. Indicate special procedures, perimeter conditions requiring special attention, and special
environmental criteria required for application or installation.
1.10 MANUFACTURER CERTIFICATES
A. When specified in individual specification sections, submit certification by manufacturer to
Architect, in quantities specified for Product Data.
B. Indicate material or Product conforms to or exceeds specified requirements. Submit
supporting reference data, affidavits, and certifications as appropriate.
C. Certificates may be recent or previous test results on material or Product, but must be
acceptable to Architect.
PART2 PRODUCTS
Not Used
PART 3 EXECUTION
Not Used
END OF SECTION
01300 3
i
CITIBUS 93F08
r
SECTION 01400
QUALITY CONTROL
PART 1
GENERAL: Applicable requirements of the general conditions apply to the work specified in
this section.
1.1
SECTION INCLUDES
A.
Quality assurance - control of installation.
!
B.
Tolerances
C.
References.
i
k
D.
Inspecting and testing laboratory services.
E
Manufacturers' field services and reports.
`
1.2
RELATED SECTIONS.
?�
A.
Section 01300 - Submittals: Submission of manufacturers' instructions and certificates.
B.
Section 01600 - Material and Equipment: Requirements for material and product quality.
"
1.3
QUALITY ASSURANCE - CONTROL OF INSTALLATION
A.
Monitor quality control over suppliers, manufacturers, Products, services, site conditions, and
workmanship, to produce Work of specified quality.
!�
B.
Comply with manufacturers' instructions, including each step in sequence.
C.
Should manufacturers' instructions conflict with Contract Documents, request clarification from
Architect before proceeding.
D.
Comply with specified standards as minimum quality for the Work except where more stringent
tolerances, codes, or specified requirements indicate higher standards or more precise
f~
workmanship.
E.
Perform work by persons qualified to produce workmanship of specified quality.
F.
Secure Products in place with positive anchorage devices designed and sized to withstand
stresses, vibration, physical distortion, or disfigurement.
.-
1.4
TOLERANCES
A.
Monitor tolerance control of installed Products to produce acceptable Work. Do not permit
tolerances to accumulate.
r
B.
Comply with manufacturers' tolerances. Should manufacturers' tolerances conflict with
Contract Documents, request clarification from Architect before proceeding.
C.
Adjust Products to appropriate dimensions; position before securing Products In place.
01400 -1
CITIBUS 93F08
1.5 REFERENCES
A. For Products or workmanship specified by association, trade, or other consensus standards,
comply with requirements of the standard, except when more rigid requirements are specified
or are required by applicable codes.
B. Conform to reference standard by date of issue current on date of Contract Documents, except
where a specific date is established by code.
C. Obtain copies of standards where required by product specification sections.
D. The contractual relationship, duties, and responsibilities of the parties in Contract nor those of
the Architect shall not be altered from the Contract Documents by mention or inference
otherwise in any reference document.
1.6 INSPECTING AND TESTING LABORATORY SERVICES
A. Owner will appoint and employ services of an independent firm to perform inspecting and
testing, Contractor shall pay for services from cash allowance specified in Section 01019.
B. The independent firm will perform inspections, tests, and other services specified in individual
specification sections and as required by the Architect or the Owner.
C. Inspecting, testing, and source quality control may occur on or off the project site. Perform
off -site inspecting or testing as required by the Architect or the Owner.
D. Reports will be submitted by the independent firm to the Architect and Contractor indicating
observations and results of tests and indicating compliance or non-compliance with Contract
Documents.
E. Cooperate with independent firm; furnish samples of materials, design mix, equipment, tools,
storage, safe access, and assistance by incidental labor as requested.
1. Notify Architect and independent firm 24 hours prior to expected time for operations
requiring services.
2. Make arrangements with independent firm and pay for additional samples and tests
required for Contractor's use.
F. Testing or inspecting does not relieve Contractor to perform Work to contract requirements.
G. Retesting required because of non-conformance to specified requirements shall be performed
by the same independent firm on instructions by the Architect. Payment for retesting will be
charged to the Contractor by deducting inspecting or testing charges from the Contract
Sum/Price.
1.7 MANUFACTURERS' FIELD SERVICES AND REPORTS
A When specified in individual specification sections, require material or Product suppliers or
manufacturers to provide qualified staff personnel to observe site conditions, conditions of
surfaces and installation, quality of workmanship, start-up of equipment, test, adjust and
balance of equipment as applicable, and to initiate instructions when necessary.
B. Submit qualifications of observer to Architect 30 days in advance of required observations.
Observer subject to approval of Owner.
01400 - 2
CITIBUS 93FOB
C. Report observations and site decisions or instructions given to applicators or installers that are
supplemental or contrary to manufacturers' written instructions.
D. Submit report in duplicate within 30 days of observation to Architect for information.
PART2 PRODUCTS
Not Used
PART 3 EXECUTION
Not Used
END OF SECTION
01400 - 3
CITIBUS93F08
SECTION 01500 '
CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS
PART 1 GENERAL: Applicable requirements of the general conditions apply to the work specified in
this section.
1.1 SECTION INCLUDES '
A. Temporary Utilities: Electricity, lighting, heat, telephone service, water, and sanitary facilities.
B. Temporary Controls: Barriers, enclosures and fencing, protection of the Work, and water
control
C. Construction Facilities: Progress cleaning, and project signage.
1.2 RELATED SECTIONS
A. Section 01700 - Contract Closeout: Final cleaning.
1.3 TEMPORARY ELECTRICITY
A. Cost: By Owner; connect to Owner's existing power service. Do not disrupt Owner's need for
continuous service. Exercise measures to conserve energy.
1.4 TEMPORARY LIGHTING FOR CONSTRUCTION PURPOSES
A. Provide and maintain lighting for construction operations.
B. Provide branch wiring from power source to distribution boxes with lighting conductors, pigtails,
and lamps as required.
C. Maintain lighting and provide routine repairs.
D. Permanent building lighting may be utilized during construction.
1.5 TEMPORARY HEAT
A. Existing facilities may be used.
1.6 TEMPORARY VENTILATION
A. Ventilate enclosed areas to assist cure of materials, to dissipate humidity, and to prevent —
accumulation of dust, fumes, vapors, or gases.
B. Utilize existing ventilation equipment. Extend and supplement equipment with temporary fan _
units as required to maintain clean air for construction operations.
1.7 TELEPHONE SERVICE
A. Provide, maintain and pay for telephone service at time of project mobilization.
1.8 TEMPORARY WATER SERVICE _
A. Owner will pay cost of water used. Exercise measures to conserve water
01500 1 -
r
CITIBUS93F08
1.9
TEMPORARY SANITARY FACILITIES
A.
Provide and maintain required facilities and enclosures. Existing facility use is not permitted.
1.10
BARRIERS
r..,
A.
Provide barriers to prevent unauthorized entry to construction areas to allow for Owner's use of
r
site, and to protect existing facilities and adjacent properties from damage from construction
operations and demolition.
B.
Provide barricades required by governing authorities for public rights -of -way.
C.
Protect non -owned vehicular traffic, stored materials, site, and structures from damage.
r
1.11
FENCING
A.
Construction: Contractor's option.
1.12
WATER CONTROL
r
A.
Grade site to drain. Maintain excavations free of water. Provide, operate, and maintain
P
pumping equipment.
1.13
PROTECTION OF INSTALLED WORK
I�
A.
Protect installed Work and provide special protection where specified In individual specification
sections.
B.
Provide temporary and removable protection for installed Products. Control activity in
immediate work area to prevent damage.
C.
Provide protective coverings at walls, projections, jambs, sills, and soffits of openings.
D.
Protect finished floors, stairs, and other surfaces from traffic, dirt, wear, damage, or movement
of heavy objects, by protecting with durable sheet materials.
I
E.
Prohibit traffic or storage upon waterproofed or roofed surfaces. If traffic or activity is
necessary, obtain recommendations for protection from waterproofing or roofing material
s
manufacturer.
'
1.14
SECURITY
r'
A.
Provide security and facilities to protect Work and existing facilities, and Owner's operations
from unauthorized entry, vandalism, or theft.
r-
B.
Coordinate with Owner's security program.
C.
Provide and maintain access to fire hydrants, free of obstructions.
1.15
PROGRESS CLEANING
A.
Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean and
E
orderly condition.
B.
Collect and remove waste materials, debris and rubbish from site twice weekly and dispose off
site.
01500 - 2
CITIBUS93F08
1.16 PROJECT IDENTIFICATION
A. Provide 6 foot wide x 2.5 foot high project sign of exterior grade plywood and wood frame
construction, painted, with exhibit lettering by professional sign painter or die cut vinyl,
self-adhesive letters, to Architect's design and colors.
B. List title of Project, names of Owner, Architect, Contractor,
C. Erect on site at location established by Architect.
D. No other signs are allowed without Owner permission except those required by law.
1.17 REMOVAL OF UTILITIES, FACILITIES, AND CONTROLS
A. Remove temporary utilities, equipment, facilities, materials, prior to Substantial Completion.
B. Clean and repair damage caused by installation or use of temporary work.
C. Restore existing and permanent facilities used during construction to original condition.
PART2 PRODUCTS
Not Used
PART 3 EXECUTION
Not Used
END OF SECTION
01500 - 3
CITIBUS 93FOS
r
SECTION 01600
MATERIAL
AND EQUIPMENT
f~
PART 1
GENERAL: Applicable requirements of the general conditions apply to the work specified in
this section.
1.1
SECTION INCLUDES
A.
Products.
handling.
B.
Transportation and
C.
Storage and protection.
D.
Product options.
r
a
E.
Substitutions.
1.2
RELATED SECTIONS
A.
Instructions to Bidders: Product options and substitution procedures.
B.
Section 01400 - Quality Control: Product quality monitoring.
1.3
PRODUCTS
A.
Do not use materials and equipment removed from existing premises, except as specifically
r"
permitted by the Contract Documents.
B.
Provide interchangeable components of the same manufacture, for components being
r
replaced.
1.4
TRANSPORTATION AND HANDLING
A.
Transport and handle Products in accordance with manufacturer's instructions.
B.
Promptly inspect shipments to ensure that Products comply with requirements, quantities are
correct, and Products are undamaged.
i
C.
Provide equipment and personnel to handle Products by methods to prevent soiling,
disfigurement, or damage.
r
1.5
STORAGE AND PROTECTION
A.
Store and protect Products in accordance with manufacturers' instructions, with seals and
labels intact and legible.
B.
Store sensitive Products in weather tight, climate controlled enclosures.
r`
C.
For exterior storage of fabricated Products, place on sloped supports, above ground.
D.
Provide bonded off -site storage and protection when site does not permit on -site storage or
protection.
E.
Cover Products subject to deterioration with impervious sheet covering. Provide ventilation to
r
avoid condensation or potential degradation of Product.
`
01600 - 1
CITIBUS 931708
F. Store loose granular materials on solid flat surfaces in a well -drained area. Prevent mixing with
foreign matter.
G. Provide equipment and personnel to store Products by methods to prevent soiling,
disfigurement, or damage.
H. Arrange storage of Products to permit access for inspection. Periodically inspect to verify
Products are undamaged and are maintained in acceptable condition.
1.6 PRODUCT OPTIONS
A. Products Specified by Reference Standards or by Description Only: Any Product meeting
those standards or description.
B. Products Specified by Naming One or More Manufacturers: Products of manufacturers named
and meeting specifications, no options or substitutions allowed.
C. Products Specified by Naming One or More Manufacturers with a Provision for Substitutions:
Submit a request for substitution for any manufacturer not named in accordance with the
following article.
1.7 SUBSTITUTIONS
A. Architect will consider requests for Substitutions only within 15 days after date of
Owner -Contractor Agreement. Substitutions may be considered when a Product becomes
unavailable through no fault of the Contractor.
B. Document each request with complete data substantiating compliance of proposed Substitution
with Contract Documents.
C. A request constitutes a representation that the Contractor
1. Has investigated proposed Product and determined that it meets or exceeds the quality
level of the specified Product.
2. Will provide the same warranty for the Substitution as for the specified Product.
3. Will coordinate installation and make changes to other Work which may be required for _
the Work to be complete with no additional cost to Owner.
4. Waives claims for additional costs or time extension which may subsequently become
apparent.
5. Will reimburse Owner and Architect for review or redesign services associated with
re -approval by,authorities.
D. Substitutions will not be considered when they are indicated or implied on shop drawing or
product data submittals, without separate written request,or when acceptance will require
revision to the Contract Documents.
E. Substitution Submittal Procedure: —
1. Submit three copies of request for Substitution for consideration. Limit each request to
one proposed Substitution.
2. Submit shop drawings, product data, and certified test results attesting to the proposed
Product equivalence. Burden of proof is on proposer. `-
3. The Architect will notify Contractor in'writing of decision to accept or reject request.
PART 2 PRODUCTS - NOT USED
PART 3 EXECUTION - NOT USED
END OF SECTION
01600 - 2
r
CITIBUS 93FOB
SECTION 01650
STARTING OF BUSWASH SYSTEMS
r
PART 1
GENERAL: Applicable requirements of the general conditions apply to the work specified in
this section.
r-
1.1
SECTION INCLUDES
A.
Starting Buswash systems.
B.
Demonstration and instructions.
C.
Testing, adjusting, and balancing.
1.2
RELATED SECTIONS
A.
Section 01400 - Quality Control: Manufacturers field reports.
B.
Section 01700 - Contract Closeout: System operation and maintenance, data and extra
,.
materials.
1.3
STARTING SYSTEMS
A.
Coordinate schedule for start-up of various equipment and systems.
s
B.
Notify Architect and Owner seven days prior to start-up of each item.
r�
C.
Verify that each piece of equipment or system has been checked for proper lubrication, drive
rotation, belt tension, control sequence, or for other conditions which may cause damage.
r"
D.
Verify that tests, meter readings, and specified electrical characteristics agree with those
required by the equipment or system manufacturer.
E.
Verify wiring and support components for equipment are complete and tested.
F.
Execute start-up under supervision of applicable manufacturer's representative in accordance
with manufacturers' instructions.
C
G.
When specified in individual specification Sections, require manufacturer to provide authorized
representative to be present at site to inspect, check, and approve equipment or system
r,
installation prior to start-up, and to supervise placing equipment or system in operation.
H.
Submit a written report in accordance with Section 01400 that equipment or system has been
properly installed and is functioning correctly.
i
1.4
DEMONSTRATION AND INSTRUCTIONS
A.
Demonstrate operation and maintenance of Products to Owner's personnel two weeks prior to
date of final inspection.
B.
Demonstrate Project equipment instructed by a qualified manufacturers' representative who is
knowledgeable about the Project.
C.
Utilize operation and maintenance manuals as basis for instruction. Review contents of
manual with Owners' personnel in detail to explain all aspects of operation and maintenance.
01650 -1
r
CITIBUS 93FOS
D. Demonstrate start-up, operation, control, adjustment, trouble -shooting, servicing, maintenance,
and shutdown of each item of equipment.
E. Prepare and insert additional data in operations and maintenance manuals when need for
additional data becomes apparent during instruction.
PART 2 PRODUCTS
Not Used
PART 3 EXECUTION
Not Used
END OF SECTION
01650 -2
7
CITIBUS 93FOS
r
SECTION 01700
CONTRACT CLOSEOUT
r
PART 1
GENERAL: Applicable requirements of the general conditions apply to the work specified in
this section.
1.1
SECTION INCLUDES
A.
Closeout procedures.
B.
Final cleaning.
C.
Adjusting.
a
D.
Project record documents.
E.
Operation and maintenance data.
!`
F.
Warranties.
rG.
Spare parts and maintenance materials.
1.2
RELATED SECTIONS
P
A.
Section 01500 - Construction Facilities and Temporary Controls: Progress cleaning.
B.
Section 01650 - Starting of Systems: System start-up, testing, adjusting, and balancing.
1.3
CLOSEOUT PROCEDURES
r
A.
Submit written certification that Contract Documents have been reviewed, Work has been
inspected, and that Work is complete in accordance with Contract Documents and ready for
Architect's review.
B.
Provide submittals to Architect that are required by governing or other authorities.
C.
Submit final Application for Payment identifying total adjusted Contract Sum, previous
payments, and sum remaining due.
D.
Owner will occupy all portions of the building as specified in Section 01010.
1.4
FINAL CLEANING
A.
Execute final cleaning prior to final project assessment.
rB.
Clean interior surfaces exposed to view; remove temporary labels, stains and foreign
substances.
j ~
C.
Clean equipment and fixtures to a sanitary condition with cleaning materials appropriate to the
surface and material being cleaned.
D.
Clean site; sweep paved areas.
E.
Remove waste and surplus materials, rubbish, and construction facilities from the site.
01700 -1
CITIBUS 93F08
1.5 ADJUSTING
A. Adjust operating Products and equipment to ensure smooth and unhindered operation. --
1.6 PROJECT RECORD DOCUMENTS
A. Maintain on site, one set of the following record documents; record actual revisions to the
Work:
1. Drawings.
2. Specifications. _
3. Addenda.
4. Change Orders and other modifications to the Contract.
5. Reviewed Shop Drawings, Product Data, and Samples.
6. Manufacturer's instruction for assembly, installation, and adjusting.
B. Ensure entries are complete and accurate, enabling future reference by Owner.
C. Store record documents separate from documents used for construction.
D. Record information concurrent with construction progress.
E. Specifications: Legibly mark and record at each Product section description of actual Products
installed, including the following:
1. Manufacturer's name and product model and number. _
2. Product substitutions or alternates utilized.
3. Changes made by Addenda and modifications.
F. Record Documents and Shop Drawings: Legibly mark each applicable item to record actual
construction including:
1. Measured depths of foundations in relation to finish floor datum.
2. Measured horizontal and vertical locations of underground utilities and appurtenances, _
referenced to permanent surface improvements.
3. Measured locations of internal utilities and appurtenances concealed in construction,
referenced to visible and accessible features of the Work.
4. Field changes of dimension and detail. —
5. Details not on original Contract drawings.
G. Remove Architect title block and professional seal from all documents.
H. Submit documents to Architect with claim for final Application for Payment.
1.7 OPERATION AND MAINTENANCE DATA
A. Submit data bound in 8-1/2 x 11 inch text pages, three D side ring binders with durable plastic
covers.
B. Prepare binder cover with printed title "OPERATION AND MAINTENANCE INSTRUCTIONS',
title of project , and subject matter of binder when multiple binders are required.
C. Internally subdivide the binder contents with permanent page dividers, logically organized as
described below; with tab titling clearly printed under reinforced laminated plastic tabs.
D. Contents: Prepare a Table of Contents for each volume, with each Product or system
description identified, typed on 24 pound white paper, in three parts as follows:
1. Part 1: Directory, listing names, addresses, and telephone numbers of Architect,
Contractor, Subcontractors, and major equipment suppliers.
01700 -2
CITIBUS 931708
r
r 2. Part 2: Operation and maintenance instructions, arranged by system and subdivided by
specification section. For each category, identify names, addresses, and telephone
numbers of Subcontractors and suppliers. Identify the following:
a) Significant design criteria.
b) List of equipment.
c) Parts list for each component.
d) Operating instructions.
e) Maintenance instructions for equipment and systems.
f) Maintenance instructions for finishes, including recommended cleaning methods
and materials, and special precautions identifying detrimental agents.
3. Part 3: Project documents and certificates, including the following:
a) Shop drawings and product data.
�., b) Air and water balance reports.
c) Certificates.
d) Photocopies of warranties and bonds.
t" E. Submit 1 draft copy of completed volumes 15 days prior to final inspection. This copy will be
reviewed and returned after final inspection with Architect comments. Revise content of all
document sets as required prior to final submission.
F. Submit two sets of revised final volumes, within 10 days after final inspection.
1.8 WARRANTIES
A. Provide duplicate notarized copies.
r., B. Execute and assemble transferable warranty documents from Subcontractors, suppliers, and
manufacturers.
C. Provide Table of Contents and assemble in three D side ring binder with durable plastic cover.
D. Submit prior to final Application for Payment.
E. For items of Work delayed beyond date of Substantial Completion, provide updated submittal
within 10 days after acceptance, listing date of acceptance as start of warranty period.
1.9 SPARE PARTS AND MAINTENANCE MATERIALS
A. Provide products, spare parts, maintenance and extra materials in quantities specified in
Individual specification sections.
B. Deliver to Project site and place in location as directed; obtain receipt prior to final payment.
PART 2 PRODUCTS
Not Used
PART 3 EXECUTION
Not Used
END OF SECTION
F
i
i
01700 -3
r
CITIBUS 93FOB
SECTION 02072 --
MINOR DEMOLITION FOR REMODELING
PART 1 GENERAL: Applicable requirements of the general conditions apply to the work specified in
this section.
1.1 SECTION INCLUDES
A. Removal of designated building equipment and fixtures.
B. Removal of designated construction.
C. Disposal of materials.
D. Identification of utilities.
E. Refer to items scheduled at end of section for equipment to remain.
1.2 RELATED SECTIONS
A. Section 01010 - Summary of Work: Owner's continued occupancy. —
B. Section 01039 - Coordination and Meetings: Re -installation of removed and stored products.
C. Section 01500 -Construction Facilities and Temporary Controls: Barricades and cleanup _
during construction.
D. Section 01700 -Contract Closeout: Project record documents.
1.3 SUBMITTALS FOR REVIEW
A. Section 01300 - Submittals: Procedures for submittals.
B. Shop Drawings: Indicate demolition sequence.
1.4 SUBMITTALS FOR CLOSEOUT
A. Section 01700 - Contract Closeout: Project record documents.
1.5 REGULATORY REQUIREMENTS
A. Conform to Uniform Building Code and National Electric Code for demolition workand products .-
requiring electrical disconnection and re -connection.
B. Obtain required permits from authorities.
C. Do not close or obstruct egress width to any building or site exit.
D. Do not disable or disrupt building fire or life safety systems without 3 days prior written notice to
Owner.
E. Conform to procedures applicable when hazardous or contaminated materials are discovered.
02072 -1
CITIBUS 93F08
r
1.6
SEQUENCING
A.
Section 01010 - Summary of Work
B.
Sequence activities in the following stages:
�..
1. Paving
2. Building Repair
3. Equipment Installation
7
1.7
SCHEDULING
A.
Section 01300 -Submittals: Work schedule.
B.
Describe demolition removal procedures and schedule.
1.8
PROJECT CONDITIONS
r—
A.
Conduct demolition to minimize interference with adjacent building areas.
B.
Cease operations immediately if structure appears to be in danger and notify
Architect/Engineer. Do not resume operations until directed.
PART2
PRODUCTS
Not Used
PART 3
EXECUTION
3.1
PREPARATION
�^
i
A.
Provide, erect, and maintain temporary barriers at locations indicated.
B.
Erect and maintain temporary partitions to prevent spread of dust, odors, and noise to permit
continued Owner occupancy.
C.
Protect existing materials and equipment which are not to be demolished.
D.
Prevent movement of structure; provide bracing and shoring.
r
E.
Notify affected utility companies before starting work and comply with their requirements.
1
F.
