Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Project Manual
RNOLD Ann SSOCIATES 14275 Midway Road,Suite 170 Addison, Texas 75001 INC. 972/991-1144 800/535-6329 FAX: 972/991-7302 PROJECT MANUAL For EXTERIOR WALL WATERPROOFING AND WINDOW FLASHING AT CITY OF COPPELL FACILITIES BUILDING 265 PARKWAY BOULEVARD COPPELL, TEXAS 75019 Bid No. Q-0516-01 Ms. Sheri Moino, CFM Owner Representative City of Coppell 265 Parkway Blvd. Coppell, TX 75019 972.462.5152; Fax 972.462.5199 smoino@coppelltx.gov Mr. Syd Singer Project Consultant Arnold & Associates, Inc. 14275 Midway Road, Suite 170 Addison, Texas 75001 972-991-1144 or 800-535-6329 Fax: 972-991-7302 ssinger@elarnoldandassociates.com •t‘‘. en 44 �,�Z1 CA j +lj! :� 'qi 4b1 i PROJECT#15.01511 ill • May 2, 2016 rgsa % Set No. MEMBER OF:AMERICAN INSTITUTE OF ARCHITECTS•ROOF CONSULTANTS INSTITUTE• CONSTRUCTION SPECIFICATIONS INSTITUTE•NATIONAL ROOFING CONTRACTORS ASSOCIATION• ASSOCIATION FOR PRESERVATION TECHNOLOGY INTERNATIONAL• AMERICAN SOCIETY FOR TESTING MATERIALS City of Coppell Facilities Building Exterior Wall Waterproofing Coppell, Texas TABLE OF CONTENTS DIVISION 0-BIDDING AND CONTRACT REQUIREMENTS Owner's Front End 1 through 41 00 41 13 Bid Form-Within Owner's Front End after Page 11 1 through 4 00 65 19.13 Contractor's Partial Release and Waiver of Lien 1 through 2 00 65 19.14 Contractor's Final Release and Waiver of Lien 1 through 2 DIVISION 1 -GENERAL REQUIREMENTS 01 11 13 Summary of Work 1 through 9 01 22 99 Unit Prices 1 through 2 01 25 13 Substitutions and Product Options 1 through 3 01 29 73 Schedule of Values 1 page 01 29 76 Measurement and Payment 1 through 2 01 32 19 Submittals 1 through 6 01 32 26 Masonry/Waterproofing/Roofing Daily Completion Checklist 1 through 3 01 35 16 Alterations Project Procedures 1 through 8 01 45 00 Quality Control 1 page 01 50 00 Temporary Facilities and Controls 1 through 8 01 74 00 Cleaning 1 through 3 01 77 00 Contract Closeout 1 through 3 01 78 36 Warranties and Guarantees 1 through 2 01 78 36.12 Waterproofing Guarantee 1 page 01 78 39 Project Record Documents 1 through 2 DIVISION 2-SITE WORK 02 21 16 Drawings 1 page 02 41 13 Selective Demolition 1 through 4 DIVISION 3 -CONCRETE Not Used DIVISION 4—MASONRY 04 01 20.52 Washing and Cleaning of Building 1 through 7 04 01 20.91 Masonry Restoration l through 7 04 05 23 Masonry Accessories 1 through 3 DIVISION 5-METALS Not Used DIVISION 7-THERMAL AND MOISTURE PROTECTION 07 19 19 Silicone Water Repellents 1 through 5 07 92 13 Exterior Joint Scalers 1 through 8 DIVISION 8-DOORS AND WINDOWS 08 01 80 Glass Cleaning 1 through 3 DIVISION 9-FINISHES 09 91 00 Painting 4"-4" ?" 1 through 7 `y DIVISION 13 -SPECIAL CONSTRUCTION ' • "t. E44' .Its Not Used DIVISION 15-MECHANICAL �.4�.;�... All : ,...Not Used DIVISION 16—ELECTRICAL 1. . ' m,'•. i....Not Used 4:1ti al :5 et1�` .• 3 .. ` Page 1 ‘x 1(v T H E • C I T Y OF COPPELL * 4 T e P O A s' I INVITATION TO BID INSTRUCTIONS/TERMS OF CONTRACT SPECIFICATIONS BID SHEET(S) FOR BID NO. Q-0516-01 EXTERIOR WALL RESTORATION AND WINDOW FLASHING AT CITY OF COPPELL FACILITIES BUILDING 265 PARKWAY BOULEVARD COPPELL,TEXAS 75019 PER THE CITY OF COPPELL SPECIFICATIONS AT THE CITY OF COPPELL TOWN CENTER PURCHASING DEPARTMENT OPENING DATE: THURSDAY,MAY 26,2016 AT 2:00 P.M. CITY OF COPPELL•PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL,TEXAS 75019 Hcómii 4*,:c4,144,41._ A s' I INVITATION TO BID Return Bid To: City of Coppell Purchasing Department PO Box 9478 Coppell,Texas 75019 The enclosed Invitation To Bid and accompanying Specifications with Bid Sheets are for your convenience in bidding the enclosed referenced products and/or services for the City of Coppell. Sealed bids shall be received Thursday,May 26,2016 at 2:00 P.M. MANDATORY PRE-BID CONFERENCE The City of Coppell will have a mandatory pre-bid conference Thursday, May 19, 2016 at 2:00 P.M. at 255 Parkway Blvd.Coppell,TX 75019 EXTERIOR WALL RESTORATION AND WINDOW FLASHING AT CITY OF COPPELL FACILITIES BUILDING 265 PARKWAY BOULEVARD COPPELL,TEXAS 75019 Please reference Bid No. Q-0516-01 " in all correspondence pertaining to this bid and affix this number to outside front of bid envelope for identification. All bids shall be to the attention of the Purchasing Department. The City of Coppell appreciates your time and effort in preparing a bid. Please note that all bids must be received at the designated location by the deadline shown. Bids received after the deadline will be returned unopened and shall be considered void and unacceptable. Bid opening is scheduled to be held in the Office of the Purchasing Manager, 255 Parkway Boulevard, Coppell, Texas. You are invited to attend. If Bidder desires not to bid at this time, but wishes to remain on the commodity bid list, please submit a "NO BID" response (same time/location). The City of Coppell is always very conscious and extremely appreciative of the time and effort expended to submit a bid. However, on "NO BID" responses please communicate any bid requirement(s)which may have influenced your decision to"NO BID." CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL,TEXAS 75019 Page 2 verimm BID Q-0516-01 EXTERIOR WALL RESTORATION AND WINDOW FLASHING AT CITY OF COPPELL FACILITIES BUILDING 265 PARKWAY BOULEVARD COPPELL, TEXAS 75019 If response is not received in the form of a "BID" or "NO BID" for three (3) consecutive Invitation To Bid, Bidder shall be removed from said bid list. However, if you choose to "NO BID" at this time but desire to remain on the bid list for other commodities, please state the specific product/service for which your firm wishes to be classified. Awards should be made approximately three weeks following the bid opening date. To obtain results, or if you have any questions, please contact the Purchasing Department at 972-304-3698. CITY OF COPPELL• PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL,TEXAS 75019 Page 3 T H E G I T V O F COPPELL r T t o F x A s ,' INVITATION TO BID INSTRUCTIONS/TERMS OF CONTRACT BID NO. Q-0516-01 EXTERIOR WALL RESTORATION AND WINDOW FLASHING AT CITY OF COPPELL FACILITIES BUILDING 265 PARKWAY BOULEVARD COPPELL, TEXAS 75019 By order of the City Council of the City of Coppell,Texas, sealed bids will be received for: EXTERIOR WALL RESTORATION AND WINDOW FLASHING AT CITY OF COPPELL FACILITIES BUILDING 265 PARKWAY BOULEVARD COPPELL,TEXAS 75019 IT IS UNDERSTOOD that the City Council of the City of Coppell,Texas reserves the right to reject any and/or all bids for any/or all products and/or services covered in this bid request and to waive informalities or defects in bids or to accept such bids as it shall deem to be in the best interests of the City of Coppell. A. The City shall award a contract to the responsible bidder providing the best value for the EXTERIOR WALL WATERPROOFING AND