Mark location and termination of utilities.
3.2
DEMOLITION
A.
Disconnect and identify designated utilities within demolition areas.
B.
Demolish in an orderly and careful manner. Protect existing supporting structural members.
C.
Remove demolished materials from site except where specifically noted otherwise. Do not
burn or bury materials on site.
D.
Remove materials as Work progresses. Upon completion of Work, leave areas in clean
condition.
02072 - 2
CITIBUS 93F08
E. Remove temporary Work.
3.3 SCHEDULES
A. Remove, store and protect the following materials and equipment:
1. Gasoline pumps and storage tanks.
2. Engine Oil Recovery Unit.
3. Air Compressor
END OF SECTION
02072 - 3
CITIBUS 93F08
SECTION
02207
AGGREGATE MATERIALS
E .
PART 1
GENERAL: Applicable requirements of the general conditions apply to the work specified in
i
this section.
1.1
SECTION INCLUDES
A.
Aggregate materials.
1.2
RELATED SECTIONS
A.
Section 01400 - Quality Control: Testing aggregate fill materials.
i
B.
Section 02231 - Aggregate Base Course.
1.3
REFERENCES
�..
A.
AASHTO - M147 - Materials for Aggregate and Soil -Aggregate.
i
B.
AASHTO T180 - Moisture -Density Relations of Soils Using a 10-lb Rammer and an 18-in. Drop.
t
C.
ASTM C136 - Method for Sieve Analysis of Fine and Coarse Aggregates.
D.
ASTM D698 - Test Methods for Moisture -Density Relations of Soils and Soil -Aggregate
,.
Mixtures, Using 5.5 lb Rammer and 12 inch Drop.
E.
ASTM D1557 - Test Methods for Moisture -Density Relations of Soils and Soil -Aggregate
Mixtures Using 10 lb Rammer and 18 inch Drop.
F.
ASTM D2167 - Test Method for Density and Unit Weight of Soil in Place by the Rubber Balloon
Method.
G.
ASTM D2487 - Classification of Soils for Engineering Purposes.
H.
ASTM D2922 - Test Methods for Density of Soil and Soil -Aggregate in Place by Nuclear
_
F
Methods (Shallow Depth).
l
I.
ASTM D3017 - Test Method for Moisture Content of Soil and Soil -Aggregate in Place by
Nuclear Methods (Shallow Depth).
i
J.
ASTM D4318 - Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils.
1.4
SUBMITTALS FOR INFORMATION
A.
Section 01300 - Submittals: Procedures for submittals.
`
B.
Materials Source: Submit name of imported materials suppliers.
1.5
QUALITY ASSURANCE
r-
i
A.
Perform Work in accordance with Standards of State of Texas Department of Highways .
02207 - 1
CITIBUS 93F08
PART2 PRODUCTS
2.1 COARSE AGGREGATE MATERIALS A. Coarse Aggregate: Gravel; free of shale, clay, friable material and debris; graded in
accordance with ASTM C136, within the following limits: _
Sieve Size Percent Passing
2 inches 100
1 inch 95
3/4 inch 95 to 100
5/8 inch 75 to 100
3/8 inch 55 to 85
No.4 35 to 60
No. 16 15 to 35
No. 40 10 to 25
No. 200 5 to 10
2.2 SOURCE QUALITY CONTROL
A. Section 01400 - Quality Control: Source testing and analysis of aggregate material.
B. Coarse Aggregate Material - Testing and Analysis: Perform in accordance with ASTM C136.
C. If tests indicate materials do not meet specified requirements, change material or material
source and retest.
D. Provide materials of each type from same source throughout the Work.
PART 3 EXECUTION
3.1 STOCKPILING
A. Materials storage space is not available at the site. Contractor shall make arrangements for his
own materials storage.
END OF SECTION --
02207 - 2
CITIBUS 93FOB
SECTION 02222
EXCAVATING
r'4
PART 1
GENERAL: Applicable requirements of the general conditions apply to the work speciifed In
this section.
r
1.1
SECTION INCLUDES:
A.
Excavating and paving.
POW
1.2
RELATED SECTIONS
A.
Section 01019 - Contract Considerations: Requirements applicable to unit prices for the work
r,
of this Section.
B.
Section 01400 - Quality Control: Inspection of bearing surfaces.
C.
Section 01500 - Construction Facilities and Temporary Controls: Dewatering excavations and
water control.
1.3
FIELD MEASUREMENTS
A.
Verify that survey bench mark and intended elevations for the Work are as indicated.
r
PART
PRODUCTS
Not Used.
r
PART 3
EXECUTION
�-
3.1
PREPARATION
A.
Identify required lines, levels, contours, and datum.
4
a
B.
Locate, identify, and protect utilities that remain, from damage.
C.
Notify utility company of intent to modify service of all utilities.
rD.
Protect bench marks, existing structures,fences,sidewalks, paving, and curbs from excavation
equipment and vehicular traffic.
r
3.2
EXCAVATION
A.
Underpin adjacent structures which may be damaged by excavation work.
rB.
Excavate subsoil required to accommodate paving and construction operations.
C.
Excavate to working elevations.
D.
Machine slope banks to angle of repose or less, until shored.
E.
Do not interfere with 45 degree bearing splay of foundation.
F.
Grade top perimeter of excavation to prevent surface water from draining into excavation.
P
G.
Hand trim excavation. Remove loose matter.
F
02222-1
CITIBUS 93F08
H. Notify Architect of unexpected subsurface conditions and discontinue affected Work in area
until notified to resume work.
1. Correct areas over -excavated in accordance with Section 02223.
J. Stockpile excavated material in area designated on site and remove excess material not being
reused, from site.
3.3 FIELD QUALITY CONTROL
A. Field inspection will be performed under provisions of Section 01400.
B. Provide for visual inspection of bearing surfaces.
3.4 PROTECTION
A. Protect excavations by methods required to prevent cave-in or loose soil from falling into
excavation.
B. Protect bottom of excavations and soil adjacent to and beneath foundation, from freezing.
END OF SECTION
02222-2
CITIBUS 93F08
SECTION 02231
AGGREGATE BASE COURSE
PART 1
GENERAL: Applicable requirements of the general conditions apply to the work specified in
this section.
1.1
SECTION INCLUDES
A.
Aggregate base course.
1.2
RELATED SECTIONS
7A.
Section 01019 -Contract Considerations: Requirements applicable to unit prices for the work
this
t
of section.
B.
Section 01400 - Quality Control:. Inspection of bearing surfaces.
r�
C.
Section 02207 - Aggregate Materials.
D.
Section 02520 - Portland Cement Concrete Paving: Finish concrete surface course.
E.
Section 02853 - Parking Bumpers: Concrete bumpers.
1.3
REFERENCES
A.
AASHTO T180 - Moisture -Density Relations of Soils Using a 10-lb Rammer and an 18-in. Drop.
r^
B.
ASTM D698 - Test Methods for Moisture -Density Relations of Soils and Soil -Aggregate
Mixtures, Using 5.5 lb Rammer and 12 inch Drop.
r-
C.
ASTM D1557 - Test Methods for Moisture -Density Relations of Soils and Soil -Aggregate
Mixtures Using 10 lb Rammer and 18 inch Drop.
D.
ASTM D2167 - Test Method for Density and Unit Weight of Soil in Place by the Rubber Balloon
Method.
E.
ASTM D2922 - Test Methods for Density of Soil and Soil -Aggregate in Place by Nuclear
.-
Methods (Shallow Depth).
f
F.
ASTM D3017 - Test Methods for Moisture Content of Soil and Soil -Aggregate Mixtures.
7
PART2
PRODUCTS
2.1
MATERIALS
A.
Coarse Aggregate Fill Type: As specified in Section 02207.
PART 3
EXECUTION
3.1
EXAMINATION
A.
Verify substrate has been inspected, gradients and elevations are correct, and is dry.
02231 - 1
CITIBUS 93F08
3.2 PREPARATION
A. Correct irregularities in substrate gradient and elevation by scarifying, reshaping, and --
re-compacting.
B. Do not place fill on soft, muddy, or frozen surfaces.
3.3 AGGREGATE PLACEMENT
A. Spread aggregate over prepared substrate to a total compacted thickness of 8 inches .
B. Place aggregate in maximum 4 inch layers and compact to specified density.
C. Level and contour surfaces to elevations and gradients indicated. —
D. Add small quantities of fine aggregate to coarse aggregate as appropriate to assist compaction.
E. Add water to assist compaction. If excess water is apparent, remove aggregate and aerate to
reduce moisture content.
F. Use mechanical tamping equipment in areas inaccessible to compaction equipment.
3.4 TOLERANCES
A. Flatness: Maximum variation of 1/2 inch measured with 10 foot (3 m) straight edge.
B. Scheduled Compacted Thickness: Within 1/4 inch.
C. Variation From Design Elevation: Within 1/2 inch.
3.5 FIELD QUALITY CONTROL A. Section 01400 - Quality Assurance: Field inspection.
B. Compaction testing will be performed in accordance with ASTM D698.
C. If tests indicate Work does not meet specified requirements, remove Work, replace and retest.
3.6 SCHEDULES
A. Under Concrete Pavement:
1. Compact placed aggregate materials to achieve compaction of 100 percent.
END OF SECTION
02231 - 2
i
CITIBUS 93F08
SECTION 02281
TERMITE CONTROL
r
PART 1
GENERAL: Applicable requirements of the general conditions apply to the work specified in
this section.
r
1.1
SECTION INCLUDES
A.
Soil treatment for termite control below grade.
1.2
REFERENCES
�.,
A.
EPA - Environmental Protection Agency - Federal Insecticide, Fungicide and Rodenticide Act.
1.3
SUBMITTALS
I•"
A.
Submit under provisions of Section 01300.
B.
Product Data: Indicate each toxicant to be used, composition by percentage, dilution schedule,
intended application rate.
C.
Test Reports: Indicate regulatory agency approval reports when required.
D.
Manufacturer's Installation Instructions: Indicate caution requirements and emergency
treatmmt proceedures.
E.
Manufacturer's Certificate: Certify that toxicants meet or exceed specified requirements.
r
F
1.4
PROJECT RECORD DOCUMENTS
r
A.
Submit under provisions of Section 01700.
B.
Accurately record moisture content of soil before application, date and rate of application,
areas of application, diary of meter readings and corresponding soil coverage.
1.5
MAINTENANCE DATA
r-
P
A.
Submit under provisions of Section 01700.
1.6
QUALIFICATIONS
r
A.
Applicator: Company specializing in performing the work of this Section with minimum 3 years
documented experience and approved by manufacturer.
1.7
REGULATORY REQUIREMENTS
A.
Conform to requirements for application in accordance with EPA.
r^
B.
Provide certificate of compliance from EPA Indicating approval of toxicants.
"
1.8
SEQUENCING
j
I.
A.
Sequence work under the provisions of Section 01010.
B.
Apply toxicant 12 hours prior to installation of gravel base.
02281-1
r
F
CITIBUS 93F08
1.9 WARRANTY
A. Provide five year warranty under provisions of Section 01700.
PART PRODUCTS
2.1 MANUFACTURERS
A. Dursban TC, 1.0% Solution
B. Pryfon, 0.75% Solution
C. Dragnet, 0.5% Solution
D. Torpedo, 0.5% Solution
2.2 MATERIALS
A. Toxicant Chemical: EPA approved; synthetically color dyed to permit visual identification of
treated soil.
B. Diluent: Recommended by toxicant manufacturer.
2.3 MIX
A. Mix toxicant to manufacturer's instructions.
PART 3 EXECUTION
3.1 EXAMINATION
A. Verify that soil surfaces are unfrozen, sufficiently dry to absorb toxicant,, and ready to receive
treatment.
B. Verify final grading is complete.
3.2 APPLICATION
A. Spray apply toxicant in accordance with manufacturer's instructions. _
B. Apply toxicant at locations indicated in Schedule at end of Section.
C. Apply extra treatment to structure penetration surfaces such as pipe or ducts, and soil _
penetrations such as grounding rods or posts.
D. Re -treat disturbed treated soil with same toxicant as original treatment.
E. If inspection or testing identifies the presence of termites, re -treat soil and re -test.
3.3 PROTECTION OF FINISHED WORK
A. Protect finished Work under provisions of Section 01500.
B. Do not permit soil grading over treated work.
02281-2
CITIBUS 93F08
3.4 SCHEDULES
A. Locations:
1. Under Slabs -on -Grade.
END OF SECTION
02281-3
CITIBUS 93F08
SECTION 02520
PORTLAND CEMENT CONCRETE PAVING
PART 1 GENERAL: Applicable requirements of the general conditions apply to the work specified in
this section.
1.1 SECTION INCLUDES
A. Concrete sidewalks, integral curbs, gutters, and drive areas.
1.2 RELATED SECTIONS
A. Section 02211 - Rough Grading: Preparation of site for paving and base. —
B. Section 02223 - Backfilling: Compacted subbase for paving.
C. Section 02231 - Aggregate Base Course base course. _
D. Section 02853 - Parking Bumpers: Precast concrete parking bumpers.
E. Section 07900 -Sealants: Sealant for joints.
F. Section 09900 - Painting: Pavement markings.
1. 3 REFERENCES
A. ACI 301 - Specifications for Structural Concrete for Buildings.
B. ACI 304 - Recommended Practice for Measuring, Mixing, Transporting and Placing Concrete.
C. ASTM A185 - Welded Steel Wire Fabric for Concrete Reinforcement. D. ASTM A497 - Welded Deformed Steel Wire Fabric for Concrete Reinforcement.
E. ASTM A615 - Deformed and Plain Billet -Steel for Concrete Reinforcement.
F. ASTM C33 - Concrete Aggregates.
G. ASTM C94 - Ready Mix Concrete.
H. ASTM C150 - Portland Cement
I. ASTM C260 - Air -Entraining Admixtures for Concrete.
J. ASTM C309 - Liquid Membrane -Forming Compounds for Curing Concrete.
K. ASTM C494 - Chemical Admixtures for Concrete.
L. ASTM D1751 - Preformed Expansion Joint Fillers for Concrete Paving and Structural
Construction.
M. ASTM D1752 - Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete -
Paving and Structural Construction.
02520 -1
CITIBUS 93F08
l
1.4
PERFORMANCE REQUIREMENTS
r
f
A.
Paving: Designed for movement of busses up to 35,000 lbs.
4
1.5
SUBMITTALS FOR REVIEW
A.
Section 01300 - Submittals: Procedures for submittals.
B.
Product Data: Provide data on joint filler, admixtures curing compounds if approved for use.
E
1.6
QUALITY ASSURANCE
A.
Perform work in accordance with ACI 301.
r
9
B.
Obtain cementitious materials from same source throughout.
1.7
REGULATORY REQUIREMENTS
A.
Conform to applicable standards for paving work on public property.
1.8
ENVIRONMENTAL REQUIREMENTS
4.
A.
Do not place concrete when base surface temperature is less than 40 degrees F and rising, or
surface is wet or frozen.
t
PART
PRODUCTS
2.1
FORM MATERIALS
A.
Form Materials: Conform to ACI 301.
2.2
REINFORCEMENT
A.
Reinforcing Steel: ASTM A615; 40 ksi yield grade; deformed billet steel bars; unfinished.
B.
Dowels: ASTM A615; 40 ksi yield grade, plain steel, unfinished.
r.•
2.3
CONCRETE MATERIALS
i
A.
Cement: ASTM C150 Normal - Type I Portland type, grey color.
B.
Fine and Coarse Mix Aggregates: ASTM C33.
C.
Water: Potable, not detrimental to concrete.
D.
Air Entrainment: ASTM C260
2.4
ACCESSORIES
r-
A.
Liquid Surface Sealer: Clear bond treatment manufactured by Guardian Chemical Co. Type 1
Clear.
B.
Joint Sealers: Specified in Section 07900.
!� 02520-2
f"`
CITIBUS 93F08
2.5 CONCRETE MIX - BY PERFORMANCE CRITERIA
A. Mix and deliver concrete in accordance with ASTM C94, Alternative No. 2.
B. Select proportions for normal weight concrete in accordance with ACI 301 Method 2.
C. Provide concrete to the following criteria:
1. Compressive Strength: 3200 psi @ 7 days.
2. Compressive Strength: 4000 psi @ 28 days.
3. Slump: 3 to 5 inches
4. Air Entrained: Six percent (6 %)
D. Use of calcium chloride shall not be permitted.
2.6 SOURCE QUALITY CONTROL AND TESTS
A. Section 01400 - Quality Control: 01410 -Testing Laboratory Services: Provide mix design for
4000 psi Air -Entrained Concrete.
B. Submit proposed mix design prior to commencement of work.
C. Tests on cement and aggregates will be performed to ensure conformance with specified
requirements.
D. Test samples in accordance with ACI 301.
PART 3 EXECUTION
3.1 EXAMINATION
A. Verify base conditions under provisions of Section 01039.
B. Verify compacted subgrade and granular base is acceptable and ready to support paving and
imposed loads.
C. Verify gradients and elevations of base are correct.
3.2 SUBBASE
A. Prepare subbase in accordance with Texas Department of Transportation standards.
3.3 PREPARATION
A. Moisten base to minimize absorption of water from fresh concrete.
B. Notify Architect minimum 24 hours prior to commencement of concreting operations.
3.4 FORMING
A. Place and secure forms to correct location, dimension, profile, and gradient. _
B. Assemble formwork to permit easy stripping and dismantling without damaging concrete.
02520 -3
CITIBUS 93F08
C.
Place joint filler vertical in position, in straight lines. Secure to formwork during concrete
l
placement.
3.5
REINFORCEMENT
9i
t
A.
Place reinforcement at mid -height of slabs -on -grade.
r
B.
Interrupt reinforcement at contraction and expansion joints.
C.
Place dowels to achieve pavement and curb alignment as detailed.
r
i
D.
Provide doweled joints 12 inch oc at interruptions of concrete with one end of dowel set in
j t�'
capped sleeve to allow longitudinal movement.
r
3.6
PLACING CONCRETE
A.
Place concrete in accordance with ACI 301.
r
3.7
JOINTS
A.
Place expansion joints as indicated on the drawings. Align curb, gutter, and sidewalk joints.
i^
B.
Place joint filler between paving components and building or other appurtenances. Recess top
of filler 1/4 inch for sealant placement by Section 07900.
�^
l
C.
Provide scored joints at 4 feet Intervals at sidewalks.
D.
Provide sawn joints between curbs and pavement.
r
E.
Saw cut contraction joints 1/2 inch wide as detailed at an optimum time after finishing.
�..
3.8
FINISHING
A.
Drive Area Paving: Wood float.
1"
B.
Sidewalk Paving: Light broom, and trowel joint edges.
D.
Curbs and Gutters: Light broom.
E.
Direction of Texturing: Parallel to pavement direction.
F.
Place sealer on exposed concrete surfaces in accordance with manufacturer's instructions.
r
3.9
JOINT SEALING
h
A.
Separate pavement from vertical surfaces with 0.5 inch thick joint filler.
a
B.
Place joint filler in pavement pattem placement sequence. Set top to required elevations.
Secure to resist movement by wet concrete.
r
4
C.
Extend joint filler from bottom of pavement to within 112 of finished surface. Conform to
Section 07900 for finish joint sealer requirements.
3.10
TOLERANCES
A.
Section 01400 - Quality Assurance: Tolerances.
r
t'
02520 -4
CITIBUS 931708
B. Maximum Variation of Surface Flatness: 1/4 inch in 10 ft.
C. Maximum Variation From True Position: 114 inch .
3.11 FIELD QUALITY CONTROL
A. Section 01400 - Quality Assurance: Field inspection and testing.
B. Three concrete test cylinders will be taken for every 50 or less cu yds of each class of concrete
placed each day.
C. One additional test cylinder will be taken during cold weather and cured on site under same
conditions as concrete it represents.
D. One slump test will be taken for each set of test cylinders taken.
E. Maintain records of placed concrete items. Record date, location of pour, quantity, air
temperature, and test samples taken.
3.12 PROTECTION
A. Immediately after placement, protect pavement from premature drying,excessive hot or cold
temperatures, and mechanical injury.
B. Do not permit traffic over pavement until 75 percent design strength of concrete has been
achieved.
3.13 SCHEDULES
A. Concrete Sidewalks : 4,000 psi 28 day concrete, 4 inches thick, 6" x 6", W1.4 x W1.4 grey
color Portland cement, light broom finish.
B. Drive Area Pavement: 4,000 psi 28 day concrete, 8 inches thick, #5 @ 12" on center, each
way reinforcement, grey color Portland Cement, wood float finish.
END OF SECTION
02520 -5
CITIBUS 93F08
r
i
SECTION 02853
PARKING BUMPERS
PART 1
GENERAL: Applicable requirements of the general conditions apply to the work specified in
this section.
1.1
SECTION INCLUDES
A.
Precast concrete parking bumpers and anchorage.
1.2
RELATED SECTIONS
r
E
A.
Section 02520 - Portland Cement Concrete Paving.
1.3
REFERENCES
r
A.
ANSI/ASTM C150 - Portland Cement.
B.
ANSI/ASTM C260 - Air -Entraining Admixtures for Concrete.
C.
ANSI/ASTM C330 - Lightweight Aggregates for Structural Concrete.
r'
D.
ASTM A615 - Deformed and Plain Billet Steel Bars for Concrete Reinforcement.
}
E.
ASTM C33 - Concrete Aggregates.
1.4
SUBMITTALS
A.
Submit under provisions of Section 01300.
B.
Product Data: Provide unit configuration, dimensions.
C.
Samples: If requested submit one 6" long section concrete bumper units, illustrating surface
finish.
1.5
COORDINATION
A.
Coordinate work under provisions of Section 01039.
B.
Coordinate the work with pavement placement.
r
PART2
PRODUCTS
r
2.1
CONCRETE BUMPERS
A.
Cement: ANSI/ASTM C150, Portland Type I - Normal gray color.
r
C_
B.
Concrete Materials: ASTM C33; water and sand.
C.
Reinforcing Steel: ASTM A615, deformed steel bars; unfinished finish, strength and size
r•
commensurate with precast unit design.
D.
Concrete Mix: Minimum 5000 psi , 28 day strength.
'^"
02853 -1
CITIBUS 93F08
E. Use rigid molds, constructed to maintain precast units uniform in shape, size and finish.
Maintain consistent quality during manufacture.
F. Embed reinforcing steel, and drill or sleeve for two dowels.
G. Cure units to develop concrete quality, and to minimize appearance blemishes such as
non -uniformity, staining, or surface cracking.
H. Minor patching in plant is acceptable, providing appearance of units is not impaired.
2.2 CONFIGURATION
A. Nominal Size: 6 inches high, 8 inches wide, 6 feet long.
B. Profile: Rectangular cross section with sloped vertical faces, square ends.
2.3 ACCESSORIES
A. Dowels: Cut reinforcing steel, 1/2 inch diameter, 12 inch long, pointed tip.
PART 3 EXECUTION
3.1 INSTALLATION
A. Install units without damage to shape or finish. Replace or repair damaged units.
B. Install units in alignment with adjacent work.
C. Fasten units in place with 2 dowels per unit bumper.
END OF SECTION
02653 -2
r
CITIBUS 93F08
SECTION 04100
MORTAR AND MASONRY GROUT
r
.