WINDOW FLASHING PROJECT — BID NO. A-0516- 01. This is NOT a low bid solicitation based on price alone. All bidders must provide documentation and information requested in this solicitation in order to determine the best value outlined in"B"below. B. Pursuant to the Texas Local Government Code, § 252.043, Award of Contract, "Best Value" will be determined by considering: (1) the purchase price; (2) the reputation of the bidder and of the bidder's goods or services; (3) the quality of the bidder's goods or services; (4) the extent to which the goods or services meet the municipality's needs; CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL,TEXAS 75019 (5) the bidder's past relationship with the municipality; (6) the impact on the ability of the municipality to comply with laws and rules relating to contracting with historically underutilized businesses and nonprofit organizations employing persons with disabilities; (7) the total long-term cost to the municipality to acquire the bidder's goods or services; and (8) any relevant criteria specifically listed in the request for bids or proposals Example of Weighted Criteria: 1. Price —(50%); 2. The experience and qualifications of the bidder and bidder's personnel to provide the goods and services outlined in this bid—(25%); 3. Information and comments received from References—(10%); 4. The extent to which the goods or services of the bidder meet the City's needs and the bidder's ability to meet the criteria specifically listed in this request for bid-(15%). BIDS MUST BE submitted on the pricing forms included for that purpose in this packet. Each bid shall be placed in a separate sealed envelope, with each page manually signed by a person having the authority to bind the firm in a Contract, and marked clearly on the outside as shown below. FACSIMILE OR EMAIL TRANSMITTALS SHALL NOT BE ACCEPTED! SUBMISSION OF BIDS: Sealed bids shall be submitted no later than THURSDAY, MAY 26, 2016 AT 2:00 P.M., to the address as follows: City of Coppell Purchasing Department 255 E.Parkway Blvd. Coppell,Texas 75019 MARK ENVELOPE: "BID NO. Q-0516-01 ALL BIDS MUST BE RECEIVED IN THE CITY'S PURCHASING DEPARTMENT BEFORE OPENING DATE AND TIME. CITY OF COPPELL•PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL,TEXAS 75019 PUBLIC NOTICE STATEMENT FOR ADA COMPLIANCE The City of Coppell acknowledges its responsibility to comply with the Americans With Disabilities Act of 1990. Thus, in order to assist individuals with disabilities who require special services (i.e. sign interpretative services, alternative audio/visual devices, and amanuenses) for participation in or access to the City of Coppell sponsored public programs, services and/or meetings, the City requests that individuals make request for these services forty-eight(48)hours ahead of the scheduled program, service and/or meeting. To make arrangements, contact Vivyon V. Bowman, ADA Coordinator or other designated official at(972)462-0022,or(TDD 1-800-RELAY,TX 1-800-735-2989). CITY OF COPPELL• PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL,TEXAS 75019 City of Coppell Exterior Wall Waterproofing and Window Flashing At City of Coppell Facilities Building 265 Parkway Boulevard Coppell, Texas 75019 Bid#Q-0516-01 THURSDAY,MAY 26,2016 AT 2:00 P.M. Solicitation Schedule Dates Bid Issued May 6, 2016 Pre-Bid Conference(Mandatory) Thursday,May 12,2016 at 2:00 p.m. Deadline for Questions Friday,May 20,2016 at 4:00 p.m. Final Posting of Answers to Questions Received or Monday,May 23,2016 at 2:00 p.m. Addenda issued Sealed Bids Due to the City Thursday,May 26,2016 at 2:00 p.m. Announcement of Apparent Successful Proposer/Bidder Thursday,June 16,2016 Contract Award/Proposed Council Approval July 2016 Start Implementation August 2016 *Estimate The dates BEFORE bid opening are firm unless changed through an Addendum. Dates after bid opening are proposed dates and the City reserves the right to modify this schedule at the City's discretion. Notification of changes in the response due date would be posted on Bidsync.com and the City website or as otherwise stated herein. All times and dates are Central Standard Time. CITY OF COPPELL• PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL,TEXAS 75019 REQUIRED INFORMATION: The City of Coppell solicitation packets contain various documents that require completion by the Offeror. Said information must be completed prior to the date and time set for the solicitation opening and shall be included with the submittal packet in order to be considered a responsive Offeror. DEFINITIONS: a. "Bidder"refers to the submitter. b. "Contractor"refers to a successful Bidder/contractor/service provider. c. "Submittal" refers to those documents, which must be submitted to the City of Coppell by a Bidder. d. "RFB"refers to a Request for Bids. e. "RFQ"refers to a Request for Qualifications. f. "RFP"refers to a Request for Proposals. SUBMISSION OF RFB/RFQ/RFP: RFB's may be submitted to the City of Coppell by any of the following means: g. Hand carried to the Purchasing Department located at the City of Coppell/City Hall, 255 E.Parkway Blvd.,Coppell,Texas 75019; h. Mailed to the City of Coppell,Purchasing Department, at P.O. Box 9478, Coppell,Texas 75019; i. No oral,telegraphic,telephonic,or facsimile RFQs will be considered or accepted. OFFICIAL TIME: The time clock in the City of Coppell Purchasing Department shall be the official time of receipt for all RFB/RFQ/RFP's submitted in hard copy paper form. Any late submittals received in the Coppell Purchasing Department after the submission deadline shall be considered void and unacceptable. Absolutely no late submittals will be considered. INCLEMENT WEATHER: In case of inclement weather or any other unforeseen event causing the City to close for business on the date a submission deadline, the RFB/RFQ/RFP closing will automatically be postponed until the next business day the City is open. If inclement weather conditions or any other unforeseen event causes delays in carrier service operations, the City may issue an addendum to all known vendors interested in the project to extend the deadline. It will be the responsibility of the vendor to notify the City of their interest in the project if these conditions are impacting their ability to turn in a submission within the stated deadline. The City reserves the right to make the final judgment call to extend any deadline. BID NOTIFICATION: City of Coppell utilizes the following procedures for notification of bid opportunities: www.bidsync.com and the Coppell Citizens Advocate. These are the only forms of notification authorized by the city. Coppell shall not be responsible for receipt of notification and information from any source other than those listed. It shall be the vendor's responsibility to verify the validity of all bid information received by sources other than those listed. CITY OF COPPELL• PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL,TEXAS 75019 BID OPENINGS: All submittals will be opened and presented according to the legal requirements for the type of solicitation(i.e. request for bid, request for proposal, competitive sealed proposal, etc.) at the designated time and place specified in the solicitation. However, the reading of a quote at the opening should not be construed as a comment on the responsiveness of such quote or as any indication that the City accepts such quote as responsive. The City will make a determination as to the responsiveness of quotes submitted based upon compliance with all applicable laws, City Purchasing Guidelines, and project documents, including but not limited to the project specifications and contract documents. The City will notify the successful Bidder upon award of the contract and all requests for quotes received will be available for inspection after award. FUNDING: Funds for payment have been provided through the City of Coppell budget approved by the City Council for this fiscal year only. State of Texas statutes prohibit the obligation and expenditure of public funds beyond the fiscal year for which a budget has been approved. Therefore, anticipated orders or other obligations that may arise past the end of the current fiscal year shall be subject to budget approval. LATE BIDS: Bids received in the City of Coppell Purchasing Department after submission deadline will be considered void and unacceptable. The City of Coppell is not responsible for lateness or non-delivery of mail, carrier, etc., and the date/time stamp in the Purchasing Department shall be the official time of receipt. ALTERING BIDS: Bids cannot be altered or amended after submission deadline. Any interlineation, alteration, or erasure made before opening time must be initialed by the signer of the bid, guaranteeing authenticity. WITHDRAWAL OF BID: A bid may not be withdrawn or canceled by the Bidder without the permission of the City for a period of ninety (90) days following the date designated for the receipt of bids,and Bidder so agrees upon submittal of their bid. SALES TAX: The City of Coppell is exempt by law from payment of Texas State Sales Tax and Federal Excise Tax pursuant to the provisions of Article 20.04 (F) of the Texas Limited Sales, Excise and Use Tax Act. Bidder shall include any sales taxes from concession sales of taxable items on City property in the total price of the sale,and shall be responsible to report and pay such taxes in a timely manner. Any Contractor performing work under this contract for the City of Coppell may purchase materials and supplies and rent or lease equipment sales tax free. This is accomplished by issuing exemption certificates to suppliers. Certificates must comply with State Comptroller's ruling#95-0.07 and#95-0.09. CITY OF COPPELL• PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL,TEXAS 75019 CONTRACT: This bid, when properly accepted by the City of Coppell, shall constitute a Contract equally binding between the successful Bidder and the City. No different or additional terms will become a part of this Contract with the exception of Change Orders. CHANGE ORDERS: No oral statement of any individual shall modify or otherwise change, or affect the terms, conditions or Specifications stated in the resulting Contract. All Change Orders to the Contract will be made in writing by the City's Purchasing Agent. IF DURING THE life of the Contract, the successful Bidder's net prices to other customers for items awarded herein are reduced below the Contracted price, it is understood and agreed that the benefits of such reduction shall be extended to the City of Coppell. A PRICE redetermination may be considered by the City only at the anniversary date of the Contract and shall be substantiated in writing (i.e., Manufacturer's direct cost, postage rates, Railroad Commission rates,Wage/Labor rates, etc.). The Bidder's past history of honoring Contracts at the bid price will be an important consideration in the evaluation of the lowest and best bid. The City reserves the right to accept or reject any/all of the price redetermination as it deems to be in the best interest of the City. DELIVERY: all delivery and freight charges(F.O.B.City of Coppell)are to be included in the bid price. DELIVERY TIME: Bids shall show number of days required to place goods ordered at the City's designated location. Failure to state delivery time may cause bid to be rejected. Successful Bidder shall notify the Purchasing Department immediately if delivery schedule cannot be met. If delay is foreseen, successful Bidder shall give written notice to the Purchasing Agent. The City has the right to extend delivery time if reason appears valid. Successful Bidder must keep the Purchasing Department advised at all times of the status of the order. CONFLICT OF INTEREST: No public official shall have interest in this Contract, in accordance with Vernon's Texas Codes Annotated,Local Government Code Title 5. Subtitle C,Chapter 171. DISCLOSURE OF CERTAIN RELATIONSHIPS Effective January 1, 2006, Chapter 176 of the Texas Local Government Code requires that any vendor or person considering doing business with a local government entity disclose in the Questionnaire Form CIQ, the vendor or person's affiliation or business relationship that might cause a conflict of interest with a local government entity. By law, this questionnaire must be filed with the records administrator of the City of Coppell not later than the 7th business day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006, Local Government Code. A person commits an offense if the person violates Section 176.006,Local Government Code. An offense under this section is a Class C misdemeanor. ETHICS: The Bidder shall not offer or accept gifts of anything of value nor enter into any business arrangement with any employee,official or agent of the City of Coppell. CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL,TEXAS 75019 EXCEPTIONS/SUBSTITUTIONS: All bids meeting the intent of this Invitation To Bid will be considered for award. Bidders taking exception to the Specifications, or offering substitutions, shall state these exceptions in the section provided or by attachment as part of the bid. In the absence of such, a list shall indicate that the Bidder has not taken exceptions and shall hold the Bidder responsible to perform in strict accordance with the Specifications of the Invitation. The City of Coppell reserves the right to accept any and all, or none, of the exception(s)/ substitution(s) deemed to be in the best interest of the City. ADDENDA: Any interpretations, corrections or changes to an RFB/RFQ/RFP will