PART 1
GENERAL: Applicable requirements of the general conditions apply to the work specified in
this section.
i
t
1.1
SECTION INCLUDES
A.
Mortar and grout for masonry construction.
r
1.2
RELATED SECTIONS: Applicable requirements of the General Provisions apply to the work
specified in this section.
A.
Section 01400 - Quality Control.
i
B.
Section 04300 - Unit Masonry System: Installation of mortar and grout.
C.
Section 08115 - Custom Steel Frames.
�.,
1.3
REFERENCES
A.
ACI 530 - Building Code Requirements for Masonry Structures.
B.
ACI 530.1 - Specifications For Masonry Structures.
C.
ASTM C5 - Quicklime for Structural Purposes.
t*
D.
ASTM C91 - Masonry Cement.
E.
ASTM C94 - Ready -Mixed Concrete.
r
F.
ASTM C144 - Aggregate for Masonry Mortar.
G.
ASTM C150 - Portland Cement.
i
H.
ASTM C199 - Test Method for Pier Test for Refractory Mortar.
i
I.
ASTM C207 - Hydrated Lime for Masonry Purposes.
J.
ASTM C270 - Mortar for Unit Masonry.
r
K.
ASTM C387 - Packaged, Dry, Combined Materials, for Mortar and Concrete.
4
L.
ASTM C404 - Aggregates for Masonry Grout.
M.
ASTM C476 - Grout for Masonry.
N.
ASTM C595 - Blended Hydraulic Cement.
r'
O.
ASTM C780 - Preconstruction and Construction Evaluation of Mortars for Plain and Reinforced
Unit Masonry.
r-
t
P.
ASTM C1019 - Method of Sampling and Testing Grout.
Q.
ASTM C1072 - Method for Measurement of Masonry Flexural Bond Strength.
a
04100-1
CITIBUS 93F08
R. ASTM C1142 - Ready -Mixed Mortar for Unit Masonry.
S. ASTM E447 - Test Methods for Compressive Strength of Masonry Prisms.
T. ASTM E518 - Test Method for Flexural Bond Strength of Masonry.
U. IMIAC (International Masonry Industry All -Weather Council) - Recommended Practices and
Guide Specifications for Cold Weather Masonry Construction.
1.4 SUBMITTALS
A. Submit under provisions of Section 01300.
B. Include design mix, indicate whether the Proportion or Property specification of ASTM C270 is
to be used, required environmental conditions, and admixture limitations.
C. Samples: Submit two samples of mortar, illustrating mortar color and color range.
D. Reports: Submit reports on mortar indicating conformance of mortar to property requirements
of ASTM C270, component mortar materials to requirements of ASTM C270 and test and
evaluation reports to ASTM C780.
E. Reports: Submit reports on grout indicating conformance of component grout materials to
requirements of ASTM C476 and test and evaluation reports to ASTM C1019.
F. Manufacturer's Certificate: Certify that products meet or exceed specified requirements.
G. Submit premix mortar manufacturer's installation instructions under provisions of Section
01300.
1.5 QUALITY ASSURANCE
A. Perform Work in accordance with ACI 530 and ACI 530.1.
B. Maintain one copy of each document on site.
1.6 DELIVERY, STORAGE, AND HANDLING
A. Deliver, store, protect, and handle products to site under provisions of Section 01600. —
B. Maintain packaged materials clean, dry, and protected against dampness, freezing, and foreign
matter.
1.7 ENVIRONMENTAL REQUIREMENTS
A. Maintain materials and surrounding air temperature to minimum 40 degrees F prior to,
during, and 48 hours after completion of masonry work.
B. Maintain materials and surrounding air temperature to maximum 90 degrees F (32 degrees C)
prior to, during, and 48 hours after completion of masonry work. r
PART 2 - PRODUCTS
2.1 MATERIALS _
A. Portland Cement: ASTM C150, Typed, natural color
04100-2
k
CITIBUS 93F08
r B.
C.
D.
E.
F.
2.2
A.
2.3
A.
B.
C.
D.
E.
F.
2.4
A.
2.5
A.
B.
C.
2.6
A.
B.
C.
Mortar Aggregate: ASTM C144, standard masonry type.
Hydrated Lime: ASTM C207, Type S.
Grout Course Aggregate: ASTM C404.
Water: Clean and potable.
Bonding Agent: Latex type.
MORTAR MIXES
Mortar For Walls: ASTM C270, Type S using the Property specification:
Type S -
1 part Portland Cement
1 part Hydrated Lime and not more than 4.5 parts sand.
MORTAR MIXING
Thoroughly mix mortar ingredients in accordance with ASTM C270 in quantities needed for
immediate use.
Maintain sand uniformly damp immediately before the mixing process.
Add mortar color and admixtures in accordance with manufacturer's instructions. Provide
uniformity of mix and coloration.
Do not use anti -freeze compounds to lower the freezing point of mortar.
If water is lost by evaporation, re -temper only within two hours of mixing.
Use mortar within two hours after mixing at temperatures of 90 degrees F (32 degrees C), or
two -and -one-half hours at temperatures under 40 degrees F.
GROUT MIXES
Bond Beams and Lintels: 3,000 psi strength at 28 days; 8-10 inches slump; mixed in
accordance with ASTM C476 Course grout.
GROUT MIXING
Mix grout in accordance with ASTM C94.
Add admixtures in accordance with manufacturer's instructions; mix uniformly.
Do not use anti -freeze compounds to lower the freezing point of grout.
MIX TESTS
Test mortar and grout in accordance with Section 01400.
Testing of Mortar Mix: In accordance with ASTM C270.
Testing of Grout Mix: In accordance with ASTM C1019 for compressive strength.
04100-3
CITIBUS 93F08
PART 3 EXECUTION
3.1 EXAMINATION
A. Request inspection of spaces to be grouted.
3.2 PREPARATION
A. Apply bonding agent to existing concrete surfaces.
B. Plug clean -out holes with matching masonry units. Brace masonry for wet grout pressure.
3.3 INSTALLATION
A. Install mortar in accordance with ASTM C270.
B. Work grout into masonry cores and cavities to eliminate voids.
C. Do not install grout in lifts greater than16 inches course without consolidating grout by rodding.
D. Do not displace reinforcement while placing grout.
E. Remove excess mortar from grout spaces.
3.4 FIELD QUALITY CONTROL
A. Field inspection and testing will be performed under provisions of Section 01400.
B. Test and evaluate mortar in accordance with ASTM C780.
C. Test and evaluate grout in accordance with ASTM C1019.
D. Test mortar and masonry units to ASTM C1072, E447 and E518; test in conjunction with
masonry unit sections specified.
END OF SECTION
04100-4
,
r
t CITIBUS 93F08
I^
SECTION 04300
UNIT MASONRY SYSTEM
r
1
PART 1
GENERAL Applicable requirements of the general conditions apply to the work specified in
this section.
1.1
SECTION INCLUDES
A.
Concrete masonry units.
B.
Reinforcement, anchorage, and accessories.
7
1.2
RELATED SECTIONS
A.
Section 01400 - Quality Control
r
B.
Section 04100 -Mortar and Masonry Grout: Mortar and grout.
C.
Section 05500 - Metal Fabrications: Fabricated steel items.
D.
Section 07900 - Joint Sealers: Rod and sealant at control and expansion joints.
1.3
REFERENCES
r
A.
ACI 530 - Building Code Requirements for Masonry Structures.
B.
ACI 530.1 - Specifications For Masonry Structures.
C.
ASTM A82 - Cold -Drawn Steel Wire for Concrete Reinforcement.
7
D.
ASTM A123 - Zinc (Hot Dipped Galvanized) Coatings on Iron and Steel Products.
E.
ASTM A167 - Stainless and Heat -Resisting Chromium -Nickel Steel Plate, Sheet, and Strip.
7
F.
ASTM A525 - Steel Sheet, Zinc Coated, (Galvanized) by the Hot -Dip Process.
G.
ASTM A580 - Stainless and Heat -Resisting Steel Wire.
rH.
ASTM A615 Deformed Plain Billet Steel Bars for Concrete Reinforcement.
- and
I.
ASTM A641 - Zinc -Coated (Galvanized) Carbon Steel Wire.
r
p
J.
ASTM B370 - Copper Sheet and Strip for Building Construction.
!�
K.
ASTM C34 - Structural Clay Load -Bearing Wall Tile.
l
L.
ASTM C55 - Concrete Building Brick.
I
M.
ASTM C56 - Structural Clay Non -Load Bearing Tile.
N.
ASTM C62 - Building Brick (Solid Masonry Units Made From Clay or Shale).
O.
ASTM C73 - Calcium Silicate Face Brick (Sand -Lime Brick).
P.
ASTM C90 - Load -Bearing Concrete Masonry Units.
04300-1
CITIBUS 931708
I9
R.
S.
T.
U.
V.
W
X.
Y.
Z.
1.4
A.
B.
1.5
A.
B.
1.6
A.
B
ASTM C126 - Ceramic Glazed Structural Clay Facing Tile, Facing Brick, and Solid Masonry
Units.
ASTM C129 - Non -Load Bearing Concrete Masonry Units.
ASTM C212 - Structural Clay Facing Tile.
ASTM C216 - Facing Brick (Solid Masonry Units Made From Clay or Shale).
ASTM C315 - Clay Flue Linings.
ASTM C530 - Structural Clay Non -Load Bearing Screen Tile.
ASTM C652 - Hollow Brick (Hollow Masonry Units Made From Clay or Shale).
ASTM C744 - Pre -faced Concrete and Calcium Silicate Masonry Units.
IMIAC - International Masonry Industry All -Weather Council: Recommended Practices and
Guide Specification for Cold Weather Masonry Construction.
UL - Fire Resistance Directory.
SUBMITTALS
Submit under provisions of Section 01300.
Manufacturer's Certificate: Certify that Products meet or exceed specified requirements.
QUALITY ASSURANCE
Perform Work in accordance with ACI 530 and ACI 530.1.
Maintain one copy of each document on site.
QUALIFICATIONS
Manufacturer: Company specializing in manufacturing the Products specified in this section
with minimum three years documented experience.
REGULATORY REQUIREMENTS
Conform to Uniform Building Code requirements for masonry construction.
DELIVERY, STORAGE, AND HANDLING
Deliver, store, protect and handle products to site under provisions of Section 01600.
ENVIRONMENTAL REQUIREMENTS
Maintain materials and surrounding air temperature to minimum 40 degrees F prior to, during,
and 48 hours after completion of masonry work.
Maintain materials and surrounding air temperature to maximum 90 degrees F (32 degrees C)
prior to, during, and 48 hours after completion of masonry work.
04300-2
CITIBUS 93F08
r.
t'
1.10
COORDINATION
A.
Coordinate work under provisions of Section 01039.
1.11
EXTRA MATERIALS
A.
Submit under provisions of Section 01700.
PART 2
PRODUCTS
r
2.1
CONCRETE MASONRY UNITS
r
A.
Hollow Load Bearing Block Units (CMU): ASTM C90, Type I - Moisture Controlled medium
4
weight.
B.
Solid Load -Bearing Block Units (CMU): ASTM C90, Type I - Moisture Controlled medium
r"
weight.
C.
Size and Shape: Nominal modular size of 8 x 8 x 16 inches Provide special units for 90
degree comers, bond beams, lintels, and bulinosed comers. Provide solid units where cells
be
would otherwise exposed to view.
2.2
REINFORCEMENT AND ANCHORAGE
A.
Single Wythe Joint Reinforcement: Truss type; steel wire, hot dip galvanized to ASTM A641
Class 3 after fabrication, 3/16 inch side rods with #9 inch cross ties.
1. Manufacturers:
a) Dur-O-Wall
b) National Wire
c) Wire Bond
a
B.
Reinforcing Steel: Specified in Section 02520.
C.
Wall Ties: Formed steel wire, 16 gage thick, hot dip galvanized to ASTM A123 B2 steel
finish.
i'
1. Manufacturers:
a) Dur-o-wal
�^
b) National Wire
c) Wire Bond
D.
Comer wall ties at tee intersections: Wire mesh fabric 0.50 in. square x 16 gauge conforming
7
to ASTM A185.
2.3
MORTAR AND GROUT
7�
A.
Mortar and Grout: As specified in Section 04100.
2.4
FLASHINGS
A.
Galvanized Steel: ASTM A525, G90 finish, . 26 gage core steel.
-
B.
Lap Sealant: Type as specified in Section 07900.
r
04300-3
CITIBUS 93F08
2.5 ACCESSORIES
A. Preformed Control Joints: Polyvinyl chloride material. Provide with corner and tee accessories,
cement fused joints.
1. Manufacturers:
a) Dur-O-Wall
b) National Wire
c) Wire Bond
B. Joint Filler: Closed cell polyvinyl chloride ; oversized 50 percent to joint width; self expanding;
0.50 inch wide x by maximum lengths.
1. Manufacturers:
a) Dur-O-Wall
b) National Wire
c) Wire Bond
C. Building Paper: No. 15 or asphalt saturated felt as Indicated on the drawings.
D. Cleaning Solution: Non -acidic, not harmful to masonry work or adjacent materials.
PART 3 EXECUTION
3.1 EXAMINATION
A. Verify that field conditions are acceptable and are ready to receive work.
B. Verify items provided by other sections of work are properly sized and located.
C. Verify that built-in items are in proper location, and ready for roughing into masonry work.
3.2 PREPARATION
A. Direct and coordinate placement of metal anchors supplied to other sections.
B. Provide temporary bracing during installation of masonry work. Maintain in place until building
structure provides permanent bracing.
3.3 COURSING
A. Establish lines, levels, and coursing indicated. Protect from displacement.
B. Maintain masonry courses to uniform dimension. Form vertical and horizontal joints of uniform
thickness.
C. Concrete Masonry Units:
1. Bond: Running.
2. Coursing: One unit and one mortar joint to equal 8 inches
3. Mortar Joints: Concave.
3.4 PLACING AND BONDING
A. Lay solid masonry units in full bed of mortar, with full head joints, uniformly jointed with other
work.
B. Lay hollow masonry units with face shell bedding on head and bed joints.
C. Buttering comers of joints or excessive furrowing of mortar joints are not permitted.
04300-4
CITIBUS 93F08
D. Remove excess mortar as work progresses.
E. Interlock external comers.
F. Do not shift or tap masonry units after mortar has achieved initial set. Where adjustment must
be made, remove mortar and replace.
G. Perform job site cutting of masonry units with proper tools to provide straight, clean, unchipped
edges. Prevent broken masonry unit comers or edges.
H. Isolate masonry partitions from vertical structural framing members with a control joint as
indicated.
I. Isolate top joint of masonry partitions from horizontal structural framing members and slabs or
decks with compressible joint filler.
3.5 REINFORCEMENT AND ANCHORAGE - SINGLE WYTHE MASONRY
A. Install horizontal joint reinforcement 16 inches oc.
B. Place masonry joint reinforcement in first and second horizontal joints above and below
openings. Extend minimum 16 inches each side of opening.
C. Place joint reinforcement continuous in first and second joint below top of walls.
D. Lap joint reinforcement ends minimum 8 inches
E. Reinforce stack bonded unit joint comers and intersections with strap anchors 16 inches oc.
3.6 MASONRY FLASHINGS
A. Extend flashings horizontally above ledge or shelf angles and lintels,and at bottom of walls.
B. Turn flashing up minimum 8 inches and bed into mortar joint of masonry back-up.
C. Lap end joints minimum 6 inches and seal watertight.
D. Turn flashing, fold, and seal at comers, bends, and interruptions.
3.7 LINTELS
A. Install reinforced unit masonry lintels over openings where steel or precast concrete lintels are
not scheduled.
B. Openings Up To 42 inches Wide: Place two No. 4 reinforcing bars 1 inch from bottom web.
C. Do not splice reinforcing bars.
D. Support and secure reinforcing bars from displacement. Maintain position within 1/2 inch of
dimensioned position.
E. Place and consolidate grout fill without displacing reinforcing.
F. Allow masonry lintels to attain specified strength before removing temporary supports.
G. Maintain minimum 8 inch as bearing on each side of opening.
04300-5
CITIBUS 93F08
3.8 GROUTED COMPONENTS
A. Reinforce bond beam with 2, No. 4 bars, 1 inch from bottom web.
B. Reinforce cells with 1, No. 5 bars, placed at 32" oc.
C. Lap splices minimum 24 bar diameters. _
D. Support and secure reinforcing bars from displacement. Maintain position within 1/2 inch of
dimensioned position.
E. Place and consolidate grout fill without displacing reinforcing.
F. At bearing locations, fill masonry cores with grout for a minimum 12 inches either side of
opening.
3.9 CONTROL AND EXPANSION JOINTS
A. Do not continue horizontal joint reinforcement through control and expansion joints.
B. Install preformed control joint device in continuous lengths. Seal butt and comer joints in —
accordance with manufacturer's instructions.
C. Size control joint in accordance with Section 07900 for sealant performance.
3.10 BUILT-IN WORK
A. As work progresses, install built-in metal door frames, fabricated metal frames, anchor bolts, _
plates, and other items to be built-in the work and furnished by other sections.
B. Install built-in items plumb and level.
C. Bed anchors of metal door frames in adjacent mortar joints. Fill frame voids solid with grout.
Fill adjacent masonry cores with grout minimum 12 inches from framed openings.
D. Do not build in organic materials subject to deterioration.
3.11 TOLERANCES
A. Maximum Variation From Alignment of Columns: Pilasters: 1/4 inch
B. Maximum Variation From Unit to Adjacent Unit: 1/32 inch. —
C. Maximum Variation from Plane of Wall: 1/4 inch in 10 ft and 1/2 inch in 20 ft or more.
D. Maximum Variation from Plumb: 1/4 inch per story non -cumulative; 1/2 inch in two stories or more.
E. Maximum Variation from Level Coursing: 1/8 inch in 3 ft and 1/4 inch in 10 ft; 1/2 inch in 30 ft. F. Maximum Variation of Joint Thickness: 1/8 inch in 3 ft.
G. Maximum Variation from Cross Sectional Thickness of Walls: 1/4 inch —
04300-6
r
CITIBUS 93FOS
1
3.12 CUTTING AND FITTING
A. Cut and fit for chases, pipes, conduit, sleeves, and grounds. Coordinate with other sections of
work to provide correct size, shape,and location.
B. Obtain approval prior to cutting or fitting masonry work not indicated or where appearance or
strength of masonry work may be impaired.
3.13 FIELD QUALITY CONTROL
A. Field inspection and testing will be performed under provisions of Section 01400.
B. Inspect all masonry work.
3.14 CLEANING
A. Clean work under provisions of 01700.
B. Remove excess mortar and mortar smears as work progresses.
C. Replace defective mortar. Match adjacent work.
D. Clean soiled surfaces with cleaning solution.
E. Use non-metallic tools in cleaning operations.
3.15 PROTECTION OF FINISHED WORK
A. Protect finished Work under provisions of Section 01500.
B. Without damaging completed work, provide protective boards at exposed external comers
which may be damaged by construction activities.
END OF SECTION
04300-7
CITIBUS 93F08
SECTION 05500
METAL FABRICATIONS
PART 1 GENERAL: Applicable requirements of the general conditions apply to the work specified in
this section.
1.1 SECTION INCLUDES
A. Shop fabricated ferrous metal items.
1.2 RELATED SECTIONS
A. Section 13121 Pre -Engineered Buildings: Steel columns, girls and anchor bolts.
B. Section 09900 - Painting: Paint finish.
C. Section 02520 - Portland Cement Concrete Paving: Placement of metal fabrications in
concrete.
D. Section 04300 - Unit Masonry System: Placement of metal fabrications in masonry..
1.3 REFERENCES
A. AAMA 603.8 - Performance Requirements and Test Procedures for Pigmented Organic
Coatings on Extruded Aluminum.
B. AAMA 605.2 - Specification for High Performance Organic Coatings on Architectural —
Extrusions and Panels.
C. AAMA 606.1 - Specifications and Inspection Methods for Integral Color Anodic Finishes for
Architectural Aluminum.
D. AAMA 607.1 - Specifications and Inspection Methods for Clear Anodic Finishes for _
Architectural Aluminum.
E. AAMA 608.1 - Specification and Inspection Methods for Electrolytically Deposited Color Anodic
Finishes for Architectural Aluminum. —
F. ANSI A14.3 - Ladders, Fixed, Safety Requirements.
G. ASTM A36 - Structural Steel.
H. ASTM A53 - Hot -Dipped, Zinc -coated Welded and Seamless Steel Pipe.
I. ASTM A123 - Zinc (Hot -Dip Galvanized) Coatings on Iron and Steel Products.
J. ASTM A153 - Zinc Coating (Hot -Dip) on Iron and Steel Hardware. —
K. ASTM A283 - Carbon Steel Plates, Shapes, and Bars.
L. ASTM A307 - Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength. —
M. ASTM A500 - Cold -Formed Welded and Seamless Carbon Steel Structural Tubing in Round
and Shapes.
05500-1 ^
CITIBUS 93F08
N.
ASTM A501 - Hot -Formed Welded and Seamless Carbon Steel Structural Tubing.
O.
ASTM B26 - Aluminum -Alloy Sand Castings.
P.
ASTM B85 - Aluminum -Alloy Die Castings.
Q.
ASTM B177 - Chromium Electroplating on Steel for Engineering Use.
R.
ASTM B209 - Aluminum and Aluminum -Alloy Sheet and Plate.
.-
S.
ASTM B210 - Aluminum -Alloy Drawn Seamless Tubes.
T.
ASTM B211 - Aluminum -Alloy Bar, Rod, and Wire.
U.
ASTM B221 - Aluminum -Alloy Extruded Bar, Rod, Wire, Shape, and Tube.
�.,.
V.
AWS A2.0 - Standard Welding Symbols.
W.
AWS D1.1 - Structural Welding Code.
i
X.
SSPC (Steel Structures Painting Council) - Steel Structures Painting Manual.
1.4
SUBMITTALS FOR REVIEW
r
A.
Section 01300 - Submittals: Procedures for submittals.
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.
1.5
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.
PART 2
PRODUCTS
i
2.1
MATERIALS - STEEL
A.
Steel Sections: ASTM A36.
B.
Steel Tubing: ASTM A500, Grade B.
1•"
C.
Plates: ASTM A283.
D.
Pipe: ASTM A53, Grade Schedule 40.
E.
Bolts, Nuts, and Washers: ASTM A325 galvanized to ASTM A153 for galvanized
components.
05500-2
CITIBUS 93F08
F. Welding Materials: AWS D1.1; type required for materials being welded.
G. Touch -Up Primer for Galvanized Surfaces: SSPC 20 Type I Inorganic zinc rich. _
2.2 FABRICATION
A. Fit and shop assemble items in largest practical sections, for delivery to site.
B. Fabricate items with joints tightly fitted and secured.
C. Continuously seal joined members by continuous welds.
D. 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.
E. Exposed Mechanical Fastenings: Flush countersunk screws or bolts; unobtrusively located;
consistent with design of component, except where specifically noted otherwise. -'
F. 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 FABRICATION TOLERANCES
A. Squareness: 1/8 inch maximum difference in diagonal measurements.
B. Maximum Offset Between Faces: 1/16 inch.
C. Maximum Misalignment of Adjacent Members: 1/16 inch .
D. Maximum Bow: 01/8 inch in 48 inches. E. Maximum Deviation From Plane: 01/16 inch in 48
inches .
2.4 FINISHES - STEEL
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 one coat.
D. Structural Steel Members: Galvanize after fabrication to ASTM A123. Provide minimum 1.25
oz/sq ft galvanized coating. E. Non-structural Items: Galvanized after fabrication to ASTM Al23. Provide minimum 1.25
oz/sq ft galvanized coating. —
PART 3 EXECUTION
3.1 EXAMINATION —
A. Verify that field conditions are acceptable and are ready to receive work.
05500-3
I
CITIBUS 93F08
3.2 PREPARATION
A. Clean and strip primed steel items to bare metal where site welding is required.
B. Supply steel items required to be cast into concrete or embedded in masonry with setting
templates to appropriate sections.
3.3 INSTALLATION
A. Install items plumb and level, accurately fitted, free from distortion or defects.
B. Provide 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 approval prior to site cutting or making adjustments not scheduled.
F. After erection, prime welds, abrasions, and surfaces not galvanized, except surfaces to be in
contact with concrete.
3.4 ERECTION TOLERANCES
A. Maximum Variation From Plumb: 1/4 inch per story, non -cumulative.
B. Maximum Offset From True Alignment: 1/4 inch .
C. Maximum Out -of -Position: 1/4 inch.
3.5 SCHEDULE
A. The following Schedule is a list of principal items only. Refer to Drawing details for items not
specifically scheduled.
B. Bollards: Steel pipe, concrete filled, crowned cap, as detailed; galvanized finish.
C. Channels and Plates Not Attached to Structural Framing: Galvanized finish.
D. Door Frames for Overhead Door Openings and Wall Openings: Channel and Angle sections;
galvanized finish.
END OF SECTION
05500-4
CITIBUS 93F08
SECTION 07900 —
JOINT SEALERS
PART 1 GENERAL: Applicable requirements of the general conditions apply to the work specified in
this section.
1.1 SECTION INCLUDES
A. Preparing substrate surfaces.
B. Sealant and joint backing.
1.2 RELATED SECTIONS
A. Section 02570 - Concrete Paving: Sealants required in conjunction with paving.
B. Section 04300 - Masonry: Sealants required in conjunction with concrete masonry.
C. Section 13121 - Pre -Engineered Buildings: Sealants required in conjunction with siding.
D. Section 08115 - Custom Steel Frames: Sealants required in conjunction with door frames.
1.3 REFERENCES
A. ASTM C790 - Use of Latex Sealing Compounds.
B. ASTM C804 - Use of Solvent -Release Type Sealants.
C. ASTM C834 - Latex Sealing Compounds.
D. ASTM C919 - Use of Sealants in Acoustical Applications. E. ASTM C920 - Elastomeric Joint Sealants.
F. ASTM D1056 - Flexible Cellular Materials - Sponge or Expanded Rubber.
G. ASTM D1565 - Flexible Cellular Materials - Vinyl Chloride Polymers and Copolymers
(Open -Cell Foam).
H. ` SWRI (Sealant, Waterproofing and Restoration Institute) - Sealant and Caulking Guide
Specification.
1.4 SUBMITTALS
A. Submit under provisions of Section 01300.
B. Product Data: Provide data indicating sealant chemical characteristics, performance criteria,
substrate preparation, limitations, and color availability.
C. Samples: Submit two samples, illustrating sealant colors for selection.
D. Manufacturer's Installation Instructions: Indicate special procedures, surface preparation, and —
perimeter conditions requiring special attention.
07900 - 1
CITIBUS 93F08
1.5
QUALITY ASSURANCE
A.
Perform work in accordance with sealant manufacturers requirements for preparation of
•-R
i
surfaces and material installation instructions.
B.
Perform acoustical sealant application work in accordance with ASTM C919.
r
1.6
QUALIFICATIONS
A.
Manufacturer: Company specializing in manufacturing the Products specified in this section
with minimum three years documented experience.
B.
Applicator: Company specializing in performing the work of this section with minimum three
years exoerience.
r�
s
1.7
ENVIRONMENTAL REQUIREMENTS
A.
Maintain temperature and humidity recommended by the sealant manufacturer during and after
installation.
1.8
COORDINATION
r
A.
Coordinate work under provisions of Section 01039.
,..
B.
Coordinate the work with all sections referencing this section.
1.9
WARRANTY
A.
Provide five year warranty under provisions of Section 01700.
B.
Warranty: Include coverage for installed sealants and accessories which fail to achieve water
�.,
tight seal, and exhibit loss of adhesion or cohesion, or do not cure.
P
t
PART2
PRODUCTS
>•'
2.1
SEALANTS
A.
Polysulfide Sealant (Type A): ASTM C920, Class B, General use two component, chemical
curing, non -staining, non -bleeding, capable of continuous water immersion, non -sagging type;
II color as selected; manufactured by Pecora, Tremco, or Sonnebom.
1. Elongation Capability 25 percent
2. Service Temperature Range -40 to 180 degrees F
*-
3. Shore A Hardness Range 20 to 35
d
B.
Polyurethane Sealant (Type B): ASTM C920, Class B, Use joints in pavement,
,,.
mufti -component, chemical curing, non -staining, non -bleeding, capable of continuous water
immersion, self -levelling type; I color; 512 manufactured by Pecora, Tremco, Sonnebom.
1. Elongation Capability 25 percent
2. Service Temperature Range -20 to 180 degrees F
�-
3. Shore A Hardness Range 20 to 35
2.2
ACCESSORIES
A.
Primer. Non -staining type, recommended by sealant manufacturer to suit application.
07900 - 2
CITIBUS 93FOS
B. Joint Cleaner: Non -corrosive and non -staining type, recommended by sealant manufacturer;
compatible with joint forming materials.
C. Joint Backing: ASTM D1056; round, closed cell polyethylene foam rod; oversized 30 to 50 --
percent larger than joint width.
D. Bond Breaker: Pressure sensitive tape recommended by sealant manufacturer to suit _
application.
PART 3 EXECUTION
3.1 EXAMINATION
A. Verify that substrate surfaces and joint openings are ready to receive work.
B. Verify that joint backing and release tapes are compatible with sealant.
3.2 PREPARATION A. Remove loose materials and foreign matter which might impair adhesion of sealant.
B. Clean and primeboints in accordance with manufacturer's instructions.
C. Perform preparation in accordance with manufacturer's instructions.
D. Protect elements surrounding the work of this section from damage or disfiguration.
3.3 INSTALLATION _
A. Install sealant in accordance with manufacturer's instructions.
B. Measure joint dimensions and size materials to achieve required 2:1 width/depth ratios.
C. Install joint backing to achieve a neck dimension no greater than 1/3 of the joint width.
D. Install bond breaker where joint backing is not used.
E. . Install sealant free of air pockets, foreign embedded matter, ridges, and sags.
F. Apply sealant within recommended application temperature ranges. Consult manufacturer
when sealant cannot be applied within these temperature ranges.
G. Tool joints concave.
3.4 CLEANING
A. Clean work under provisions of 01700.
B. Clean adjacent soiled surfaces.
3.5 PROTECTION OF FINISHED WORK
A. Protect finished installation under provisions of Section 01500. _
B. Protect sealants until cured.
END OF SECTION
07900 - 3
F
CITIBUS 93F08
l
SECTION 08114
CUSTOM STEEL DOORS
r•
1
PART 1
GENERAL: Applicable requirements of the general conditions apply to the work specified in
this section.
1.1
SECTION INCLUDES
1.
A.
Non -rated, thermally insulated and non -insulated steel doors.
1.2
RELATED SECTIONS
A.
Section 04100- Mortar and Masonry Grout: Masonry mortar fill of metal frames.
.
B.
Section 08115 - Custom Steel Frames.
Flo
I
C.
Section 08712 - Door Hardware.
D.
Section 09900 - Painting: Field painting of doors.
1.3
REFERENCES
E
L..
A.
ANSI A117.1 - Specifications for Making Buildings and Facilities Accessible to and Usable by
VIA
Physically Handicapped People.
E
1 '
t
B.
ASTM A525 - Steel Sheet, Zinc -Coated (Galvanized) by the Hot -Dip Process.
C.
ASTM A591 - Steel Sheet, Cold Rolled, Electrolytic Zinc -Coated.
D.
ASTM C236 - Test Method for Steady -State Thermal Performance of Building Assemblies by
Means of a Guarded Hot -Box.
E.
ASTM E152 - Methods of Fire Tests of Door Assemblies.
F.
ASTM E413 - Classification for Determination of Sound Transmission Class.
t
G.
Door Hardware institute (DHI) - The Installation of Commercial Steel Doors and Steel Frames,
Insulated SteelDoors in Wood Frames and Builder's Hardware.
H.
HMMA 802 - Manufacturing of Hollow Metal Doors and Frames.
I.
HMMA 810 - Hollow Metal Doors.
J.
HMMA 830 - Hardware Preparation and Locations for Hollow Metal Doors and Frames.
K.
HMMA 840 - Installation and Storage of Hollow Metal Doors and Frames.
L.
HMMA 850 - Fire Rated Hollow Metal Doors and Frames.
M.
NFPA 80 - Fire Doors and Windows.
N.
NFPA 252 - Fire Tests for Door Assemblies.
O.
UL 10B - Fire Tests of Door Assemblies.
08114-1
CITIBUS 93F08
1.4 SUBMITTALS
A. Submit under provisions of Section 01300. B. Shop Drawings: Indicate door elevations, internal reinforcement, closure method, and finish.
C. Product Data: Indicate door configurations, location of cut-outs for hardware reinforcement.
D. Samples: If requested, submit one sample of door face metal, 6 x 6 inch in size illustrating
factory finished door colors and surface texture.
E. Manufacturer's Installation Instructions: Indicate special installation instructions.
F. Manufacturer's Certificate: Certify that Products meet or exceed specified requirements.
1.5 QUALITY ASSURANCE
A. Conform to requirements of HMMA 802, HMMA 810, HMMA 830, HMMA 840, HMMA 850, and
ANSI A117.1.
B. Maintain one copy of each document on site.
1.6 QUALIFICATIONS
A. Manufacturer: Company specializing in manufacturing the Products specified in this section
with minimum three years documented experience.
1.7 DELIVERY, STORAGE, AND HANDLING
A. Deliver, store, protect, and handle products to site under provisions of Section 01600.
B. Accept doors on site in manufacturer's packaging. Inspect for damage.
C. Break seal on -site to permit ventilation.
1.8 FIELD MEASUREMENTS
A. Verify that field measurements are as indicated on shop drawings —
1.9 COORDINATION
A. Coordinate work under provisions of Section 01039.
B. Coordinate the work with door opening construction, door frame and door hardware installation.
PART 2 PRODUCTS
2.1 DOORS
A. Exterior Doors (Non -thermally Broken): HMMA Type A.
B. Interior Doors (Non -rated): HMMA Type A. _
08114-2
CITIBUS 93F08
2.2 DOOR CONSTRUCTION
A. Face: Steel, galvanized sheet in accordance with ASTM A525 manufactured and fabricated in
accordance with HMMA 802 and 810.
B. Core: vertical steel stiffeners.
C. Door Edge Design: V Bevel.
2.3 FABRICATION
A. Fabricate doors with hardware reinforcement welded in place.
B. Close top and bottom edge of exterior doors with inverted steel channel closure. Seal joints
watertight.
2.4 FINISH
A. Exterior Units: ASTM A525 G90.
B. Interior Units: ASTM A525 G90.
C. Primer. Baked.
PART 3 EXECUTION
3.1 EXAMINATION
A. Verify substrate conditions under provisions of Section 01039.
B. Verify that opening sizes and tolerances are acceptable.
3.2 INSTALLATION
A. Install doors in accordance with HMMA 840 and HMMA 830 for hardware installation.
B. Coordinate installation of doors with Installation of frames specified in Section 08115 and
hardware specified in Section 08710.
3.3 ERECTION TOLERANCES
A. Maximum Diagonal Distortion: 1/16 inch measured with straight edge, comer to comer.
3.4 ADJUSTING
A. Adjust work under provisions of Section 01700.
B. Adjust door for smooth and balanced door movement..
END OF SECTION
08114-3
CITIBUS 93F08
SECTION 08115 `
CUSTOM STEEL FRAMES
PART 1 GENERAL: Applicable requirements of the general conditions apply to the work specified in
this section.
1.1 SECTION INCLUDES
A. Non -rated steel frames.
1.2 PRODUCTS FURNISHED BUT NOT INSTALLED UNDER THIS SECTION
A. Section 04300 Unit Masonry: Placement of anchors into wall construction.
1.3 RELATED SECTIONS
A. Section 04100- Mortar and Masonry Grout: Masonry mortar fill of metal frames. _
B. Section 08114 - Custom Steel Doors.
C. Section 08712 - Door Hardware.
D. Section 09900 - Painting: Field painting of frames.
1.4 REFERENCES
A. ANSI A117.1 - Specifications for Making Buildings and Facilities Accessible to and Usable by
Physically Handicapped People.
B. ASTM A525 - Steel Sheet, Zinc -Coated (Galvanized) by the Hot -Dip Process.
C. ASTM A591 - Steel Sheet, Cold Rolled, Electrolytic Zinc -Coated.
D. ASTM E152 - Methods of Fire Tests of Door Assemblies.
E. DHI -Door Hardware' Institute: The Installation of Commercial Steel Doors and Steel Frames,
Insulated Steel Doors in Wood Frames and Builder's Hardware.
F. HMMA 802 - Manufacturing of Hollow Metal Doors and Frames.
G. HMMA 820 - Hollow Metal Frames.:
H. HMMA 830 - Hardware Preparation and Locations for Hollow Metal Doors and Frames.
I. HMMA 840 - Installation and Storage of Hollow Metal Doors and Frames.
J. HMMA 850 - Fire Rated Hollow Metal Doors and Frames.
K. NFPA 80 - Fire Doors and Windows.
L. NFPA 252 - Fire Tests for Door Assemblies.
M. UL 10B - Fire Tests of Door Assemblies.
08115-1
i
CITIBUS 93F08
1.5
SUBMITTALS
A.
Submit under provisions of Section 01300.
B.
Shop Drawings: Indicate frame elevations, reinforcement, and finish.
C.
Product Data: Indicate frame configuration, anchor types and spacings, location of cut-outs for
hardware, reinforcement.
D.
Samples: If requested, submit one sample of frame, 6 x 6 inch in size illustrating factory
finished frame colors and surface texture.
E.
Manufacturer's Installation Instructions: Indicate special installation instructions.
r
F.
Manufacturer's Certificate: Certify that Products meet or exceed specified requirements.
1.6
QUALITY ASSURANCE
r
A.
Conform to requirements of HMMA 802, HMMA 820, HMMA 830, HMMA 840, HMMA 850, and
ANSI A117.1.
r
B.
Maintain one copy of each document on site.
1.7
QUALIFICATIONS
A.
Manufacturer: Company specializing in manufacturing the Products specified in this section
with minimum three years documented experience.
1.8
DELIVERY, STORAGE, AND HANDLING
,..,
A.
Deliver, store, protect and handle products to site under provisions of Section 01600.
B.
Accept frames on site in manufacturer's packaging. Inspect for damage.
!`
1.9
FIELD MEASUREMENTS
P
A.
Verify that field measurements are as indicated on shop drawings.
!�
a
1.10
COORDINATION
4
A.
Coordinate work under provisions of Section 01039.
B.
Coordinate the work with frame opening construction, door and hardware installation.
PART2
PRODUCTS
2.1
FRAMES
A.
Steel: Galvanized sheet in accordance with ASTM A525.
B.
Exterior Frames: 16 gage thick material, core thickness.
C.
Interior Frames: 16 gage thick material, core thickness.
0. 08115-2
r
CITIBUS 93F08
2.2 ACCESSORIES
A. Silencers. Resilient rubber, fitted into drilled hole.
B. Bituminous Coating: Fibered asphalt emulsion.
C. Primer: Zinc chromate as recommended by Door Manufacturer.
2.3 FABRICATION
A. Fabricate frames to HMMA 802 and 820, style and configuration to suit doors specified in —
Section 08114.
B. Fabricate frames for knock down field assembly.
C. Fabricate frames with hardware reinforcement plates welded in place. Provide mortar guard
boxes.
D. Prepare frame for silencers. Provide three single silencers for single doors.
E. Fabricate frames to suit masonry wall coursing with 2 inch head member.
2.4 FINISH
A. Exterior Units: ASTM A525 G90
B. Interior Units: ASTM A525 G90
C. Primer: Baked.
D. Coat inside of frame profile with bituminous coating to a thickness of 1/16 inch
PART 3 EXECUTION
3.1 EXAMINATION
A. Verify substrate conditions under provisions of Section 01039.
B. Verify that opening sizes and tolerances are acceptable.
3.2 INSTALLATION
A. Install frames in accordance with HMMA 840 and HMMA 830 DHI for hardware installation.
B. Coordinate with masonry wall construction for anchor placement.
C. Coordinate installation of frames with installation of hardware specified in Section 08710 and
doors in Section 08114.
3.3 ERECTION TOLERANCES A. Maximum Diagonal Distortion: 1/16 inch measured with straight edges, crossed corner to
comer. _
END OF SECTION
08115-3
i
FCITIBUS 93F08
SECTION 08360
SECTIONAL OVERHEAD DOORS
PART 1
GENERAL: Applicable requirements of the general conditions apply to the work specified in
this section.
I
i
1.1
SECTION INCLUDES
A.
Replacement sections for existing electric overhead sectional door and new door tracks.
B.
Operating hardware: Door safety edge.
1.2
RELATED SECTIONS
A.
Section 07900 - Joint Sealers: Perimeter sealant and backup materials.
r
r
B.
Section 09900 - Painting: Field painting.
C.
Section 13121-Pre Engineered Buildings: Brace framing for door tracks and cold rolled steel,
cee channel, door jambs.
�.,
1.3
REFERENCES
A.
ANSI A216.1 - Sectional Overhead Type Door (NAGDM 102).
B.
ASTM A446 - Steel Sheet, Zino -Coated (Galvanized) by the Hot Dip Process, Structural
r�
(Physical) Quality.
a
C.
ASTM A526 - Steel Sheet, Zinc -Coated (Galvanized) by the Hot Dip Process, Commercial
Quality.
D.
ASTM B209 - Aluminum and Aluminum -Alloy Sheet and Plate.
E.
ASTM B221 - Aluminum -Alloy Extruded Bars, Rods, Wire, Shapes, and Tubes.
row
1
F.
NEMA MG 1 - Motors and Generators.
r
G.
ANSI/NFPA70 - National Electrical Code.
H.
ASTM E330 - Structural Performance of Exterior Windows, Curtain Walls and Doors by
Uniform Static Air Pressure Difference.
r�
i
1.4
SYSTEM DESCRIPTION
A.
Panels: Flush steel.
B.
Standard lift operating style with track and hardware.
r
C.
Operation: Existing Electric.
k
D.
Design and size components to withstand dead and live loads caused by pressure and suction
r.,
of wind acting normal to plane of wall as calculated in accordance with UBC code to a
minimum design pressure of 25 Ib/sq ff as measured in accordance with ANSI/ASTM E330.
08360 - 1
CITIBUS 93F08
1.5 SUBMITTALS
A. Submit under provisions of Section 01300.
B. Shop Drawings: Indicate opening dimensions and required tolerances, connection details,
anchorage spacing, hardware locations, and installation details.
C. Product Data: Provide component construction, anchorage method, and hardware.
D. Manufacturer's Installation Instructions: Indicate special procedures, and perimeter conditions
requiring special attention.
1.6 QUALITY ASSURANCE _
A. Perform Work in accordance with ANSI A216.1, Application Type Industrial.
1.7 QUALIFICATIONS
A. Manufacturer: Company specializing in manufacturing the Products specified in this section
with minimum three years documented experience.
B. Installer: Company specializing in performing the work of this section with minimum three
years documented experience approved by manufacturer.
PART 2 PRODUCTS
2.1 MANUFACTURERS
A. Overhaed Door Company
B. Substitutions: Under provisions of Section 01600. --
2.2 MATERIALS
A. Sheet Steel: ASTM A526 galvanized to G60 pre -painted with silicone polyester finish.
B. Insulation: Rigid polystyrene or polyurethane, thickness as core framing members, bonded to
facing.
C. Metal Primer Paint: Zinc chromate type.
2.3 PANEL CONSTRUCTION
A. Panels: Flush steel construction; outer steel sheet of 16 gage thick, flat profile; inner steel
sheet of 16 gage thick, flat profile; core reinforcement of 9 gage thick sheet steel roll formed
to channel Z- shape, rabbeted weather joints at meeting rails; insulated.
B. Door Nominal Thickness: Match existing panels.
2.4 DOOR COMPONENTS
A. Track: 11 gage thick; 3 inch wide rolled steel track, continuous one piece per side; galvanized --
steel mounting brackets, 1/4 inch thick.
08360 - 2
t.
CITIBUS 93F08
1"
B.
Hinge and Roller Assemblies: Heavy duty hinges and adjustable roller holders of stainless
steel; floating hardened steel bearing rollers, located at top and bottom of each panel, each
side.
C.
Lift Mechanism: Existing torsion spring on cross head shaft, with braided steel lift cables.
D.
Sill Weatherstripping: Resilient rubber strip, one piece; fitted to bottom of door panel, full
C'
length contact.
E.
Jamb Weatherstripping: Roll formed steel section full height of jamb, fitted with resilient
weatherstripping, placed in moderate contact with door panels.
F.
Lock: Inside mounted, adjustable keeper, spring activated latch bar with feature to retain in
locked or retracted position; interior and exterior handle; lock re -use existing cylinder.
2.5
ELECTRICAL CHARACTERISTICS AND COMPONENTS
r.,
A.
Motor and Controls; Existing
2.6
FINISHES
r'
A.
Exterior Surfaces: Prime paint for finish specified in Section 09900. Precoat of color to match
existing door panels.
r
B.
Interior Surfaces: Prime paint for finish specified in Section 09900. Precoat of color to match
i
eaxisting door panels.
r
PART 3
EXECUTION
6
1
3.1
EXAMINATION
A.
Verify that wall openings are ready to receive work and opening dimensions and tolerances are
f
within specified limits.
B.
Beginning of installation means acceptance of existing surfaces.
r
3.2
PREPARATION
A.
Prepare opening to permit correct installation of door unit to perimeter air and vapor barrier
r
d
I
seal.
B.
Verify that electric power is available and of the correct characteristics.
r
i
3.3
INSTALLATION
A.
Install door sections in accordance with manufacturer's instructions.
B.