be made by written addenda. Sole issuing authority of addenda shall be vested in the City of Coppell Purchasing Department. Addenda will be issued via the Bidsync system mentioned above and posted on the City of Coppell's website. Bidders shall acknowledge receipt of all addenda DESCRIPTIONS: Any reference to model and/or make/manufacturer used in bid Specifications will be made by addenda. Sole issuing authority of addenda shall be vested in the City's Purchasing Agent. Addenda will be mailed to all who are known to have received a copy of this invitation to Bid. Bidders shall acknowledge receipt of all addenda. BID MUST COMPLY with all federal,state,county,and local laws concerning these types of service(s). DESIGN,STRENGTH, QUALITY of materials must conform to the highest standards of manufacturing and engineering practice. All items supplied against credit must be new and unused, unless otherwise specified, in first-class condition and of current manufacturer. MINIMUM STANDARDS FOR RESPONSIBLE PROSPECTIVE BIDDERS: A prospective Bidder must affirmatively demonstrate Bidder's responsibility. A prospective Bidder must meet the following requirements: 1. Have adequate financial resources,or the ability to obtain such resources as required; 2. be able to comply with the required or proposed delivery schedule; 3. have a satisfactory record of performance; 4. have a satisfactory record of integrity and ethics; 5. be otherwise qualified and eligible to receive an award. The City may request representation and other information sufficient to determine Bidder's ability to meet these minimum standards listed above. REFERENCES: The City requests Bidder to supply, with this Invitation To Bid, a list of at least three (3) references where like products and/or services have been supplied by their firm. Include name of firm,address,telephone number and name of representative. CITY OF COPPELL• PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL,TEXAS 75019 BIDDER SHALL PROVIDE with this bid response, all documentation required by this Invitation To Bid. Failure to provide this information may result in rejection of bid. AWARD OF CONTRACT: The City of Coppell reserves the right to award this contract by one of the following methods. The method selected will be in the best interest of the City, as determined by the Purchasing Manager. A. The City shall award a contract to the responsible bidder providing the best value for the EXTERIOR WALL WATERPROOFING AND WINDOW FLASHING PROJECT — BID NO. Q-0516- 01. This is NOT a low bid solicitation based on price alone. All bidders must provide documentation and information requested in this solicitation in order to determine the best value outlined in"B"below. B. Pursuant to the Texas Local Government Code, § 252.043, Award of Contract, "Best Value" will be determined by considering: (1) the purchase price; (2) the reputation of the bidder and of the bidder's goods or services; (3) the quality of the bidder's goods or services; (4) the extent to which the goods or services meet the municipality's needs; (5) the bidder's past relationship with the municipality; (6) the impact on the ability of the municipality to comply with laws and rules relating to contracting with historically underutilized businesses and nonprofit organizations employing persons with disabilities; (7) the total long-term cost to the municipality to acquire the bidder's goods or services; and (8) any relevant criteria specifically listed in the request for bids or proposals SUCCESSFUL BIDDER SHALL defend,indemnify and save harmless the City of Coppell and all its officers,agents and employees from all suits,actions, or other claims of any character,name and description brought for or on account of any injuries or damages received or sustained by any person, persons, or property on account of any negligent act or fault of the successful Bidder,or of any agent, employee,subcontractor or supplier in the execution of,or performance under,any Contract which may result from bid award. Successful Bidder indemnifies and will indemnify and save harmless the City from liability,claim or demand on their part,agents,servants,customers,and/or employees whether such liability,claim or demand arise from event or casualty happening or within the occupied premises themselves or happening upon or in any of the halls,elevators,entrances,stairways or approaches of or to the facilities within which the occupied premises are located. Successful Bidder shall pay any judgment with costs which may be obtained against the City growing out of such injury or damages. In addition, Contractor shall obtain and file with Owner City of Coppell a Standard Certificate of Insurance and CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL,TEXAS 75019 applicable policy endorsement evidencing the required coverage and naming the owner City of Coppell as an additional insured on the required coverage. WAGES: Successful Bidder shall pay or cause to be paid,without cost or expense to the City of Coppell, all Social Security, Unemployment and Federal Income Withholding Taxes of all such employees and all such employees shall be paid wages and benefits as required by Federal and/or State Law. PREVAILING WAGE RATES: If Federal Funds are used to pay any portion of this project, the awarded contractor shall comply with prevailing wage rates as defined by the United States Department of Labor Davis-Bacon Wage Determination at http://www.dol.gov/whd/contracts/dbra.htm and at the Wage Determinations website www.wdol.gov for Dallas County,Texas(WD-2509). If Federal Funds are not used for this project,the awarded contractor shall comply with the prevailing wage rate established under Chapter 2258 of the Texas Government Code. TERMINATION OF CONTRACT: This Contract shall remain in effect until Contract expires, delivery and acceptance of products and/or performance of services ordered or terminated by either party with a thirty (30) day written notice prior to any cancellation. The successful Bidder must state therein the reasons for such cancellation. The City of Coppell reserves the right to award canceled Contract to next lowest and best Bidder as it deems to be in the best interest of the City of Coppell. TERMINATION FOR DEFAULT: The City of Coppell reserves the right to enforce the performance of this Contract in any manner prescribed by law or deemed to be in the best interest of the City in the event of breach or default of this Contract. The City of Coppell reserves the right to terminate the Contract immediately in the event the successful Bidder fails to: 1. Meet schedules; 2. defaults in the payment of any fees;or 3. otherwise perform in accordance with these Specifications. Breach of Contract or default authorizes the City of Coppell to exercise