Anchor assembly to wall construction and building framing without distortion or stress.
�-.
C.
Securely brace door tracks suspended from structure. Secure tracks to structural members
only.
D.
Fit and align door assembly including hardware, level and plumb, to provide smooth operation.
E.
Coordinate installation of electrical service to door safety edges. Complete power and control
wiring from motor controller to door safety edges.
08360 - 3
N
CITIBUS 93F08
F. Coordinate installation of sealants and backing materials at frame perimeter as specified in
Section 07900.
G. Install perimeter trim and closures
3.4 TOLERANCES _
A. Maintain dimensional tolerances and alignment with adjacent work..
B. Maximum Variation from Plumb: 1116 inch.
C. Maximum VariationfromLevel: 1/16 inch .
D. Longitudinal or Diagonal Warp: Plus or minus 118 inch from 10 ft straight edge.
3.5 MANUFACTURER'S FIELD SERVICES
A. Prepare and start systems under provisions of Section 01400.
B. Ensure the operation and adjustments to door assembly for smooth operation.
3.6 ADJUSTING
A. Adjust work under provisions of Section 01700.
B. Adjust door assembly to smooth operation.
3.7 CLEANING
A. Clean work under provisions of 01700.
B. Clean doors, frames.
C. Remove labels and visible markings. _
3.8 PROTECTION OF FINISHED WORK
A. Protect finished Work under provisions of Section 01500.
B. Do not permit construction traffic through overhead door openings after adjustment and
cleaning. ^
END OF SECTION --
08360 - 4
CITIBUS 931`08
r~"
SECTION 08710
DOOR HARDWARE
rR
PART 1
GENERAL: Applicable requirements of the general conditions apply to the work specified in
this section.
r
1.1
SECTION INCLUDES
A.
Hardware for hollow metal doors.
B.
Thresholds.
1.
C.
Weatherstripping, seals and door gaskets.
r1.2
PRODUCTS FURNISHED BUT NOT INSTALLED UNDER THIS SECTION
f..
A.
Section 08360 - Sectional Overhead Doors; Furnish lock cylinders for installation.
1.3
RELATED SECTIONS
A.
Section 08114 - Custom Steel Doors.
B.
Section 08115 - Custom Steel Frames.
r
1.4
REFERENCES
A.
ANSI A117.1 - Specifications for Making Buildings and Facilities Accessible to and Usable by
*'
Physically Handicapped People.
B.
NFPA 80 - Fire Doors and Windows.
r
C.
AWI - Architectural Woodwork Institute - Quality Standards.
D.
NFPA 101 - Code for Safety to Life from Fire in Buildings and Structures.
E.
NFPA 252 - Fire Tests of Door Assemblies.
F.
UL 1013- Fire Tests of Door Assemblies.
G.
UL 305 - Panic Hardware.
I
1.5
SUBMITTALS
A.
Submit under provisions of Section 01300.
!_
B.
Shop Drawings: Indicate locations and mounting heights of each type of hardware.
C.
Submit manufacturer's parts lists, and templates.
D.
Samples: If requested, submit sample of hinge and latchset, illustrating style, color, and finish.
Samples: May be incorporated into the Work.
rE.
{
F.
Manufacturer's Installation Instructions: Indicate special procedures, and perimeter conditions
requiring special attention.
08710-1
CITIBUS 93F08
1.6 PROJECT RECORD DOCUMENTS
A. Submit under provisions of Section 01700.
1.7 OPERATION AND MAINTENANCE DATA
A. Submit under provisions of Section 01700.
B. Maintenance Data: Include date on operating hardware, lubrication requirements, and
inspection procedures related to preventative maintenance.
1.8 QUALITY ASSURANCE
A. Perform work in accordance with the following requirements:
1. ANSI A117.1 - Specifications for Making Buildings and Facilities Accessible to and
Usable by Physically Handicapped People.
2. NFPA 101.
3. NFPA 80.
4. NFPA 252.
1.9 QUALIFICATIONS
A. Manufacturer: Company specializing in manufacturing the Products specified in this section
with minimum three years documented experience. B. Hardware Supplier: Company specializing in supplying commercial door hardware with five
years documented experience. _
C. Hardware Supplier Personnel: Employ an Architectural Hardware Consultant (AHC) to assist in
the work of this section.
1.10 REGULATORY REQUIREMENTS
A. Conform to Uniform Building Code for requirements applicable to fire rated doors and frames.
B. Products Requiring Electrical Connection: Listed and classified by Underwriters' Laboratories,
Inc., as suitable for the purpose specified and indicated.
1.11 DELIVERY, STORAGE, AND HANDLING
A. Deliver, store, protect and handle products to site under provisions of Section 01600.
B. Package hardware items individually; label and identify each package with door opening code
to match hardware schedule. C. Deliver keys to Owner by security shipment direct from hardware supplier.
1.12 COORDINATION
A. Coordinate work under provisions of Section 01039.
B. Coordinate the work with other directly affected sections involving manufacture or fabrication of
internal reinforcement for door hardware.
08710-2
f
L,
CITIBUS 931`08
1.13 WARRANTY
A. Provide five year warranty under provisions of Section 01700.
B. Warranty: Include coverage for door closers and latchsets.
1.14 MAINTENANCE MATERIALS
A. Provide maintenance materials under provisions of 01700.
B. Provide special wrenches and tools applicable to each different or special hardware
component.
C. Provide maintenance tools and accessories supplied by hardware component manufacturer.
1.15 EXTRA MATERIALS
A. Furnish under provisions of Section 01700.
B. Elimination of Architectural Barriers: Door hardware shall comply with the applicable
requirements of The Americans with Disabilities Act.
1. Door Hardware: Handles, knobs, 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 Ibf. Preferred designs include but
are not limited to 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, knob, pull or other operating hardware. This textured surface may be 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.
2. Door Closers: 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
sends to move to an open position of approximately 12 degrees.
3. 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 hinges. For sliding or folding doors, the force shall be applied parallel to the
door at the door pull latch. Forces shall be as follows:
a. Exterior hinged doors shall not exceed 8.5 Ibf. Slight increases in opening force
shall be allowed where 8.5 Ibf is insufficient to compensate for air pressure
differentials.
b. Sliding doors, folding doors, and interior hinged doors shall not require a force
exceeding five Ibf
4. Fire doors may be adjusted to meet the minimum opening force allowed by the
governing authority or applicable building code..
PART 2 PRODUCTS
2.1 ACCEPTABLE MANUFACTURERS
A. Hinges: Hager, Stanley, and McKinney.
B. Pivots: Hager, Stanley, and McKinney.
08710-3
CITIBUS 93F08
C. Latch Sets: Hager, Stanley, and McKinney.
D. Push/Pulls: Trimco, Trego, and Baldwin.
E. Cylinder Locks: Corbin, Russwin, and Sargent.
F. Mortise Locks: Corbin, Russwin, and Sargent.
G. Electric Locks: Corbin, Russwin, and Sargent.
H. Exit Devices: Von Duprin, LCN, and Sargent. —
I. Closers: Norton, LCN, and Sargent.
J. Overhead Holders: Glynn Johnson, and Stanley.
K. Manual Bolts: Ives, and Glynn Johnson.
L. Gasketing: Stanley, Penko, and Zero.
M. Sliding Door Hardware: Stanley, and Knape-Vought.
N. Bifolding Door Hardware: Stanley, and Knape-Vought.
O. Protection Plates: Trimco, Trego, and Baldwin. —
P. Substitutions: Under provisions of Section 01600.
2.2 KEYING `
A. Door Locks: Key to existing Russwin keying system.
2.3 FINISHES
A. Finishes: Match existing.
PART 3 EXECUTION
3.1 EXAMINATION —
A. Verify site conditions under provisions of Section 01039.
B. Verify that doors and frames are ready to receive work and dimensions are as indicated on `
shop drawings.
C. Verify that electric power is available to power operated devices and of the correct
characteristics.
3.2 INSTALLATION
A. Install hardware in accordance with manufacturer's instructions.
B. Use templates provided by hardware item manufacturer. _
1. Mount hardware units at heights recommended in "Recommended Location for Builders'
Hardware" by BHMA, except as otherwise specifically indicated or required to comply
with governing regulations, and except as may be otherwise directed by the Architect.
08710-4
CITIBUS 93F08
3. 3
FIELD QUALITY CONTROL
A.
Field inspection and testing will be performed under provisions of Section 01400.
3.4
ADJUSTING
A.
Adjust work under provisions of Section 01700.
B.
Adjust hardware for smooth operation.
3.5
PROTECTION OF FINISHED WORK
A.
Protect finished Work under provisions of Section 01500.
B.
Do not permit adjacent work to damage hardware or finish.
3.6
SCHEDULES: Furnish each door leaf with hardware item scheduled.
If a door is shown on the
drawings and not included in the hardware schedule, then contractor shall provide comparable
hardware as doors at similar locations or functions as if they had been
scheduled.
Heading No. 1
Single Door No 1,2
1 112 pr. Hinges BB 1191 4 1/2 x 4 1/2 x US32D
Hager
1 Lockset ML2224 x LWN x US32D
Russwin
3 Silencers 33
Pemko
Heading No. 2
Single Door No. 3
1 1/2 pr Hinges BB 1191 4 1/2 x 4 1/2 x US32D
Hager
1 Lockset ML2224 x LWN x US32D
Russwin
1 Closer DC 2210 x SBL
Corbin
1 Threshold 170 x D.W.
Pemko
1 Sweep 315 CN x D.W.
Pemko
1 Set Weatherstrip 316 AV x Opg.
Pemko
END OF SECTION
08710-5
CITIBUS 93F08
SECTION 09900
PAINTING
PART 1 GENERAL: Applicable requirements of the general conditions apply to the work specified in
this section.
1.1 SECTION INCLUDES
A. Surface preparation and field application of paints and coatings.
1.2 RELATED SECTIONS
A. Section 04300: Unit Masonry Systems
B. Section 08814 - Custom Steel Doors: Galvanized doors.
C. Section 08815 - Custom Steel: Hollow metal doors —
D. Section 08360 - Sectional Overhead Doors
1.3 REFERENCES
A. ASTM D16 - Definitions of Terms Relating to Paint, Varnish, Lacquer, and Related Products.
B. ASTM D2016 - Test Method for Moisture Content of Wood.
C. AWWA (American Water Works Association) - C204 - Chlorinated Rubber -Alkyd Paint
Systems for the Exterior of Above Ground Steel Water Piping.
D. AWWA (American Water Works Association) - D102 - Painting Steel Water Storage Tanks.
E. NACE (National Association of Corrosion Engineers) - Industrial Maintenance Painting.
F. NPCA (National Paint and Coatings Association) - Guide to U.S. Government Paint
Specifications.
G. PDCA (Painting and Decorating Contractors of America) - Painting - Architectural
Specifications Manual
H. SSPC (Steel Structures Painting Council) - Steel Structures Painting Manual.
1.4 DEFINITIONS
A. Conform to ASTM D16 for interpretation of terms used in this Section.
1.5 SUBMITTALS
A. Submit under provisions of Section 01300.
B. Product Data: Provide data on all finishing products.
C. Samples: Submit two samples, 4.25 x 5.5 inch in size illustrating range of colors and textures _
available for each surface finishing product scheduled.
09900 - 1
CITIBUS 93F08
D.
E.
1.6
A.
B.
1.7
A.
1.8
A.
B.
C.
D.
1.9
A.
B.
C.
AV
F
U
Samples: Submit two samples, 4.25 x 5.5 inch in size illustrating selected colors and textures
for each color selected.
Manufacturer's Instructions: Indicate special surface preparation procedures and substrate
conditions requiring special attention.
QUALIFICATIONS
Manufacturer: Company specializing in manufacturing the Products specified in this section
with minimum three years documented experience.
Applicator: Company specializing in performing the work of this section with minimum five
years documented experience .
REGULATORY REQUIREMENTS
Conform to Uniform Building Code for flame and smoke rating requirements for finishes.
FIELD SAMPLES
Provide field sample of paint under provisions of Section 01400.
Provide field sample panel, 2 feet long by 2 feet wide, illustrating special masonry coating
color, texture, and finish.
Locate where directed.
Accepted sample may [not) remain as part of the Work.
DELIVERY, STORAGE, AND HANDLING
Deliver, store, protect and handle products to site under provisions of Section 01600.
Deliver products to site in sealed and labeled containers; inspect to verify acceptability.
Container label to include manufacturer's name, type of paint, brand name, lot number, brand
code, coverage, surface preparation, drying time, cleanup requirements„ color designation, and
instructions for mixing and reducing.
Store paint materials at minimum ambient temperature of 45 degrees F (7 degrees C) and a
maximum of 90 degrees F (32 degrees C), in ventilated area, and as required by
manufacturer's instructions.
ENVIRONMENTAL REQUIREMENTS
Do not apply materials when surface and ambient temperatures are outside the temperature
ranges required by the paint product manufacturer.
Do not apply exterior coatings during rain or snow, or when relative humidity is outside the
humidity ranges required by the paint product manufacturer.
Minimum Application Temperatures for Latex Paints: 45 degrees F (7 degrees C) for interiors;
50 degrees F (10 degrees C) for exterior, unless required otherwise by manufacturer's
instructions.
09900 - 2
C
CITIBUS 93F08
D. Minimum Application Temperature for Varnish and Epoxy Finishes: 65 degrees F (18 degrees
C) for interior or exterior, unless required otherwise by manufacturer's instructions.
E. Provide lighting level of 80 ft candies measured mid -height at substrate surface. —
1.11 EXTRA MATERIALS
A. Furnish under provisions of Section 01700.
B. Provide 1 gallons of each color, type, and surface texture to Owner.
C. Label each container with color, type, texture, and room locations in addition to the
manufacturer's label.
PART 2 PRODUCTS
2.1 MANUFACTURERS
A. Acceptable Manufactures are:
Kelly -Moore, Pittsburgh, DuPont, Sherwin-Williams, Glidden, Devoe, Cook, Pratt -Lambert.
B. 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; good
flow and brushing properties; capable of drying or curing free of streaks or sags.
B. Accessory Materials: Linseed oil, shellac, turpentine, paint thinners and other materials not
specifically indicated but required to achieve the finishes specified, of commercial quality.
C. Patching Materials: To match finish coat.
D. Fastener Head Cover Materials: To match adjacent finish.
2.3 FINISHES
A. Refer to schedule at end of section for surface finish [and color] schedule.
PART 3 EXECUTION
3.1 EXAMINATION —
A. Verify site conditions under provisions of Section 01039.
B. Verify that surfaces [substrate conditions] are ready to receive work as instructed by the
product manufacturer.
C. Examine surfaces scheduled to be finished priorto commencement of work. Report any r-
condition that may potentially affect proper application.
D. Test shop applied primer for compatibility with subsequent cover materials. _
E. Measure moisture content of surfaces using an electronic moisture meter. Do not apply
finishes unless moisture content of surfaces are below the following maximum:
09900 - 3
r
CITIBUS 931`08
Concrete Unit Masonry: 12 percent.
3.2 PREPARATION
A. Remove [or mask] electrical plates, hardware, light fixture trim, escutcheons, and fittings prior
to preparing surfaces or finishing.
B. Correct defects and clean surfaces which affect work of this section. Remove existing coatings
that exhibit loose surface defects.
C. Seal with 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. Insulated Coverings: Remove dirt, grease, and oil from canvas and cotton.
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 dry.
H. Uncoated Steel and Iron Surfaces: Remove grease, mill scale, weld splatter, dirt, and rust.
Where heavy coatings of scale are evident, remove by [hand] [power tool] 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.
I. 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.
3.3 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 preceding coat unless otherwise approved.
f,,,,
E.
Sand metal lightly between coats to achieve required finish.
F.
Vacuum clean surfaces free of loose particles. Use tack cloth just prior to applying next coat.
G.
Allow applied coat to dry before next coat is applied.
3.4
FINISHING MECHANICAL AND ELECTRICAL EQUIPMENT
A.
Remove unfinished louvers, grilles, covers, and access panels on mechanical and electrical
components and paint separately.
r
09900 - 4
CITIBUS 931708
B. Prime and paint insulated and exposed pipes, conduit, boxes, insulated and exposed ducts, —
hangers, brackets, collars and supports except where items are prefinished.
C. Paint exposed conduit and electrical equipment occurring in finished areas. D. Reinstall electrical cover plates, hardware, tight fixture trim, escutcheons, and fittings removed
prior to finishing.
3.5 FIELD QUALITY CONTROL
A. Field inspection and testing will be performed under provisions of Section 01400. _
3.6 CLEANING
A. Clean work under provisions of 01700.
B. Collect waste material which may constitute a fire hazard, place in closed metal containers and
remove daily from site.
3.7 SCHEDULE - SHOP PRIMED ITEMS FOR SITE FINISHING
A. Metal Fabrications (Section 05500): Exposed surfaces of lintels.
3.8 SCHEDULE - EXTERIOR SURFACES
A. Steel - Galvanized:
1. One coat galvanize primer.
2. Two coats of alkyd enamel, semi -gloss.
3.9 SCHEDULE - INTERIOR SURFACES
A. Concrete Block:
1. One coat of block filler.
2. One coat of primer sealer latex undercoat enamel.
3. Two coats of acrylic epoxy enamel semi -gloss.
NOTE: Omit Blockfiller on existing masonry.
B. Steel - Galvanized: Below top of masonry elevation 110" - 0".
1. One coat galvanize primer. _
2. Two coats of acrylic epoxy enamel, gloss.
Steel - Galvanized: Above top of masonry elevation 110 - 0"
1. One coat galvanized primer.
2. Two coats of alkyd enamel semi -gloss.
END OF SECTION
09900 - 5 -
i.
CITIBUS 93FOS
SECTION 11173
VEHICLE WASH SYSTEM
PART 1
GENERAL: Applicable requirements of the general conditions apply to the work specified in
this section.
1.1
SECTION INCLUDES
A.
Packaged vehicle wash system.
1.2
RELATED SECTIONS
A.
Section 09900 - Painting: Field painting of exposed system components.
1.3
REFERENCES
r
A.
ASTM A36 - Structural Steel
B.
AWS D1.1 Structural Welding Code
C.
ASTM A449 A123 - Zinc (Hot Dip Galvanized) Coatings on Iron and Steel products.
1.4
SUBMITTALS
A.
Submit under provisions of Section 01300.
B.
Shop Drawings: Indicate machine location, rough -in and anchor placement dimensions
tolerances, and clearances required.
C.
Product Data: Provide unit capacities, physical dimensions, utility requirements and locations.
rr
6
D.
Manufacturer's Installation Instructions: Indicate special installation requirements.
E.
Manufacturer's Certificate: Certify that Products meet or exceed specified requirements.
r
1.5
OPERATION AND MAINTENANCE DATA
A.
Submit under provisions of Section 01700.
B.
Operation Data: Include description of system operation, adjusting and testing required.
C.
Maintenance Data: Identify system maintenance requirements, servicing cycles, lubrication
types required and spare part sources.
,•
1.6
QUALIFICATIONS
A.
Manufacturer. Company specializing in manufacturing the Products specified in this section
with minimum five years documented experience.
1.7
DELIVERY, STORAGE, AND HANDLING
r
IB.
A.
Deliver, store, protect and handle products to site under provisions of Section 01600.
Accept unit on site. Inspect fordamage.
11173 - 1
CITIBUS 93F08
1.8 FIELD MEASUREMENTS
A. Verify that field measurements are as indicated on shop drawings
1.9 SEQUENCING
A. Sequence work under the provisions of Section 01010.
1.10 COORDINATION
A. Coordinate work under provisions of Section 01039.
1.11 WARRANTY
A. Provide five year warranty under provisions of Section 01700.
B. Warranty: Include coverage for motor and controller.
PART2 PRODUCTS
2.1 MANUFACTURERS
A. Provide a buswash system by one of the following:
Sherman Supersonic Industries Corp. Hanna _
255 Fire Tower Drive 2000 SE Hanna Drive
Tonawanda, NY 14150 Portland, Oregon 97222
B. Substitutions: Under provisions of Section 01600.
2.2 COMPONENTS
A. Guide Rail System:
1. The Guide Rail System shall align the vehicle with the washing system and keep the
vehicle centered as it passes through the washer.
2. The tubular rails shall allow minimum contact with the outside tires. The height of the -'
rail shall be such that it comes in contact with the tire and not the wheel.
3. The entrance section of the Guide Rail System shall be flared outward 15 degrees to
allow ease of entry to the system. The entrance slip plate shall assist in alignment of the
vehicle by allowing the vehicle tires to slip sideways on the plate. The exit slip plate
shall allow sideways slippage of the tires.
4. Guide Rail
a. Rails: 2 1/2" schedule 80 pipe. —
b. Mounting Pads: 3/8" thick gussetted to the rail, four per 10' section, with two 3/4"
mounting holes per pad.
C. Height: 8" from floor to the top of the rail. _
d. Fabricated Steel: ASTM, A36
e. Coating: Hot Dip Galvanized
f. Length: Custom Fabricated in length to suit existing building.
2.3 Hydraulic System: A Hydraulic Power Unit shall supply hydraulic fluid under pressure to the
vehicle wash systems, driving all hydraulic motors.
A. The Hydraulic Power Unit shall consist of the following major components:
11173 - 2
n
CITIBUS 93F08
Pump, Electric Drive Motor, Pressure Relief Valve, Filter Oil Reservoir, and
Proportionator.
The pump shall be driven by electric Motor 208 volt, 3 phase, 60 cycle on a standard
NEMA 254-DP Frame.
B. The pump shall be equal to Vickers Corporation Vane Type, positive displacement, delivering
24GPM, and will operate satisfactorily on hydraulic oil specified herein. The drive motor and
pump shall be connected by a self -aligning coupling to compensate for misalignment; and shall
isolate shaft vibrations that may be transmitted to the motor.
C. The proportionator shall be equal to Mechanical Tool and Engineering Co., and shall act as a
flow divider, delivering Hydraulic fluid to each brush motor to the muter motor and the
balance to the reservoir. The pressure may vary, depending upon the loading of the
system; however, the output gallonage shall remain proportionate, in relation to the
gallons delivered to the proportionator.
D. Each outlet port of the proportionator shall be fitted with a ball type relief valve, with a
by-pass setting of 1200 PSI. There shall be a glycerin filled pressure gauge designed to
be unaffected by corrosion, pulsation, and vibration.
E. Each circuit from the proportionator shall have a flow control valve. Their function is to
r act as speed controller for the equipment. Turning the knob clockwise shall increase the
speed of the driver motor, counter -clockwise shall decrease speed. The return filter to
the reservoir shall contain a replacement cartridge.
F. Reservoir capacity shall be 54 gallons at the proper level in the sight gauge to allow for
heavy dissipation and purging, before it is pumped back into the system. Each reservoir
shall contain a sight -temperature gauge for ease of checking the oil level and its
I^^ temperature. There shall be a low-level cut-off switch mounted on the end of the
t reservoir if the oil level is too low.