any or all of the following rights: 1. The City may take possession of the assigned premises and any fees accrued or becoming due to date; 2. the City may take possession of all goods, fixtures and materials of successful Bidder therein and may foreclose its lien against such personal property,applying the proceeds toward fees due or thereafter becoming due. CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL,TEXAS 75019 In the event the successful Bidder shall fail to perform,keep or observe any of the terms and conditions to be performed, kept or observed, the City shall give the successful Bidder written notice of such default; and in the event said default is not remedied to the satisfaction and approval of the city within two (2) working days of receipt of such notice by the successful Bidder, default will be declared and all the successful Bidder's rights shall terminate. Bidder, in submitting this bid, agrees that the City of Coppell shall not be liable to prosecution for damages in the event that the City declares the Bidder in default. NOTICE: Any notice provided by this bid (or required by law) to be given to the successful Bidder by the City of Coppell shall conclusively deemed to have been given and received on the next day after such written notice has been deposited in the mail in the City of Coppell,Texas by Registered or Certified Mail with sufficient postage affixed thereto, addressed to the successful Bidder at the address so provided; provided this shall not prevent the giving of actual notice in any other manner. PROTESTS: All protests regarding the solicitation process must be submitted, in writing, to the Purchasing Manager within five (5) working days following the opening of such solicitation. This includes all protests relating to advertising of solicitation notices, deadlines, opening, and all other related procedures under the Texas Local Government Code, as well as, any protests relating to alleged improprieties or ambiguities in the specifications. Protests relating to staff recommendations as to the award of this solicitation may be directed to the City Administration, City Manager's Office by contacting the City Manager prior to council award. All staff recommendations will be made available for public review seventy-two (72) hours prior to consideration by the City Council. PATENTS/COPYRIGHTS: The successful Bidder agrees to protect the City of Coppell from claims involving infringement of patents and/or copyrights. CONTRACT ADMINISTRATOR: Under this Contract, the City of Coppell may appoint a Contract Administrator with designated responsibility to ensure compliance with Contract requirements, such as but not limited to, acceptance, inspection and delivery. The Contract Administrator will serve as liaison between the City of Coppell Purchasing Department (which has the overall Contract Administration responsibilities)and the successful Bidder. PURCHASE ORDER: A Purchase Order(s) shall be generated by the City of Coppell to the successful Bidder. The Purchase Order number must appear on all itemized invoices and packing slips. The City of Coppell will not be held responsible for any orders placed/delivered without a valid current Purchase Order number. CITY OF COPPELL• PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL,TEXAS 75019 Imo PACKING SLIPS or other suitable shipping documents shall accompany each special order shipment and shall show: (a) name and address of successful Bidder, (b) name and address of receiving department and/or delivery location, (c) Purchase Order number, and (d) descriptive information as to the item(s) delivered,including product code,item number,quantity,number of containers,etc. INVOICES shall show all information as stated above, shall be issued for each Purchase Order and shall be mailed directly to the City of Coppell Finance/Accounts Payable Department, 255 Parkway Blvd., Coppell,Texas 75019, or emailed to accountspayablec coppelltx.gov. PAYMENT will be made upon receipt and acceptance by the City of Coppell for any item(s) ordered and receipt of a valid invoice, in accordance with the State of Texas Prompt Payment Act, Article 601f V.T.C.S. Successful Bidder(s)required to pay subcontractors within ten(10)days. ITEMS supplied under this Contract shall be subject to the City's approval. Items found defective or not meeting Specifications shall be picked up and replaced by the successful Bidder at the next service date at no expense to the City of Coppell. If item is not picked up within one(1)week after notification,the item will become a donation to the City for disposition. SAMPLES: When requested,samples shall be furnished free of expense to the City of Coppell. WARRANTY: Successful Bidder shall warrant that all items/services shall conform to the proposed Specifications and/or all warranties as stated in the Uniform Commercial Code and be free from all defects in material, workmanship and title. A copy of the warranty for each item being bid must be enclosed. Failure to comply with the above requirements for literature and warranty information could cause bid to be rejected. REMEDIES: The successful Bidder and the City of Coppell agree that both parties have all rights, duties and remedies available as stated in the Uniform Commercial Code. VENUE: This Agreement will be governed and construed according to the laws of the State of Texas. This Agreement is performable in the City of Coppell,Texas. ASSIGNMENT: The successful Bidder shall not sell, assign, transfer or convey this Contract, in whole or in part,without prior written consent of the City of Coppell. SPECIFICATIONS and model numbers are for description only. Bidder may bid on description only. Bidder may bid on alternate model but must clearly indicate alternate model being bid. Bidder must enclose full descriptive literature on alternate item(s). SILENCE OF SPECIFICATION: The apparent silence of these Specifications as to any detail or to the apparent omission of a detailed description concerning any point, shall be regarded as meaning that only the best commercial practices are to prevail. All interpretations of these Specifications shall be made on the basis of this statement. CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL,TEXAS 75019 lam Each insurance policy to be furnished by successful Bidder shall include, by endorsement to the policy, a statement that a notice shall be given to the City of Coppell by Certified Mail thirty (30) days prior to cancellation or upon any material change in coverage. BID BOND: If the contract is for the construction of public works the bidder must furnish a good and sufficient bid bond in the amount of five percent of the total contract price. A bid bond must be executed with a surety company authorized to do business in the state