G. Hydraulic Oil
1. Viscosity at 100 degrees F. SUS 190-230.
2. Viscosity Index - 100
3. Emulsion Test Min. for separation 130- 30 minutes maximum.
4. ASTM Rust Test D665 - Passable
5. Copper Corrosion Tele 212 degrees - Maximum 1 hour.
6. 5% Zinc Antiwear Additive pour point - Maximum (minus) 20 degree F.
7. Oxidation Stability ASTM D943 - 15001 minimum
2.4 SPRAY ARCHES
�-
A. General:
Spray arches shall slope with the bottom toward the vehicle to provide a better flushing action
'
to remove loose dirt. The vertical arch shall provide a complete coverage of the vehicle.
r
r
B. Operation:
t
A photoelectric sensor shall be provided at the entrance side of the arch to turn it on or off.
This sensor shall detect the metal surface of a vehicle and turn the arch on until the vehicle has
r
passed thru the arch. Each arch shall have a switch to provide the combination of desired
Iarches
to function separately from the photoelectric cell. When the sensor detects a vehicle it
shall open the solenoid valve for the pre wet arch and or the pre rinse arch. The following
sizes shall apply:
11173 - 3
CITIBUS 93F08
Pre Wet 3/4" Galvanized Pipe
Nozzles - 17 Jets Size 6505 (8.5 GPM)
Rinse 1" Galvanized Pipe
Nozzles - 17 Jets Size 6530 (51 GPM)
C. Rinse Arch:
1. General: The rinse arch shall flush all remaining dirt and soapy water from the vehicle
after it leaves the wash package.
2. Design features: The Rinse Arch shall supply water to the front, sides, rear and top of
the vehicle. The side manifolds shall be slopped outward in the direction of vehicle
travel so that the vehicle Is rinsed from the top down. The rinse arch water flow shall be
controlled by a 1" diaphragm valve to be contolled by a pilot valve controlled by a photo
electric sensor.
2.5 FRICTION WASH MITTER
A. General: Four curtains shall be automatically oscillated across the vehicle to provide
washing coverage on the horizontal and upper sides of the vehicle.
B. Supporting Structure: The mitter frame shall be fabricated from 4" channel steel and
designed for free-standing operation. The frame assembly shall be overhead
suspended by 4" square box tube posts and 4" beam. All framework and structural steel
members shall be hot dip galvanized for corrosion resistance.
C. Curtain Carriage Assembly: The curtains shall be attached to steel racks, which
are suspended on two swing arm assemblies. The swing arms are to be
suspended in 3/4" pillow block bearings which are rigidly mounted to the main
framework. The swing arms shall be connected to a crank arm with connecting rod of
3/4" shafting. The rod shall have a 3/4" rod end bearing at each end. All bearings
shall be capable of being greased with standard zerk fittings.
D. Curtains: Curtains will move left to right and right to left across the vehicle at a 45
degree angle. Curtain material shall be ozite-type with graduated curtain length. The
material is to be cut vertically in a 6" width strips with horiz. cuts 1 1/2" deep at 2"
increments for maximum washing capability.
E. Motor and Drive: The crank arm will be driven by a hydraulic motor at 55 RPM.
The hydraulic motor shall provide 550 lb. per inch of torque at 400 PSI. The motor
geroter size will be 11.9 cubic in/rev. the shaft will be 1" straight keyed and the ports will
be 1/2" NPTF. The motor crank arm size and the position of the connecting rod on the
swing arm will be such that the curtain rack will move approximately 18" total. Hydraulic
motor speed will be controlled by a pressure compensated flow control valve with
integral relief. The valve shall be capable of being locked in any position and will have
1./2" NPTF ports.
F. Spray Components: A system of water spray nozzles, mounted in the
overhead framework, will provide lubricating and vehicle cleaning solution to the curtains
and vehicle surface. Each set of curtains will be sprayed with four nozzles; each nozzle
will be sized for 3 GPM @ 40 PSI and shall have a spray angle of 65 to 80 degrees. The
nozzles will be screwed into manifolds made of 3/4" Schedule 40 galvanized pipe.
Water flow shall be controlled by a 1" diaphragm type valve and the water supply to the
unit will by 1" pipe. The diaphragm valve shall be controlled by a remote valve actuated
by the vehicle.
11173 - 4
CITIBUS 93F06
7
2.6 BRUSHES
A. General: Wrap around brushes shall provide a thorough washing coverage on the
front, sides and rear of the vehicle.
B. Design Features:
1. Brush Movement: The combination of the brush rotation and the vehicle's forward
movement shall allow the wrap around to be a self-controlled unit without
complicated pneumatic or electronic control system.
2. Principle of Operation: The Wrap Around Brush shall follow the contour of the
vehicle through the folding action of the primary and secondary arms. Brush
rotation, pressure against the vehicle surface, forward movement of the vehicle,
and a counter -balance weight assemble provide energy to fold and unfold the arm.
3. In the first movement of operation, the above factors shall cause the brush to
move itself from the approximate center of the vehicle (rest position) to the
outside front comer and down the sides of the vehicle as the vehicle moves
forward. In so doing, the primary and secondary support arms shall fold together.
As the brush begins to clear the rear of the vehicle, the brush shall travel across
the rear, stopping at a point just past the centerline (rest position). it shall
assume the correct position to repeat the cycle on the front of the next oncoming
vehicle.
4. Service:
a. Utilities
Hydraulic fluid 7.5 GPM
b. Brush Speed
50 - 60 RPM
Direct Drive Adjustable
C. Brush:
Shammy Cloth
d. Shafting
Stress proof
e. Bearings
Anti -friction AFBMA B 10 life
Fasteners
ASTM A-449 1 00-20325
5. Frame: Each brush unit shall be supported by a rigid frame and post assemble
which is designed to provide maximum support for the overhead wrap around arch
assemblies, even when the arms are fully extended.
6. Tube and Shaft Assembly: This unit shall be constructed of 3" circular
tubing, with rotary shaft bearings at either end. These shall be retained in the
proper position with an internal snap ring. A stress -proof shaft, joumalled by
rotary thrust bearings in the vertical tube, shall provide the mount for the circular
vehicle wash brush. The brush shall be driven through this tube and bearing
assembly. Assembly shall be tubular secondary arm.
Brush: The brushes shall be constructed using a long life synthetic material
designed to combine maximum cleaning ability with safety for the vehicle finish.
11173 - 5
F
CITIBUS 93F08
8. Water System: Dispensing jets shall be located strategically to assure
maximum coverage of the area to be brushed, as well as a flushing action on the
brush to keep it clean.
C. Side Brushes:
Two (2) side brushes shall be arranged and automatically controlled so that each brush
washes one full side of the vehicle.
D. Supporting Structures:
The main support column for each brush shall be 6" diameter, galvanized steel. These 8"
diameter columns shall be equipped with 24" square base plates. Each column shall be
secured to floor with 3/4" diameter bolts anchored in footing slab. After proper
alignment of said columns, any gaps between base plates and floor shall be filled with
non -shrinking grout by equipment installer.
E. Brush Arm:
The design of the brush arm shall be of square and rectangular structural tubing to
provide rigidity and strength. The arm shall be mounted to the column by upper and --
lower 1-15/16" flange bearings. Control of the brush arms shall be by means of
regulated air and cylinders. The cylinders shall be 1-3/4" diameter x 12" stroke with
Stainless Steel shafts.
F. Brushes:
Brushes shall each be powered by Char Lynn Type AK hydraulic motors, direct coupled
to the brush shaft. Brush shafts shall be 1-15116" stress proof steel. Each brush shall _
consist of a three or four section assembly. The 8" and 12" diameter core material shall
be extruded aluminum tubing each cylindrical brush core shall be mounted to brush
shafts by means of steel hubs and taper lock bushings. Each brush shall be 56"
diameter. The brush material shall be of shammy cloth. The RPM of the brushes shall
be adjustable hydraulically.
2.7 SHOP FINISHING
A. Unit Frame and Accessories: Hot dip galvanized to ASTM A123.
PART 3 EXECUTION
3.1 EXAMINATION
A. Verify frame anchors under provisions of Section 01039.
B. Verify that anchors are correctly positioned.
3.2 INSTALLATION
A. Vehicle wash system contractor shall include in his bid the appropriate utility extensions from _
their existing locations to the connection location of each item of his equipment.
B. Install unit in accordance with manufacturers instructions.
C. Install Work in accordance with standards required by authority having jurisdiction. D. Anchor unit securely in place.
E. Touch-up minor damaged surfaces caused during installation. Replace damaged components
as directed by Architect.
11173 6
If�
CITIBUS 93F08
3.3 GUIDE RAIL INSTALLATION
A. Guide rails shall be installed so that the top of the rail remains 8" from the floor throughout the
length of the bay. The inside of the rail shall be maintained at the minimum of 4'5" from the
center line of the bay throughout the bay length. Where Guide Rail sections are welded
together, welds on the inside of the Guide Rail must be ground smooth.
If a Guide Rail section is bent or damaged it shall be replaced.
All anchor bolts should be checked and tightened every second week of operation.
3.4 ADJUSTING
A. Adjust work under provisions of Section 01700.
B. Adjust unit mechanism to achieve specified requirements.
3.5 DEMONSTRATION
A. Provide systems demonstration under provisions of Section 01650.
B. Demonstrate and instruct Owner on unit operation. Describe unit limitations.
END OF SECTION
11173 - 7
CITIBUS 93F08
SECTION 13121
PRE-ENGINEERED BUILDINGS
PART 1 GENERAL: Applicable requirements of the general conditions apply to the work specified in
this section.
1.1 SECTION INCLUDES
A. Pre-engineered, shop fabricated structural steel building frame and components.
B. Metal walls including accessories.
1.2 RELATED SECTIONS ^
A. Section 07631 - Gutters and Downspouts.
B. Section 07900 - Joint Sealers. C. Section 08114- Metal doors and frames.
D. Section 08360 - Overhead doors.
E. Section 09900 - Painting: Finish painting of interior and exterior galvanized steel surfaces, and
inside surface of liner sheet.
1.3 REFERENCES
A. AISC - Specification for Structural Steel for Buildings - Allowable Stress Design and Plastic
Design.
B. AISC - Quality Certification Program, Category MB. -
C. ASTM A361A36M - Structural Steel.
D. ASTM A123 - Zinc (Hot -Dip Galvanized) Coatings on Iron and Steel Products. —
E. ASTM Al53 - Zinc Coating (Hot -Dip) on Iron and Steel Hardware.
F. ASTM A307 - Carbon Steel Bolts and Studs, 60 000 psi Tensile Strength.
G. ASTM A325/A325M - High Strength Bolts for Structural Steel Joints.
H. ASTM A446/A446M - Steel Sheet, Zinc -Coated (Galvanized) by the Hot -Dip Process,
Structural (Physical) Quality.
I. ASTM A490/A490M - Heat Treated Steel Structural Bolts, Classes 150 ksi (1035 MPa) Tensile
Strength.
J. ASTM A500 - Cold -Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds
and Shapes.
K. ASTM A501 - Hot -Formed Welded and Seamless Carbon Steel Structural Tubing. _
L. ASTM A5251A525M - Steel Sheet, Zino -Coated (Galvanized) by the Hot -Dip Process.
13121 - 1
3
r�
CITIBUS 93F08
M.
ASTM A529/A529M - Structural Steel with 42 ksi Minimum Yield Point (1/2 in Maximumn
Thickness).
�^
N.
ASTM A572/A572M - High -Strength Low -Alloy Columbium -Vanadium Steels of Structural
Quality.
O.
ASTM A792IA792M - Steel Sheet, Aluminum -Zinc Alloy Coated by the Hot -Dip Process.
r
P.
ASTM C665 - Mineral Fiber Blanket Thermal Insulation for Light Frame Construction and
Manufactured Housing.
r
Q.
ASTM C991 - Flexible Glass Fiber Insulation for Pre -Engineered Metal Buildings.
R.
ASTM C1107 - Packaged, Dry, Hydraulic -Cement Grout (Non -shrink).
S.
AWS A2.0 - Standard Welding Symbols.
T.
AWS D1.1 - Structural Welding Code - Steel.
U.
MBMA (Metal Building Manufacturers Association)- Metal Building Systems Manual.
i
V.
SSPC (Steel Structures Painting Council) - Steel Structures Painting Manual.
i
W.
SSPC - Paint 20 Zinc Rich Coating.
r
X.
UL - Building Materials Directory - Roof Deck Construction.
1.4
SYSTEM DESCRIPTION
r
A.
Single span rigid frame.
r..
B.
Bay Spacing: 13'-8"
C.
Primary Framing: Rigid frame of rafter beams and columns, intermediate columns, braced end
frames, end wall columns and wind bracing.
r
D.
Secondary Framing: Purlins, girts, eave struts, clips, and other items detailed.
�.
E.
Wall System: Preformed metal panels of vertical profile, with sub -girt framing/anchorage
t
assembly, insulation, liner sheets, and accessory components.
F.
Roof System: Preformed metal panels of upslope to eave profile, with sub -girt
r,
framing/anchorage assembly, insulation, and accessory components.
i
G.
Roof Slope: 0.5 inches in 12 inches existing. Verify..
1.5
DESIGN REQUIREMENTS
A.
Design members to withstand dead load, applicable snow load, and design loads due to
pressure and suction of wind calculated in accordance withthe Uniform Buiulding Code. Live
load reductions shall not be used.
r
B.
Design members to withstand UL 580 - Uplift Resistance, Uplift Class 90.
i
C.
Exterior wall and roof system shall withstand imposed loads with maximum allowable deflection
of span: 1/180
13121 - 2
7
CITIBUS 93F08
D. Provide drainage to exterior for water entering or condensation occurring within wall or roof
system.
E. Permit movement of components without buckling, failure of joint seals, undue stress on
fasteners or other detrimental effects, when subject to temperature range of 70 degrees F.
F. Size and fabricate wall and roof systems free of distortion or defects detrimental to appearance
or performance.
1.6 SUBMITTALS FOR REVIEW
A. Section 01300 - Submittals: Procedures for submittals.
B. Product Data: Provide data on profiles, component dimensions, and accessories.
C. Shop Drawings: Indicate assembly dimensions, locations of structural members, connections,
attachments, openings, cambers, and loads; wall and roof system dimensions, panel layout, --
general construction details, anchorages and method of anchorage; framing anchor bolt
settings, sizes, and locations from datum, and foundation loads; indicate welded connections
with AWS A2.0 welding symbols; indicate net weld lengths; provide professional seal and
signature.
D. Samples: If requested,submit one sample of precoated metal panels for each color selected 6"
x 18" inch in size illustrating color and texture of finish.
1.7 SUBMITTALS FOR INFORMATION
A. Section 01300 - Submittals: Procedures for submittals.
B. Manufacturer's Instructions: Indicate preparation requirements, anchor bolt placement, and
details.
C. Erection Drawings: Indicate members by label, assembly sequence, and temporary erection
bracing.
1.8 SUBMITTALS FOR CLOSEOUT
A. Section 01700 Contract Closeout:. B. Project Record Documents: Record actual locations of concealed components and utilities.
1.9 QUALITY ASSURANCE
A. Perform Work in accordance with AISC - Quality Certification Program Category MB. Maintain
one copy on site. B. Manufacturer Qualifications: Company specializing in manufacturing the Products specified in
this section with minimum five years documented experience.
C. Erector Qualifications: Company specializing in performing the work of this section with
minimum five years documented experience and approved by manufacturer.
D. Design structural components, develop shop drawings, and perform shop and site work under
direct supervision of a Professional Structural Engineer experienced in design of this Work and
licensed in the State of Texas.
13121 - 3
CITIBUS 93F08
1.10
REGULATORY REQUIREMENTS
A.
Conform to Uniform Building Code for submission of design calculations, reviewed shop and
�
erection drawings, and the City of Lubbock as required for acquiring permits.
B.
Cooperate with regulatory agency or authority and provide data as requested.
1.11
PRE -INSTALLATION MEETING
6
A.
Section 01039 - Coordination and Meetings: Pre -installation meeting.
r
B.
Convene one week before starting work of this section.
1.12
WARRANTY
A.
Section 01700 Contract Closeout.
-
B.
Provide a five year warranty to include coverage for exterior pre -finished surfaces to cover
pre -finished color coat against chipping, cracking or crazing, blistering, peeling, chalking, or
"
fading. Include coverage for weather tightness of building enclosure elements after installation.
PART 2
PRODUCTS
6
2.1
MANUFACTURERS - BUILDING SYSTEM
A.
Manufacturers:
1. Metallic
2. Other acceptable manufacturers offering equivalent products.
r
a. CECO
b. Star
C. MBCI
, r,
3. Substitutions: Refer to Section 01600.
2.2
MATERIALS - FRAMING
'"
A.
Structural Steel Members: ASTM A36
B.
Structural Tubing: ASTM A500, Grade B
C.
Plate or Bar Stock: ASTM A529
D.
Anchor Bolts: ASTM A307, galvanized to ASTM A153.
E.
Bolts, Nuts, and Washers: ASTM A325, galvanized to ASTM A153.
F.
Welding Materials: AWS D1.1; type required for materials being welded.
G.
Primer: SSPC 20, Red Oxide.
►'
H.
Grout: ASTM C1107, Non -shrink type, premixed compound consisting of non-metallic
aggregate, cement, water reducing and plasticizing agents, capable of developing minimum
compressive strength of 2400 psi in two days and 7000 psi in 28 days.
2.3
MATERIALS - WALL SYSTEM
A.
Sheet Steel Stock: ASTM A446 galvanized to ASTM A525 .
C
13121 - 4
r
CITIBUS 93F08
B. Insulation: Roll glass fiber type, faced with reinforced white vinyl, friction fit, 2" inches thick.
C. Joint Seal Gaskets: Manufacturer's standard.
D. Fasteners: Manufacturer's standard type, galvanized to ASTM Al53 2.0 ozlsq ft high
performance organic coating], finish to match adjacent surfaces when exterior exposed.
E. Bituminous Paint: Asphaltic type. —
F. Sealant: as specified in Section 07900,
G. Trim, Closure Pieces, Caps, Flashings, Facias Infills, and accessories: Same material,
thickness and finish as exterior sheets; brake formed to required profiles.
2.4 HOLLOW METAL DOORS AND FRAMES:
A. Doors: Specified in Section 08111
B. Frames: Specified in Section 08112
2.5 OVERHEAD DOORS:
A. Overhead Doors: Specified in Section 08360.
B. Overhead Door Frame: Formed steel sections braced to building frame specified in Section —
05500.
2.6 FABRICATION - FRAMING
A. Fabricate members in accordance with AISC Specification for plate, bar, tube, or rolled
structural shapes.
B. Anchor Bolts: Formed with straight shank, assembled with template for casting into concrete.
Use of HIM type anchors is acceptable when approved by metal buddy system engineer.
C. Provide framing for openings. —
2.7 FABRICATION - WALL SYSTEMS
A. Siding: Match existing profile guage and finish.
B. Liner: Match existing profile guage and finish.
C. Girts/Purlins: Rolled formed structural shape to receive siding, roofing and liner sheet are
existing.
D. Internal and External Corners: Same material thickness and finish as adjacent material, profile
brake formed shop cut and factory mitered to required angles. Back brace mitered internal
corners with 3116 inch thick sheet. Match existing profile guage and finish.
E. Flashings, Closure Pieces, Fascia, Infills, Caps, and Accessories: Same material and finish as
adjacent material, profile to suit systemunless noted to be formed as detailed. Match existing
profile guage and finish. —
F. Fasteners: To maintain load requirements and weather tight installation, same finish as
cladding, non -corrosive finish.
13121 - 5
CITIBUS 93F08
r
2.8
FINISHES
A.
Framing Members: Clean, prepare, and galvanized to ASTM A123.
r
B.
Exterior Surfaces as selected from manufacturers standard range.
I^
C.
Interior Surfaces as selected from manufacturers standard range.
PART 3
EXECUTION
r"
3.1
EXAMINATION
A.
Section 01039 - Coordination and Meetings: Verification of existing conditions before starting
work.
B.
Verify that foundation, floor slab, mechanical and electrical utilities, and placed anchors are in
correct position
3.2
ERECTION - FRAMING
r,
A.
Erect framing in accordance with AISC Specification.
B.
Provide for erection and wind loads. Provide temporary bracing to maintain structure plumb
and in alignment until completion of erection and installation of permanent bracing
rC.
Set column base plates with non -shrink grout to achieve full plate bearing.
r.,
D.
Do not field cut or alter structural members without approval.
E.
After erection, prime welds, abrasions, and surfaces not galvanized.
r'
3.3
ERECTION - WALL SYSTEMS
A.
Install in accordance with manufacturers instructions.
B.
Exercise care when cutting prefinished material to ensure cuttings do not remain on finish
surface.
Ir"
C.
Fasten cladding system to structural supports, aligned level and plumb.
l
D.
Locate end laps over supports. End laps minimum 2 inches .. Place side laps over bearing.
E.
Provide expansion joints where indicated.
F.
Use concealed fasteners.
G.
Install insulation and vapor retarder utilizing impaling clips for attachment.
',.
H.
Install sealant and gaskets to prevent weather penetration.
3.4
INSTALLATION - ACCESSORIES
A.
Install door frame, door, and overhead door in accordance with manufacturers instructions.
B.
Seal wall and roof accessories watertight and weather tight with sealant in accordance with
Section 07900.
13121 - 6
F
CITIBUS 93Fa8
3.5 TOLERANCES
A. Framing Members: 114 inch from level; 1/8 inch from plumb.
B. Siding and Roofing: 118 inch from true position.
END OF SECTION
13121 - 7
SPECIAL CONDITIONS
F
F
r�
7 FTA GUIDELINES AND REGULATIONS
r This project is in part funded by the Federal Transportation
Administration (FTA). FTA regulations require all grant
recipients, contractors/subcontractors associated with projects
funded in whole or in part to comply with all applicable FTA
requirements and federal statutes/regulations including but not
limited to the following:
!" * Federal Transportation Administration Act of 1964, as
amended, 49 U.S.0 1601 et. seq.
Surface Transportation Assistance Act of 1982, as amended.
* Americans with Disability Act of 1990.
{" * 49 CFR Part 27 - Elderly and Handicapped
!* 41 CFR section 101-19.6 - Accommodations for Physically
Handicapped.
r
E.
F
* 29 CFR Part 1926 - Safety Standards.
* 40 CFR Part 249 - Use of Fly Ash in Procurement of Cement
and Concrete.
As per FTA guidelines, the following clauses/provisions shall be
caused or required to be inserted in full by the contracting
officer.
LABOR PROVISIONS - CONSTRUCTION CONTRACTS
1. Minimum Wages.
a. All laborers and mechanics employed or working upon the
site of the work (or under the United States Housing
Act of 1937 or under the Housing Act of 1949 in the
construction or development of the project), will be
paid unconditionally and not less often than once a
week, and without subsequent deduction or rebate on any
account (except such payroll deductions as are
permitted by regulations issued by the Secretary of
Labor under the Copeland Act (29CFR Part 3)), the full
amount of wages and bona fide fringe benefits (or cash
equivalents thereof) due at time of payment computed at
rates not less than those contained in the wage
determination of the Secretary of Labor which is
attached hereto and made a part hereof, regardless of
any contractual relationship which may be alleged to
exist between the contractor and such laborers and
mechanics. Contributions made or costs reasonably
anticipated for bona fide fringe benefits under Section
1 (b) (2) of the Davis -Bacon Act on behalf of laborers
or mechanics are considered wages paid to such laborers
F
Federal Transit Administration
Guidelines & Regulations
Page 2
or mechanics, subject to the provisions of paragraph
(a) (1) (iv) of 29 CPR 5.5; also, regular contributions
made or costs incurred for more than a weekly period.