of Texas. Bid Bond must be included with bid documents prior to submission deadline. BID NOTIFICATION: City of Coppell utilizes the following procedures for notification of bid opportunities: www.bidsync.com and the Coppell Citizens Advocate. These are the only forms of notification authorized by the city. Coppell shall not be responsible for receipt of notification and information from any source other than those listed. It shall be the vendor's responsibility to verify the validity of all bid information received by sources other than those listed. EMPLOYMENT ELIGIBILITY VERIFICATION: The Immigration Reform and Control Act of 1986 (IRCA)makes it illegal for employers to knowingly hire or recruit immigrants who do not possess lawful work authorization and requires employers to verify their employees' work eligibility on a U.S. Department of Justice form 1-9. The contractor/vendor warrants that contractor/vendor is in compliance with IRCA and will maintain compliance with IRCA during the term of the contract with the city. Contractor/vendor warrants that contractor/vendor has included or will include a similar provision in all written agreements with any subcontractors engaged to perform services under this contract. BID SUMMARY SHEET: Bid summary results will be made available forty-eight(48) hours after bid opening. Bidders desiring a copy of the bid summary sheet may view the results online forty-eight hours (48) hours after the bid opening at: http://www.coppelltx.gov/Documents/Government/Purchasing/PURCurrent-PastBids.pdf. A bidder may also request a copy via email at purchases icoppelltx.gov. No results will be given over the telephone. ENVIRONMENTALLY PREFERABLE PRODUCTS AND SERVICES: Bidders are encouraged to offer Energy Star, GreenSeal, EcoLogo and/or EPEAT certified products. The city also encourages bidders to offer products and services that are produced or delivered with minimal use of virgin materials and maximum use of recycled materials and reduce waste, energy usage, water utilization and toxicity in II the manufacture and use of products. ANY QUESTIONS concerning this Invitation To Bid and Specifications should be directed to the Purchasing Department at 972-304-3698. CITY OF COPPELL• PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL,TEXAS 75019 COOPERATIVE PURCHASING As permitted under Government Code, Title 7, Chapter 791.025, other governmental entities may wish to cooperatively purchase under the same terms and conditions contained in this contract (piggyback). Each entity wishing to piggyback must have prior authorization from the City of Coppell and Contractor. If such participation is authorized, all purchase orders will be issued directly from and shipped directly to the entity requiring supplies/services. The City of Coppell shall not be held responsible for any orders placed, deliveries made, or payment for supplies/services ordered by these entities. Each entity reserves the right to determine their participation in this contract. IS YOUR FIRM WILLING TO ALLOW OTHER GOVERNMENTAL ENTITIES TO PIGGYBACK OFF THIS CONTRACT, IF AWARDED, UNDER THE SAME TERMS AND CONDITIONS? YES NO CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL,TEXAS 75019 CERTIFICATIONS AND REPRESENTATIONS M/WBE STATUS IS CERTIFIED AS A: (CHECK ONE, IF APPLICABLE) DISADVANTAGED BUSINESS ENTERPRISE MINORITY-OWNED BUSINESS ENTERPRISE WOMEN-OWNED BUSINESS ENTERPRISE PLEASE ATTACH OFFICIAL DOCUMENTATION FROM THE STATE OF TEXAS OR OTHER QUALIFIED CERTIFICATION AGENCY OF M/WBE STATUS OF YOUR COMPANY WITH THIS BID/PROPOSAL. * * * * * NOTE * * * * * THIS DATA IS REQUESTED FOR INFORMATIONAL PURPOSES ONLY AND WILL NOT AFFECT THE BID AWARD. (SUBMISSION OF THIS INFORMATION IS NOT A REQUIREMENT.) CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL,TEXAS 75019 IMPLEMENTATION OF HOUSE BILL 1295 Certificate of Interested Parties (Form 1295): In 2015, the Texas Legislature adopted House Bill 1295, which added section 2252.908 of the Government Code. The law states that a governmental entity or state agency may not enter into certain contracts with a business entity unless the business entity submits a disclosure of interested parties to the governmental entity or state agency at the time the business entity submits the signed contract to the governmental entity or state agency. The law applies only to a contract of a governmental entity or state agency that either (1) requires an action or vote by the governing body of the entity or agency before the contract may be signed or(2) has a value of at least $1 million. The disclosure requirement applies to a contract entered into on or after January 1,2016. The Texas Ethics Commission was required to adopt rules necessary to implement that law, prescribe the disclosure of interested parties form, and post a copy of the form on the commission's website. The commission adopted the Certificate of Interested Parties form (Form 1295) on October 5, 2015. The commission also adopted new rules (Chapter 46) on November 30, 2015, to implement the law. The commission does not have any additional authority to enforce or interpret House Bill 1295. The form may be obtained and completed at https://www.ethics.state.tx.us/whatsnew/elf info_form 1295.htm *Please note that this form only has to be completed once the contract is awarded and before contract is executed. CITY OF COPPELL• PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL,TEXAS 75019 T H E C 1 T Y Q F COPPELL • t, O F a A S BID Q-0516-01 EXTERIOR WALL RESTORATION AND WINDOW FLASHING AT CITY OF COPPELL FACILITIES BUILDING 265 PARKWAY BOULEVARD COPPELL,TEXAS 75019 BIDDERS PLEASE NOTE: ONE COPY OF THE FOLLOWING BID SHEETS HAVE BEEN ENCLOSED FOR YOUR CONVENIENCE (SPECIFICATIONS AND CONFLICT OF INTEREST FORM) TWO COPIES MUST BE RETURNED TO THE PURCHASING DEPARTMENT NO LATER THAN THURSDAY,MAY 26,2016 AT 2:00 PM CITY OF COPPELL• PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL,TEXAS 75019 Company Information Company Name: Address: Phone Number: Fax Number: Contact Person: E-mail Address: CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL,TEXAS 75019 CONFLICT OF INTEREST QUESTIONNAIRE - FORM CIQ For vendor or other person doing business with local governmental entity This questionnaire reflects changes made to the law by H.B.1491,80th Leg.,Regular Session. This questionnaire is being filed in accordance with chapter 176 of the Local Government Code by a person who has a business relationship as defined by Section 176.001(1-a)with a local governmental entity and the person meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local government entity not later than the 7th business day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006, Local Government Code. A person commits an offense if the person knowingly violates Section 176.006,Local Government Code. An offense under this section is a Class C misdemeanor. 1 Name of person who has a business relationship with local governmental entity. Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) Name of local government officer with whom filer has an employment or business relationship. Name of Officer This section,(item 3 including subparts A,B,C&D),must be completed for each officer with whom the filer has an employment or other business relationship as defined by Section 176.001(1-a),Local Government Code. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income,other than investment income,from the filer of the questionnaire? Yes No B. Is the filer of the questionnaire receiving or likely to receive taxable income,other than investment income,from or at the direction of the local government officer named in this section AND the taxable income is not received from the local governmental entity? Yes No C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government officer serves as an officer or director,or holds an ownership of 10 percent or more? nYes n No D. Describe each affiliation or business relationship. 4 1-1 I have no Conflict of Interest to disclose. 5 Signature of person doing business with the governmental entity Date CITY OF COPPELL• PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL,TEXAS 75019 w T H E C I T Y Q F COPPELL 7 _ f 9 O 8 A s 8 CITY OF COPPELL, TEXAS STANDARD FIXED PRICE AGREEMENT FOR THE CONSTRUCTION OF EXTERIOR WALL RESTORATION AND WINDOW FLASHING AT CITY OF COPPELL FACILITIES BUILDING 265 PARKWAY BOULEVARD COPPELL, TEXAS 75019 BID NO: Q-0516-01 CITY OF COPPELL• PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL,TEXAS 75019 BID Q-0516-01 Exterior Wall Waterproofing and Window Flashing City of Coppell, Texas This Agreement is made by and between the City of Coppell, Texas, a home-rule municipality (hereinafter referred to as the "Owner") and , (hereinafter referred to as the "Contractor") for construction of , (hereinafter referred to as the "Project"),the Owner and the Contractor hereby agreeing as follows: contractual agreement between the Owner and any ARTICLE I person or entity other than the Contractor. THE CONTRACT AND THE CONTRACT 1.5 INTENT AND INTERPRETATION DOCUMENTS 1.5.1 The intent of this Contract is to require 1.1 THE CONTRACT complete, correct and timely execution of the Work. Any Work that may be required, implied or inferred 1.1.1 The Contract between the Owner and by the Contract Documents, or any one or more of the Contractor, of which this Agreement is a part, them, as necessary to produce the intended result consists of the Contract Documents. It shall be shall be provided by the Contractor for the Contract effective on the date this Agreement is executed by Price. the last party to execute it. 1.5.2 This Contract is intended to be an 1.2. THE CONTRACT DOCUMENTS integral whole and shall be interpreted as internally consistent. What is required by any one Contract 1.2.1 The Contract Documents consist of this Document shall be considered as required by the Agreement, the Invitation to Bid, Requirements and Contract. Instructions to Bidders, the Specifications, the Drawings,the Project Manual,all Change Orders and 1.5.3 When a word,term or phrase is used in Field Orders issued hereafter, any other amendments this Contract, it shall be interpreted or construed, hereto executed by the parties hereafter,together with first, as defined herein; second, if not defined, the following(if any): according to its generally accepted meaning in the construction industry; and third, if there is no Documents not enumerated in this Paragraph 1.2.1 generally accepted meaning in the construction are not Contract Documents and do not form part of industry, according to its common and customary this Contract. usage. 1.3 ENTIRE AGREEMENT 1.5.4 The words "include", "includes", or "including",as used in this Contract, shall be deemed 1.3.1 This Contract, together with the to be followed by the phrase,"without limitation". Contractor's performance and payment bonds for the Project, all General Conditions, Special Conditions, 1.5.5 The specification herein of any act, Plans and Specifications, and Addenda attached failure, refusal, omission, event, occurrence or thereto, constitute the entire and exclusive agreement condition as constituting a material breach of this between the Owner and the Contractor with reference Contract shall not imply that any other,non-specified to the Project. Specifically, but without limitation, act, failure, refusal, omission, event, occurrence or this Contract supersedes any bid documents and all condition shall be deemed not to constitute a material prior written or oral communications,representations breach of this Contract. and negotiations, if any, between the Owner and Contractor not expressly made a part hereof. 1.5.6 Words or terms used as nouns in this Contract shall be inclusive of their singular and plural 1.4 NO PRIVITY WITH OTHERS forms, unless the context of their usage clearly requires a contrary meaning. 1.4.1 Nothing contained in this Contract shall create,or be interpreted to create,privity or any other CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL,TEXAS 75019 Page 24 BID Q-0516-01 Exterior Wall Waterproofing and Window Flashing 1.5.7 The Contractor shall have a continuing 1.6 OWNERSHIP OF duty to read,carefully study and compare each of the Contract Documents,the Shop Drawings,the Product CONTRACT DOCUMENTS Data, and any Plans and Specifications, and shall give written notice to the Owner of any 1.6.1 The Contract Documents, and each of inconsistency,ambiguity,error or omission which the them, shall remain the property of the Owner. The Contractor may discover with respect to these Contractor shall have the right to keep one record set documents before proceeding with the affected Work. of the Contract Documents upon completion of the The issuance, or the express or implied approval by Project; provided, however, that in no event shall the Owner or the Architect of the Contract Contractor use, or permit to be used, any or all of Documents,Shop Drawings or Product Data shall not such Contract Documents on other projects without relieve the Contractor of the continuing duties the Owner's prior written authorization. imposed hereby, nor shall any such approval be evidence of the Contractor's compliance with this Contract. The Owner has requested the Architect to only prepare documents for the Project,including the ARTICLE II Drawings and Specifications for the Project, which are accurate, adequate, consistent, coordinated and THE WORK sufficient for construction. HOWEVER, THE OWNER MAKES NO REPRESENTATION OR 2.1 The Contractor shall perform all of the WARRANTY OF ANY NATURE