Such laborers and mechanics shall be paid the
appropriate wage rate and fringe benefits on the wage
determination for the classification of work actually
performed, without regard to skill, except as provided
in 29 CFR 5.5 (a) (4). Laborers or mechanics
performing work in more than one classification may be
compensated at the rate specified for each
classification for the time actually worked therein:
provided, that the employer's payroll record accurately
set forth the time spent in each classification in
which work is performed. The wage determination
(including any additional classification and wage rates
conformed under paragraph (a) (1) (ii) of 29 CFR 5.5
and the Davis -Bacon poster (WH-1321) shall be posted at
all times by the contractor and its subcontractors at
the site of the work in a prominent and accessible
place where it can be easily seen by the workers.
b. (1) The contracting officer shall require that any
class of laborers or mechanics which is not listed
in the wage determination and which is to be
employed under the contract shall be classified in
conformance with the wage determination. The
contracting officer shall approve an additional
classification and wage rate and fringe benefits
therefore only when the following criteria have
been met
(a)The work to be performed by the
classification requested is not performed by
a classification in the wage determination;
and
(b) The classification is utilized in the area by
the construction industry; and
(c) The proposed wage rate, including any bona
fide fringe benefits, bears a reasonable
relationship to the wage rates contained in
the wage determination.
(2) If the contractor and the laborers and mechanics
to be employed in the classification (if known),
or their representatives, and the contracting
officer agree on the classification and wage rate
(including the amount designated for fringe _
7
Federal Transit Administration
Guidelines & Regulations
Page 3
benefits where appropriate), a report of the
action taken shall be sent by the contracting
officer to the administrator of the Wage and Hour
Division, Employment Standards Administration,
U.S. Department of Labor, Washington, D.C. 20210.
The Administrator, or an authorized
representative, will approve, modify, or
disapprove every additional classification action
within 30 days of receipt and so advise the
contracting officer or will notify the contracting
officer within the 30-day period that additional
time is necessary.
(3) In the event the contractor, the laborers or
mechanics to be employed in the classification or
their representatives, and the contracting officer
do not agree on the proposed classification and
wage rate (including the amount designated for
fringe benefits, where appropriate), the
contracting officer shall refer the: questions
including the views of all interested parties and
the recommendation of the contracting officer to
the Administrator for determination. The
Administrator, or an authorized representative,
will issue a determination within 30 days of
receipt and so advise the contracting officer or
will notify the contracting officer within the 30-
day period that additional time is necessary.
(4) The wage rate (including fringe benefits where
appropriate) determined pursuant to subparagraphs
(a) (1) (b) or (c) of 29 CFR 5.5, shall be paid to
all workers performing work in the classification
under this contract from the first day on which
work is performed in the classification.
C. Whenever the minimum wage rate prescribed in the
contract for a class of laborers or mechanics includes
a fringe benefit which is not expressed as an hourly
rate, the contractor shall either pay the benefit as
stated in the wage determination or shall pay another
bona fide fringe benefit or an hourly cash equivalent
thereof.
d. If the contractor does not make payments to a trustee
or other third person, the contractor may consider as
part of the wages of any laborer or mechanic the amount
of any costs reasonably anticipated in providing bona
fide fringe benefits under a plan or program, provided,
r
Federal Transit Administration
Guidelines & Regulations
Page 4
that the Secretary of Labor has found, upon the written
request of the contractor, that The Secretary of Labor
may require the contractor to set aside in a separate
account assets for the meeting of obligations under the
plan or program.
2. Withholding
DOT shall upon its own action or upon written request of an
authorized representative of the Department of Labor
withhold or cause to be withheld from the contractor under
this contract or any other Federal contract with the same
prime contractor, or any other Federally -assisted contract
subject to Davis -Bacon prevailing wage requirements, which
is held by the same prime contractor, so much of the accrued
payments or advances as may be considered necessary to pay
laborers and mechanics, including apprentices, trainees, and
helpers, employed by the contractor or any subcontractor the
full amount of wages required by the contract. In the event
of failure to pay any laborer or mechanics, including any
apprentice, trainee, or helper, employed or working on the
site of the work (or under the United States Housing Act of
1937 or under the Housing Act of 1949 in the construction of
development of the project), all or part of the wages
required by the contract, DOT may, after written notice to
the contractor, sponsor, applicant, or owner, take such
action as may be necessary to cause the suspension of any
further payment, advance, or guarantee of funds until such
violations have ceased.
3. Payrolls and Basic Records
a. Payrolls and basic records relating thereto shall be
maintained by the contractor during the course of the
work and preserved for a period of three years
thereafter for all laborers and mechanics working at
the site of the work (or under the United States
Housing Act of 1937, or under the Housing"Act of 1949,
in the construction or development of the project).
Such records shall contain the name, address, and
social security number of each such worker, his or her
correct classification, hourly rates "of wages paid
(including rates of contributions or costs anticipated
for bona fide fringe benefits or cash equivalents
thereof of the types described in Section 1 (b) (2) (b)
of the Davis -Bacon Act, daily and weekly number of
hours worked, deductions made and actual wages paid.
Whenever the Secretary of Labor has found under 29 CFR
5.5(a) (1) (iv) that the wages of any laborer or
t
t Federal Transit Administration
Guidelines & Regulations
r" Page 5
r.
mechanic include the amount.of any costs reasonably
anticipated in providing benefits under a plan or
program described in Section 1(b) (2) (b) of the Davis -
Bacon Act, the contractor shall maintain records which
f"
show that the commitment toprovide such benefits is
g
enforceable, that the plan or program is financially
responsible, and that the plan or program has been
OM
communicated in writing to the laborers or mechanics
j
affected, and records which show the costs anticipated
or the actual costs incurred in providing such
benefits. Contractors employing apprentices or
trainees under approved programs shall maintain written
evidence of the registration of apprenticeship programs
and certification of trainee programs, the registration
of the apprentices and trainees, and the ratios and
l
wage rates prescribed in the applicable programs.
r.,
b. (1) The contractor shall submit weekly, for each week
in which any contract work is performed, a copy of
all payrolls to the grantee. The payrolls
submitted shall set out accurately and completely
all of the information required to be maintained
under 5.5 (a) (3) of regulations, 29 CFR Part 5.
This information may be submitted in any form
desired, optional form WH-347 is available for
F
this purpose and may be purchased from the
`
Superintendent of Documents (Federal stock number
029-005-00014-1), U.S. Government Printing Office,
Washington, D.C. 20402. The prime contractor is
responsible for the submission of copies of
payrolls by all subcontractors.
(2) Each payroll submitted shall be accompanied by a
"Statement of Compliance", signed by the
contractor or subcontractor or his or her agent
who pays or supervises the payment of the persons
employed under the contract and shall certify the
following:
a. That the payroll for the payroll period
contains the information required to be
maintained under Section 5.5 (a) (3) (i) of
regulations, 29 CFR Part 5 and that such
information is correct and complete.
b. That each laborer or mechanic (including each
helper, apprentice, and trainee) employed on
the contract during the payroll period has
been paid the full weekly wages earned,
I
Federal Transit Administration
Guidelines & Regulations
Page 6
without rebate, either directly or
indirectly, and that no deductions have been
made either directly or indirectly from the
full wages earned, other than permissible
deductions as set forth in regulations, 29
CFR Part 3
c. That each laborer or mechanic .has been paid
not less than the applicable wage rates and
fringe benefits or cash equivalents for the
classification of work performed, as
specified in the applicable wage
determination incorporated into the contract.
(3) The weekly submission of a properly executed --
certification set forth on the reverse side of
optional form WH-347 shall satisfy the requirement
for submission of the "Statement of Compliance"
required by paragraph (a) (3) (ii) (b) of 29 CFR
Section 5.5.
(4) The falsification of any of the -above
certifications may subject the contractor or
subcontractor to civil or criminal prosecution
under Section 1001 of Title 18 and Section 231 of
Title.31 of the United States Code.
C. The Contractor or subcontractor shall make the records
required under paragraph (a) (3) (i) of 29 CFR Section
5.5 available for inspection, copying I'or transcription
by authorized representatives of DOT or the Department
of Labor, and shall permit such representatives to --
interview'employees during working hours on the job.
If the contractor or subcontractor fails to submit the
required records or to make them available, the federal
agency may, after written notice to the contractor,
sponsor, applicant, or owner, take such action as may
be necessary to cause the suspension of any further
payment, advance or guarantee of funds. Furthermore, _
failure to submit the required records upon request or
to make such records available may be grounds for
debarment action pursuant to 29 CFR Section 5.12. -
4. APPRENTICES AND TRAINEES
a. Apprentices. Apprentices will be permitted to work at
less than the predetermined rate for the work they
performed when they are employed pursuant to and
individually registered in a bona fide apprenticeship
Federal Transit Administration
Guidelines & Regulations
r- Page 7
program registered with the U.S. Department of Labor,
^,
f
Employment and Training Administration, Bureau of
Apprenticeship and Training, or with a state
apprenticeship agency recognized by the Bureau, or if a
person is employed in his or her first 90 days of
probationary employment as an apprentice in such an
apprenticeship program, who is not individually
registered in the program, but who has been certified
by the Bureau of Apprenticeship and Training or a state
apprenticeship agency (where appropriate) to be
eligible for probationary employment as an apprentice.
r'
The allowable ratio of apprentices to journeymen on the
job site in any craft classification shall not be
greater than the ratio permitted to the contractor as
to the entire work force under the registered program.
Any worker listed on a payroll at an apprentice wage
rate, who is not registered or otherwise employed as
stated above, shall be paid not less than the
applicable wage rate on the wage determination for the
classification of work actually performed. In
addition, any apprentice performing work on the job
site in excess of the ratio permitted under the
P-
registered program shall be paid not less than the
applicable wage rate on the wage determination for the
r
work actually performed. Where a contractor is
performing construction on a project in a locality
other than that in which its program is registered, the
ratios and wage rates (expressed in percentages of the
r'
journeyman's hourly rate) specified in the contractor's
or subcontractor's registered program shall be
observed. Every apprentice must be paid at not less
..•
than the rates specified in the registered program for
the apprentice's level of progress, expressed as a
percentage of the journeyman's hourly rate specified in
the applicable wage determination. Apprentices shall
be paid fringe benefits in accordance with the
e
provisions of the apprenticeship program. If the
apprenticeship program does not specify fringe
benefits, apprentices must be paid the full amount of
fringe benefits listed on the wage determination for
the applicable classification. If the Administrator
determines that a different practice prevails for the
applicable apprentice classification, fringe benefits
shall be paid in accordance with that determination.
In the event the Bureau of Apprenticeship and Training,
C
or a state apprenticeship agency recognized by the
Bureau, withdraws approval of an apprenticeship
program, the contractor will no longer be permitted to
utilize apprentices at less than the applicable
Federal Transit Administration
Guidelines & Regulations
Page 8
predetermined rate for the work performed until an
acceptable program is approved.
b. Trainees. Except as provided in 29 CFR Section 5.16,
trainees will not be permitted to work at less than the
predetermined rate for the work performed unless they
are employed pursuant to and individually registered in
a program which has received prior approval, evidenced
by formal certification by the U.S. Department of
Labor, Employment and Training Administration. The
ratio of trainees to journeymen on the site shall not
be greater than permitted under the plan approved by
the Employment and Training Administration. Every
trainee must be paid at not less than the rate
specified in the approved program for the trainee's
level of progress, expressed as a percentage of the
journeyman's hourly rate specified in the applicable
wage determination. Trainees shall be paid fringe
benefits in accordance with the provisions of the
trainee program. If the trainee program does not
mention fringe benefits, trainees shall be paid the
full amount of fringe benefits listed on the wage
determination unless the Administrator of the Wage and
hour Division determines that there is an
apprenticeship program associated with the
corresponding journeyman's wage rate on the wage
determination for the classification of work actually
performed. In addition any trainee performing work on
the job site in excess of the ratio permitted under the
registered program shall be paid not less than the
applicable wage rate on the wage determination for the
work actually performed. In the event the Employment
and Training Administration withdraws approval of a
training program, the contractor will no longer be
permitted to utilize apprentices at less than the
applicable predetermined rate for the work performed
until an acceptable program is approved.
C. Equal Employment Opportunity. The utilization of —
apprentices, trainees and journeymen under this part
shall be in conformity with the equal employment
opportunity requirements of Executive Order 11246, as
amended, and 29 CFR Part 30.
5. Compliance with Copeland Act Requirements. The contractor
shall comply with the requirements of 18 U.S.C. 874 and 29
CFR Part 3, which are incorporated by reference. This act
provides that each contractor or subgrantee shall be
prohibited from inducing, by any means any person employed
Federal Transit Administration
Guidelines & Regulations
Page 9
in the construction, completion, or repair of public work,
to give up any part of the compensation to which he is
otherwise entitled.
6. Contract Termination: Debarment. A breach of the contract
clauses in 29 CFR Section 5.5 may be grounds for termination
of the contract, and for debarment as a contractor and a
subcontractor as provided in 29 CFR Section 5.12.
7. Compliance with Davis -Bacon and Related Act Requirements.
All rulings and interpretations of the Davis -Bacon and
related acts contained in 29 CFR Parts 1, 3, and 5 are
herein incorporated by reference.
8. Disputes Concerning Labor Standards. Disputes arising out
of the general disputes clause of this contract shall not be
subject to the general disputes clause of this contract.
Such disputes shall be resolved in accordance with the
procedures of the Department of Labor set forth in 29 CFR
Parts 5, 6, and 7. Disputes within the meaning of this
clause include disputes between the contractor (or any of
its subcontractors) and the contracting agency, the U.S.
Department of Labor, or the employees or their
representatives.
9. a. Certification of Eligibility. By entering into this
contract the contractor certifies that neither it (nor
he or she) nor any person or firm who has an interest
in the contractorfs firm is a person or firm ineligible
to be awarded government contracts by virtue of Section
3(a) of the Davis -Bacon Act or 29 CFR Section
5.12(a)(1).
b. No part of this contract shall be subcontracted to any
person or firm ineligible for award of a government
contract by virtue of Section 3(a) of the Davis -Bacon
Act or 29 CFR Section 5.12(a)(1).
C. The penalty for making false statements is prescribed
in the U.S. Criminal Code, 18 U.S.C. Section 1001.
10. overtime Requirements. No contractor or subcontractor
contracting for any part of the contract work which may
require or involve the employment of laborers or mechanics
shall require or permit any such laborer or mechanic in any
(~ work week in which he or she is employed on such work to
F work in excess of eight hours in any calendar day or in
excess of forty hours in such work week unless such laborer
77 or mechanic received compensation at a rate not less than
.•
Federal Transit Administration
Guidelines & Regulations
Page 10
one and one-half times the basic rate of pay for all hours
worked in excess of eight hours in any calendar day or in
excess of forty hours in such work week, whichever is
greater.
11. Violation; Liability for Unpaid Wages; Liquidated Damages.
In the event of any violation of the clause set forth in
subparagraph (b) (1) of 29 CFR Section 5.5, the contractor
and any subcontractor responsible therefor shall be liable
for the unpaid wages. In addition, such contractor and
subcontractor shall be liable to the United States (in the
cape of work done under contract for the District of
Columbia or a territory, to such district or to such
territory), for liquidated damages. Such liquidated damages
shall be computed with respect to each individual laborer or
mechanic, including watchmen and guards, employed in
violation of the clause set forth in subparagraph (b) (1) of
29 CFR Section 5.5 in the sum of $10 for each calendar day
on which such individual was required or permitted to work
in excess of eight hours or in excess of the overtime wages
required by the clause set forth in subparagraph (b) (1) of
29 CFR Section 5.5.
12. Withholding for Unpaid Wages and Liquidated Damages. DOT or
the recipient shall upon its own action or upon written
request of an authorized representative of the Department of
Labor withhold or cause to be withheld, from any monies
payable on account of work performed by the contractor or
subcontractor under any such contract or any other Federal
contract with the same prime contractor, or any other
Federally -assisted contract which is held by the same prime
contractor, such sums as may determined to be necessary to
satisfy any liabilities of such contractor or subcontractor
for unpaid wages and liquidated damages as provided in the
clause set forth in subparagraph (b)-(2) of 29 CFR Section
5.5.
13. Section 107 of C.W.H.S.S.A. is applicable to construction
work and provides that no laborer or mechanic shall be
requested to work in surroundings or under working
conditions which are unsanitary, hazardous, or dangerous to
his health and safety as determined under construction,
safety and health standards promulgated by the Secretary of
Labor. These requirements do not apply to the purchases of
supplies or materials or articles ordinarily available on
the open market, or contracts for transportation or
transmission of intelligence.
r•■
4
Federal Transit Administration
Guidelines & Regulations
Page 11
14. Subcontracts. The contractor or subcontractor shall insert
in any subcontracts the clauses set forth in subparagraph 1
through 15. of this paragraph and also a clause requiring
the subcontractor to include these clauses in any lower tier
subcontracts. The prime contractor shall be responsible for
compliance by any subcontractor or lower tier subcontractor
with the clauses set forth in subparagraphs 1.. through 15.
of this paragraph.
EQUAL EMPLOYMENT OPPORTUNITYMONDISCRIMINATION
Nondiscrimination
During the performance of this contract, the contractor agrees as
follows:
a. The Contractor will not discriminate against any employee or
applicant for employment because of race, color, religion,
sex, age, or national origin. The Contractor will take
affirmative action to ensure that applicants are employed,
and that employees are treated during employment without
regard to'their race, color, religion, sex, age, or national
origin. Such action shall include but not be limited to the
following: employment, upgrading, demotion, or transfer;
recruitment or recruitment advertising; layoff or
termination; rates of pay or other forms of compensation;
and selection of training, including apprenticeship. The
contractor agrees to post in conspicuous places, available
to employees and applicants for employment, notices setting
forth the provision of this nondiscrimination clause.
b. The contractor will, in all solicitations or advertisements
for employees placed by or on behalf of the contractor,
state that all qualified applicants will receive
consideration for employment without regard to race, color,
religion, sex, age, or national origin.
C. The contractor will send to each labor union or
representative of workers with which he has a collective
bargaining agreement or other contract or understanding, a
notice advising the said labor union or worker's
representative of the contractor's commitments under this
section 202 of Executive Order 11246 of September 24, 1965,
and shall post copies of the notice in conspicuous places
j" available to employees and applicants for employment.
d. The contractor
will comply with all
provisions of
Executive
Order 11246 of
September 24, 1965,
as amended by
Executive
r-
i
Federal Transit Administration
Guidelines & Regulations
Page 12
Order 11375, and with the rules, regulation, and relevant
orders of the Secretary of Labor.
e. The contractor will furnish all information and reports
required by Executive Order 11246 if September 24, 1965, and
by rules, regulation, and orders of the Secretary of Labor,
or,pursuant thereto, and will permit access to his ;books,
records, and accounts by the Federal Transportation
Administration and the Secretary of Labor for purposes of
investigation to ascertain compliance with such rules,
regulations, and orders.
f. In the event of the contractor's noncompliance with the
nondiscrimination clauses or this agreement or with any of
the said rules, regulation or orders, this agreement may be
cancelled, terminated, or suspended in whole or in part.
The contractor may be declared ineligible for further
'Government contracts of Federally assisted construction
contracts in accordance with procedures authorized in -
Executive Order 11246 of September 24, 1965, as amended, and
such other sanctions may be imposed and remedies invoked as
provided in Executive Order 11246 if September 24, 1965, or
by rule, regulation, or order of the Secretary of Labor or
as -otherwise provided bylaw.
g. The contractor will include a citation to 42 CFR 60-1 (b)
and (c) and the provisions of paragraphs (a) through (g)
herein, in every subcontractor purchase order unless
exempted by rules, regulations, .or orders of the Secretary
of Labor issued pursuant to Section 204 of Executive Order
11246 of September 24, 1965, as amended by Executive Order
11375. Such provision shall be binding upon each
subcontractor or vendor. The contractor will take such
action with respect to any subcontractor or purchase order
as the Federal Transportation Administration may direct as a
means of enforcing such provisions, including sanctions for _
noncompliance, provided, however, that in the event a
contractor becomes involved in, or is threatened with,
litigation with a subcontractor or vendor as -a result of such direction by the Federal Transportation Administration
may direct as a means of enforcing such provisions,
including sanctions for noncompliance, provided, however
that in the event a contractor becomes involved in, or is
threatened with, litigation with a subcontractor or vendor
as a result of such litigation to protecttheUnited States.
EQUAL EMPLOYMENT OPPORTUNITY/CONSTRUCTION CONTRACT SPECIFICATIONS
i
Federal Transit Administration
Guidelines & Regulations
r, Page 13
d
Standard Federal Equal Employment Opportunity Construction
Contract Specifications (Executive Order 11246):
1. As used in these specifications:
a. "Covered Area": means the geographical area described
in the solicitation from which this contract resulted.
b. "Director": means Director, Office of Federal Contract
Compliance Programs, United States Department of Labor,
or any person to whom the Director delegates authority.
C. "Employer Identification Number": means the Federal
Social Security Number used on the employer's quarterly
Federal Tax Return, U.S. Treasury Department Form 941.
d. "Minority" includes:
(i) Hispanic (all persons of Mexican, Puerto Rican,
Cuban, Central or South American or Other Spanish
culture or origin regardless of race).
(ii) Black (all persons having origins in any of the
black African racial groups not of Hispanic
origin)
(iii) Asian and Pacific Islander (all persons having
origins in any of the original people of the Far
East, Southeast Asia, and the Indian subcontinent
or the Pacific Islands); and
(iv) American Indian or Alaskan native (all persons
having origins in any of the original people of
North America and maintaining identifiable tribal
affiliations through membership and participation
or community identification).
2. Whenever the Contractor, or any subcontractor at any tier,
subcontracts a portion of the work involving any
construction trade, it shall physically include in each
subcontract in excess of $10,000 the provision of these
specifications and the notice which contains the applicable
goals for minority and female participation and which is set
forth in the solicitation from which this contract resulted.
3. If the Contractor is participating (pursuant to 41 CFR 60-
4.5) in a hometown plan approved by the U.S. Department of
Labor in the covered area, either individually or through an
association, its affirmative action obligations on work in
the plan area (including goals and timetables) shall be in
accordance with that plan for those trades which have unions
participating in the plan. Contractors must be able to
demonstrate their participation in and compliance with the
provisions of any such hometown plan. Each contractor or
subcontractor participating in an approved plan is
�.. individually required to comply with its obligations under
I
Federal Transit Administration
Guidelines & Regulations
Page 14
the EEO clause, and to make a good faith effort to achieve
each goal under the plan in each trade in which it has
employees. The overall good faith performance by other
contractors or subcontractors toward a goal in an approved
plan does not excuse any covered contractor's failure to
make good faith efforts to achieve the plan goals and
timetables.
4. The Contractor shall implement the specific affirmative
action standards provided in paragraphs (7) (a) through (p)
of these specifications. The goals set forth in the
solicitation from which this contract resulted are expressed
as percentages of the total hours of employment and training
of minority and female utilization the contractor should
reasonably be able to achieve in each construction trade in
which it has employees in the covered area. Covered
construction contractors performing construction work in
geographical areas where they do not have a Federal or
Federally assisted construction contract shall apply the
minority and female goals established for the geographical
area where the work is being performed. Goals are published
periodically in the Federal Register in notice form, and
such notices may be obtained from any Federal Contract
Compliance Program Office or from Federal Procurement
Contracting Officers. The contractor is expected to make
substantial uniform progress toward its goals in each craft
during the period specified.
5. Neither the provisions of any collective bargaining
agreement, nor the failure by a union with whom the
contractor has a collective bargaining agreement, to refer
either minorities or women shall excuse the Contractor's
obligations under these specifications, Executive Orders
11246 and 11375,-or the regulations promulgated pursuant
thereto.
6. In order for the nonworking training hours of apprentices
and trainees to be counted in meeting the goals, such
apprentices and trainees must be employed by the Contractor
during the training period, and the contractor must have
made a commitment to employ the apprentices and trainees at
the completion of their training subject to the availability
of employment opportunities. Trainees must be trained
pursuant to training programs approved by the U.S.
Department of Labor.
7. The contractor shall take specific affirmative actions to
ensure equal employment opportunity. The evaluation of the
Contractor's compliance with these specifications shall be
r"
I
Federal Transit Administration
Guidelines & Regulations
r- Page 15
�- based upon its effort to achieve maximum results from its
actions. The contractor shall document these efforts fully,
and shall implement affirmative action steps at least as
extensive as the following:
r
r
a. Ensure and maintain a working environment free of
harassment, intimidation and coercion at all sites, and
in all facilities at which the contractor's employees
are assigned to work. The contractor, where possible,
will assign two or more women to each construction
project. The contractor shall specifically ensure
personnel are aware of and carry out the, contractor's
obligation to maintain such a working environment, with
specific attention to minority or female individuals
working at such sites or in such facilities.
b. Establish and maintain a current list of minority and
female recruitment sources, provide written
notification to minority and female recruitment sources
and to community organizations when the contractor or
its unions have employment opportunities available, and
maintain a record of the organizations' responses.
C. Maintain a current file of the names, addresses and
telephone numbers of each minority and female off -the -
street applicant and minority or female referral
service from a union, a recruitment source or community
organization and of what action was taken with respect
to each such individual. If such individual was sent
to the union hiring hall for referral and was not
referred back to the contractor by the union or if
referred, not employed by the contractor, this shall be
documented in the file with the reason therefore, along
with whatever additional actions the contractor may
have taken.
d. Provide immediate written notification to the director
when the union or unions with which the contractor has
a collective bargaining agreement has not referred to
the contractor a minority person or women sent by the
contractor, or when the contractor has other
information that the union referral process has impeded
the contractor's efforts to meet its obligations.
e. Develop on-the-job training opportunities and/or
participate in training programs for the area which
expressly include minorities and women, including
upgrading programs and apprenticeship and trainee
programs relevant to the contractor's employment needs,
Federal Transit Administration
Guidelines & Regulations
Page 16
especially those programs funded or approved by the
Department of Labor. The contractor shall provide
notice of these programs to the sources compiled under
(7) (b) above.
f. Disseminate the contractor's EEO policy by providing
notice of the policy to unions and training programs
and requesting their cooperation in assisting the
contractor in meeting its EEO obligations; by including
it in any policy manual and collective bargaining
agreement; by publicizing it in the company newspaper,
annual report, etc.; by specific review of the policy
with all management personnel and with all minority and
female employees at least once a year; and by posting
the company EEO policy on bulletin boards accessible to
all employees at each location where construction work
is performed.
g. Review, at least annually, the company's EEO policy and
affirmative action obligations under these
specifications with all employees having any
responsibility for hiring, assignment, layoff,
termination or other employment decisions including
specific review of these items with on -site supervisory
personnel such as superintendents, general foremen,
etc., prior to the initiation of construction work at
any job site. A written record shall be made and
maintained identifying the time and place of these
meetings, persons attending, subject matter discussed,
and disposition of the subject matter.
h. Disseminate the contractor's EEO policy externally by _
including it in any advertising in the news media,
specifically including it in any advertising in the
news media, specifically including minority and female
news media, and providing written notification to and
discussing the contractor's EEO policy with other
contractors and subcontractors with whom the contractor
does or anticipates doing business. -
i. Direct its recruitment efforts, both oral and written,
to minority, female and community organizations, to _
schools with minority and female students and to
minority and female recruitment and training
organization serving the contractor's recruitment area
and employment needs. Not later than one month prior to the date for the acceptance of applications for
apprenticeship or other training by any recruitment
source, the contractor shall send written notification -
i
4 �
Federal Transit Administration
Guidelines & Regulations
r. Page 17
to organizations such as the above, describing the
openings, screening procedures, and tests to be used in
6
the selection process.
J. Encourage present minority and female employees to
recruit other minority persons and women and, where
reasonable, provide after school, summer and vacation
employment to minority and female youth both on the
rsite
and in other areas of the contractor's workforce.
k. Validate all tests and other selection requirements
�-
where there is an obligation to do so under 41 CFR Part
t
t
60-3.
�..
1. Conduct, at least annually, an inventory and evaluation
at least of all minority and female personnel for
promotional opportunities and encourage these employees
to seek or to prepare for, through appropriate
training, etc., such opportunities.
M. Ensure that seniority practices, job classifications,
work assignments and other personnel practices, do not
have a discriminatory effect by continually monitoring
all personnel and employment related activities to
ensure that the EEO policy and the contractor's
obligations under these specifications are being
carried out.
n. Ensure that all facilities and company activities are
nonsegregated except that separate or single -user
toilet and necessary changing facilities shall be
provided to assure privacy between the sexes.
o. Document and maintain a record of all solicitations of
offers for subcontracts from minority and female
construction contractors and suppliers, including
circulation of solicitations to minority and female
contractor associations and other business
associations.
p. Conduct a review, at least annually, of all
supervisors' adherence to and performance under the
contractor's EEO policies and affirmative action
obligations.
S. Contractors are encouraged to participate in voluntary
associations which assist in fulfilling one or more of their
affirmative action obligations set forth in paragraphs (7)
�,. (a) through (p). The efforts of a contractor association,
R.
Federal Transit Administration
Guidelines & Regulations
Page 18
joint contractor -union, contractor community, or other
similar group of which the contractor is a member and
participant, may be asserted as fulfilling any one or more
of its obligations under (7) (a) through (p) of these
specifications, provided that the contractor actively
participates in the group, makes every effort to assure that
the group has a positive impact on the employment of
minorities and women in the industry, ensures that the
concrete benefits of the program are reflected in the
contractor's minority and female workforce participation,
makes a good faith effort to meet its individual goals and
timetables, and can provide access to documentation which
demonstrates the effectiveness of actions taken on behalf of
the contractor. The obligation to comply, however, is the
contractor's and failure of such a group to fulfill an
obligation shall not be a defense for the contractor's
noncompliance.
9. A single goal for minorities and separate single goal for
women have been established. The contractor, however, is
required to provide equal employment opportunity and to take
affirmative action for all minority groups, both male and
female, and all women, both minority and non -minority.
Consequently, the contractor may be in violation of the
Executive Order if a particular group is employed in a
substantially disparate manner (for example, even though the
contractor has achieved its goal for women generally, the
contractor may be in violation of the Executive Order if a
specific minority group of women is underutilized).
10. The contractor shall not use the goals and timetables or
affirmative action to discriminate against any person
because of race, color, religion, sex, age, or national
origin.
11. The contractor shall not enter into any subcontract with any
person or firm debarred from government contracts pursuant
to Executive Order 11246, as amended by Executive Order
11375.
12. The contractor shall carry out such sanctions and penalties
for violation of these specification and of the equal
opportunity clause, including suspension, termination and
cancellation of existing subcontracts as may be imposed or
ordered pursuant to Executive Order 11246, as amended, and
its implementing regulations by the Office of Federal
Contract Compliance Programs, Any contractor who fails to
carry out such sanctions and penalties shall be in violation
of these specifications and Executive Order 11246, as
Federal Transit Administration
Guidelines & Regulations
Page 19
amended.
13. The contractor, in fulfilling its obligations under these
specification, shall implement specific affirmative action
steps, at least as extensive as those standards prescribed
1 in paragraph (7) of these specification, so as to achieve
maximum results from its efforts to ensure equal employment
opportunity. If the contractor fails to comply with the
requirements of the Executive Order, the implementing
regulation, or these specification, the Director shall
r proceed in accordance with 41 CFR 60-4.8.
1
14. The contractor shall designate a responsible official to
monitor all employment related activity to ensure that the
�- company EEO policy is being carried out, to submit reports
g relating to the provisions herein as may be required by the
Government and to keep records. Records shall at least
r„ include for each employee the name, address, telephone
numbers, construction trade, union affiliation if any,
employee identification number when assigned, social
security number, race, sex, status (e.g., mechanic,
r' apprentice, trainee, helper, or laborer), dates of changes
in status hours worked per week in the indicated trade, rate
of pay, and locations at which the work was performed.
Record shall be maintained in an easily understandable and
t retrievable form; however, to the degree that existing
records satisfy this requirement, contractors shall not be
required to maintain separate records.
15. Nothing herein shall be construed as a limitation upon the
application of other laws which establish different
t' standards of compliance or upon the application of
requirements for the hiring of local or other area residents
(e.g., those under the Public Works Employment Act of 1977
and the Community Development Block Grant Program.)
EEOLCONSTRUCTION CONTRACT NOTICE
Notice of Requirement for Affirmative Action to Ensure Equal
Employment Opportunity (Executive Order 11246):
1. The offeror's or bidder's attention is called to the "Equal
Opportunity Clause" and the "Standard Federal Equal
Employment Opportunity Construction Contract Specifications"
set forth herein.
2. a. The goals and timetables for minority and female
+^ participation, expressed in percentage terms for the
i.
Federal Transit Administration
Guidelines & Regulations
Page 20
contractor's aggregate workforce in each trade on all
construction work in the covered area, are as follows:
These goals are applicable to all the contractor's
construction work (whether or not it is Federal or
Federally assisted) performed in the covered area. If
the contractor performs construction work in a
geographical area located outside the covered area, it
shall apply the goals established for such geographical
area where the work is actually performed. With regard
to this second area, the contractor also is subject to
the goals for both its Federally involved and
nonfederally involved construction.
b. The contractor's compliance with the Executive Order
and the regulations in 41 CFR Part 60-4 shall be based
on its implementation of the Equal Opportunity clause,
specific affirmative action obligations required by the
specifications set forth in 41 CFR 60-4.3(a), and its
efforts to meet the goals. The hours of minority and
female employment and training must be substantially
uniform throughout the length of the contract, and in
each trade, and the contractor shall make a good faith
effort to employ minorities and women evenly on each of
its projects. The transfer of minority or female
employees or trainees from contractor to contractor or
from project to project for the sole purpose of meeting
the contractor's goals shall be a violation of the
contract, the Executive Order, and the regulations in
41 CFR Part 60-4. Compliance with the goals will be
measured against the total work hours performed.
3. The contractor shall provide written notification to the
Director of the Office of Federal Contract Compliance
Programs within 10 working days of award of any construction
subcontract in excess of $10,000 at any tier for
construction work under the contract resulting from this
solicitation. The notification shall list the name, address
and telephone number of the subcontractor; employer
identification number of the subcontractor; estimated dollar
amount of the subcontract; and the geographical area in
which the contract is to be performed.
4. As used in this notice and in the contract resulting from
this solicitation, the "covered area", is Lubbock, Lubbock
County, Texas.
DISADVANTAGED BUSINESS ENTERPRISE'
Federal Transit Administration
Guidelines & Regulations
r.. Page 21
1. Policy. It is the policy of the Department of
Transportation that disadvantaged business enterprises as
defined in 49 CFR Part 23 shall have the maximum opportunity
to participate in the performance of contracts financed in
whole or part with Federal funds provided under this
agreement. Consequently, the DBE requirements of 49 CFR
Part 23 apply to this agreement.
2. DBE Obligation. The recipient or its contractor agrees to
ensure that disadvantaged business enterprises as defined in
49 CFR Part 23 have the maximum opportunity to participate
r- in the performance of contracts and subcontracts financed in
whole or in part with Federal funds provided under this
agreement. In this regard all recipients or contractors
r, shall take all necessary and reasonable steps in accordance
i with 49 CFR Part 23 to ensure that disadvantaged business
enterprises have the maximum opportunity to compete for and
perform contracts. Recipients and their contractors shall
r" not discriminate on the basis of race, creed, color,
national origin, age, or sex in the award and performance of
DOT -assisted contracts.
TITLE VI CIVIL RIGHTS ACT OF 1964
Title VI Compliance
During the performance of this contract, the contractor, for
itself, its assignees and successors in interest (hereinafter
referred to as the "contractor"), agrees as follows:
1. Compliance with Regulations: The contractor shall comply
with the Regulations relative to nondiscrimination in
federally -assisted programs of the Department of
Transportation (hereinafter, "DOT") Title 49, Code of
Federal Regulations, Part 21, as they may be amended from
time to time (hereinafter referred to as the Regulations),
which are herein incorporated by reference and made a part
of this contract.
-2. Nondiscrimination: The contractor,. with regard to the work
performed by it during the contract, shall not discriminate
on the grounds of race, religion, color, sex, age, or
national origin in the selection and retention of
subcontractors, including procurement of materials and
leases of equipment. The contractor shall not participate
either directly or indirectly in the discrimination
prohibited by section 21.5 of the regulation, including
employment practices when the contract covers a program set
`. .
i
Federal Transit Administration
Guidelines & Regulations
Page 22
forth in Appendix B of the Regulations.
3. Solicitations for Subcontracts, Including Procurement of
Materials and Equipment: In all solicitations, either by
competitive bidding or negotiation made by the contractor
for work to be performed under a subcontract, including
procurement of materials or leases of equipment, each
potential subcontractor or supplier shall be notified by the
contractor of the contractor's obligations under this
contract and the Regulations relative to nondiscrimination
on the grounds of race, religion, color, sex, age, or
national origin.
4. Information and Reports: The contractor shall provide all
information and reports required by the Regulations or
directives issued pursuant thereto, and shall permit access
to its books, records, accounts, other sources of
information, and its facilities, as may be determined by the
Recipient or the Federal Transportation Administration (FTA)
to be pertinent to ascertain compliance with such
Regulations, orders and instructions. Where any information
is required or a contractor is in the exclusive possession
of another who fails or refuses to furnish this information,
the contractor shall so certify to the Recipient, or the
Urban Mass Transportation, as appropriate, and shall set
forth what efforts it has made to obtain the information.
5. Sanctions for Noncompliance In the event of the
contractor's noncompliance with the nondiscrimination
provisions of this contract, the Recipient shall impose such
contract sanctions as it or the Federal Transportation
Administration may determine to be appropriate, including,
but not limited to:
a. Withholding of payments to the contractor under the
contract until the contractor complies, and/or,
b. Cancellation, termination or suspension of the
contract, in whole or in part.
6. Incorporation of Provisions: The contractor shall include
the provisions of paragraph (1) through (6) of this section
in every subcontract, including procurement of materials and
leases of equipment, unless exempt by the Regulations, or
directives issued pursuant thereto. The contractor shall
take such action with respect to any subcontract or
procurement as the Recipient or the Federal Transportation
Administration may direct as a means of enforcing such
provisions including sanctions for noncompliance: Provided,
Federal Transit Administration
Guidelines & Regulations
r- Page 23
however, that, in the event a contractor becomes involved
r in, or is threatened with, litigation with a subcontractor
or supplier as a result of such direction, the contractor
may request the Recipient to enter into such litigation to
r- protect the interest of the Recipient, and, in addition, the
contractor may request the services of the Attorney General
in such litigation to protect the interest of the United
States.
BUY AMERICA PROVISION
This procurement is subject to the Federal Transportation
Administration Buy America Requirements in 49 CFR part 661.
A Buy America Certificate, as per attachment, must be completed
and submitted with the bid. A bid which does not include the
certificate will be considered non -responsive.
A waiver from the Buy America Provision may be sought by the City
of Lubbock if grounds for the waiver exist.
Section 165(a) of the Surface Transportation Act of 1982 permits
FTA participation on this contract only if steel, cement, and
manufacturing products used in the contract are produced in the
United States.
CARGO PREFERENCE
"The contractor agrees:
1. To utilize privately owned United States -flag commercial
vessels to ship at least 50 percent of the gross tonnage
(computed separately for dry bulk carriers, dry cargo
liners, and tankers) involved, whenever shipping any
equipment, materials, or commodities pursuant to this
section, to the extent such vessels are available at fair
and reasonable rates for United States -flag commercial
vessels.
2. To furnish within 30 days following the date of loading for
shipments originating within the United States, or within 30
working days following the date of loading for shipment
originating outside the United States, a legible copy of a
f' rated, "on -board" commercial ocean bill -of -lading in English
for each shipment of cargo described in paragraph (1) above
.. to the Recipient (through the prime contractor in the case
is
t"
4 �:
Federal Transit Administration
Guidelines & Regulations
Page 24
of sub -contractor bills -of -lading) and to the Division of
National Cargo, Office of Market Development, Maritime
Administration, 400 Seventh St. S.W., Washington, D.C.
20590, marked with appropriate identification of the
Project.
3. To insert the substance of the provisions of this clause in
all subcontracts issued pursuant to this contract.
CONSERVATION
Contractor shall recognize mandatory standards and policies
relating to energy efficiency which are contained in the State
energy conservation plan issued in compliance with the Energy
Policy and Conservation Act (42 USC Section 6321 et seq.).
CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT
REQUIREMENTS
Contractor agrees to comply with all applicable standards,
orders, or requirements issued under Section 306 of the Clean Air
Act (42 USC 1857 (h)), Section 508 of the Clean Water Act (33 USC
1368), Executive Order 11738, and Environmental Protection Agency
regulations (40 CFR, Part 15) which prohibit the use under
nonexempt Federal contracts, grants or loans, of facilities
included on the EPA List for Violating Facilities. Contractor
shall report violations to FTA and to the USEPA Assistant
Administrator for Enforcement (ENO329).
INTEREST OF MEMBERS OF. OR DELEGATES TO. CONGRESS
In accordance with 18 U.S.C. section 431,,no member of, or
delegates to, the Congress of the United States shall be admitted
to a share or part of this contract or to any benefit arising
therefrom.
CONFLICT OF INTEREST
No employee, officer, or agent of the grantee shall participate
in selection, or in the award or administration of a contract if
a conflict of interest, real or apparent, would be involved.
Such a conflict would arise when: -
a." The employee, officer or agent;
r
Ii Federal Transit Administration
Guidelines & Regulations
r• Page 25
b.
Any
member
of his immediate family;
C.
His
or her
partner; or
d. An organization which employs, or is about to employ,
has a financial or other interest in the firm selected
for award.
The grantee's officers, employees or agents shall neither solicit
nor accept gratuities, favors or anything of monetary value from
contractors, potential contractors, or parties of subagreements.
DEBARRED BIDDERS
The Contractor, including any of its officers or holders of a
` controlling interest, is obligated to inform the Recipient
whether or not it is or has been on any debarred bidders' list
maintained by the United States Government. Should the
contractor be included on such a list during the performance of
this project, it shall so inform the Recipient. Certification
as per attachment must be completed and submitted with the bid.
A bid which does not include the certificate will be considered
non -responsive.
PROJECT SIGNS
The Contractor shall erect at the site of construction, and
maintain during construction, signs satisfactory to the
Department of Transportation identifying the Project and
indicating that the Government is participating in the
development of the project.
PROTESTfAPPEAL PROCEDURES
Protest/Appeal procedures are as follows:
1) Requests for approved equals, clarification of
F specifications, protest of specifications, and proposal
protest must be received by the City in writing, not less
than fifteen full days before date of the scheduled opening
of proposals. Any request for approved equal or protest of
the specifications must be fully supported with technical
data, test results, or other pertinent information as
evidence that the substitutes offered is equal to or better
than the specifications.
2) The City's final decision to requests will be postmarked
.. at least ten full days before the date scheduled for opening
I
Federal Transit Administration
Guidelines & Regulations
Page 26
of the proposals.
3) The Federal Transit Administration (FTA) will only
review protest regarding the alleged failure of the City to
have a written protest procedure or alleged failure to
follow such procedures.
4) If a proposer feels that a protest is necessary, in
compliance with number 3 above, the protestor shall file a
protest with FTA not later than five days after a final
decision from the City is rendered under the City's
protest/appeal procedures. In instances where the protestor
alleges that the City failed to make a final determination
on the protest, protestors shall file a protest with FTA not
later than five days after the protestor knew or should have
known of the City's failure to render a final determination
on the protest. The City will give the protestor the
mailing address of the FTA Regional Office when requested,
for the filing of a`protest in accordance with these
guideline. A copy of the FTA protestmustbe sent to the
City and also must include:
Name and address of protestor.
Identify the City of Lubbock and the proposal
number.
Statement of the grounds for protest and any
supporting documentation with detail of the
alleged failure to follow protest procedures or
the alleged failure to have procedures, and be
fully supported to the extent possible.
A copy of the local protest filed with the City
and a copy of the City's decision, if any.
5) Following a protest, the City will not make an award of
a contract without consulting FTA for approval.
6) Additional information on FTA protest procedures
requirements are outline in FTA Circular 4220.1B. A copy of
this circular can be secured by contacting the City.
r
I
NOTICE OF ACCEPTANCE
TO:
The City of Lubbock, having considered the proposals submitted and opened on the day of
199_, for work to be done and materials to be furnished in and for:
as set forth in detail in the Specifications, Plans, and Contract Documents for such work for the City of Lubbock; it appearing that
your proposal is fair, equitable and to the best interest of said City, please take notice that said proposal was accepted by the City
Council of the City of Lubbock on the day of 199 at the bid price contained therein, subject to the
execution of and furnishing of all contract documents, bonds, certificates of insurance, and all other documents specified and
required to be executed and furnished under the contract documents. It will be necessary for you to execute and furnish to the City of
Lubbock all such documents within ten (10) days from your receipt of this Notice.
The five percent (S%) bid security, submitted with your proposal, will be returned upon the execution of such contract
documents and bonds within the above specified ten (10) day period. In the event you should fail to execute and furnish such
contract documents and bonds within the time limit specified, said bid security will be retained by the City of Lubbock.
CITY OF LUBBOCK
Owner's Representative
Page is too large to OCR.
Page is too large to OCR.