WHATSOEVER Work required, implied or reasonably inferable from, TO THE CONTRACTOR CONCERNING SUCH this Contract. DOCUMENTS. By the execution hereof, the Contractor acknowledges and represents that it has 2.2 WORK received, reviewed and carefully examined such documents,has found them to be complete,accurate, 2.2.1 The term "Work" shall mean whatever adequate, consistent, coordinated and sufficient for is done by or required of the Contractor to perform construction, and that the Contractor has not, does and complete its duties under this Contract, including not, and will not rely upon any representation or the following: construction of the whole or a warranties by the Owner concerning such documents designated part of the Project; furnishing of any as no such representation or warranties have been or required surety bonds and insurance, and the are hereby made. Further, the Contractor represents provision or furnishing of labor, supervision, and warrants that it has had a sufficient opportunity services, materials, supplies, equipment, fixtures, to inspect the Project site and assumes any and all appliances, facilities, tools, transportation, storage, responsibility for inadequacies or ambiguities in the power, permits and licenses required of the plans, drawings or specifications as well as for latent Contractor, fuel, heat, light, cooling and all other conditions of the site where the work is to be utilities as required by this Contract. The Work to be performed. performed by the Contractor is generally described as follows: 1.5.8 As between numbers and scaled measurements on the Drawings and in the Design,the numbers shall govern, as between larger scale and smaller scale drawings,the larger scale shall govern. 1.5.9 Neither the organization of any of the Contract Documents into divisions, sections, paragraphs, articles, (or other categories), nor the organization or arrangement of the Design, shall control the Contractor in dividing the Work or in 2.2.2 The Contractor shall be responsible for establishing the extent or scope of the Work to be paying for and procuring all materials and labor and performed by Subcontractors. furnishing all services necessary or appropriate for the full performance of the Work and the for the full completion of the Project. All materials shall be new and materials and workmanship shall be of good CITY OF COPPELL• PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL,TEXAS 75019 Page 25 BID Q-0516-01 Exterior Wall Waterproofing and Window Flashing quality. Upon request, the Contractor shall furnish reasonably believes that Substantial Completion will satisfactory proof of the type, kind, and quality of be inexcusably delayed, the Owner shall be entitled, materials. but not required, to withhold from any amounts otherwise due the Contractor an amount then believed by the Owner to be adequate to recover liquidated damages applicable to such delays. if and ARTICLE III when the Contractor overcomes the delay in achieving Substantial Completion, or any part CONTRACT TIME thereof, for which the Owner has withheld payment, the Owner shall promptly release to the Contractor 3.1 TIME AND LIQUIDATED DAMAGES those funds withheld, but no longer applicable, as liquidated damages. 3.1.1 The Contractor shall commence the Work within 10 days of receipt of a written Notice to 3.1.3 In the event that the Contractor achieves Proceed,and shall achieve Substantial Completion of certification of substantial completion prior to the the Work no later than 180 calendar days from the scheduled completion date, the Owner shall pay to date specified in the Notice to Proceed. The parties the Contractor the sum of $0.00 per day for each acknowledge that time is of the essence in the calendar day that substantial completion is certified performance of the terms of this Contract. The term in advance of the scheduled completion date. "calendar days" shall mean any and all days of the week or month, no days being excepted. "Hours 3.1.4 No claim shall be made by the worked before 8:00 a.m. after 5:00 p.m., all weekends Contractor to the Owner, and no damages, costs or and holidays are subject to overtime. Overtime request extra compensation shall be allowed or paid by the must be made in writing and approved by the City of Owner to the Contractor for any delay or hindrance Coppell. Seventy-two hours notice required. All from any cause in the progress or completion of the overtime incurred by the City for inspection services Work or this Contract. The Contractor's sole remedy shall be paid by the Contractor. If not paid, such cost in the event of any delay or hindrance shall be to may be deducted from partial payments." It is request time extensions by written change orders as contemplated by the parties that the progress of the provided for hereinafter. Should the Contractor be Work may be delayed by certain conditions beyond delayed by an act of the Owner, or should the Owner the control of the parties; these delays have been order a stoppage of the Work for sufficient cause, an contemplated by the parties and considered in the extension of time shall be granted by the Owner by time allotted for performance specified herein and written authorization upon written application, which includes, but is not limited to delays occasioned on extension shall not be unreasonably denied, to account of adverse weather,temporary unavailability compensate for the delay. of materials, shipment delays, and the presence and potential interference of other contractors who may 3.1.5 The Owner shall have the authority to be performing work at the Project site unrelated to suspend the Work wholly or in part for such period or this agreement. periods of time as it may deem appropriate due to unsuitable conditions considered unfavorable for the The number of calendar days from the date on which proper prosecution of the Work or for the failure of the Work is permitted to proceed,through the date set the Contractor to carry out instructions from the forth for Substantial Completion, shall constitute the Owner or Owner's representative. During any period "Contract Time". in which the Work is stopped or during which any of the Work is not actively in progress for any reason, 3.1.2 The Contractor shall pay the Owner the Contractor shall properly protect the site and the sum of$350,per day for each and every calendar day Work from damage,loss or harm. of unexcused delay in achieving Substantial Completion beyond the date set forth herein for 3.2 SUBSTANTIAL COMPLETION Substantial Completion of the Work. Any sums due and payable hereunder by the Contractor shall be 3.2.1 "Substantial Completion" shall mean payable, not as a penalty, but as liquidated damages that stage in the progression of the Work when the representing an estimate of delay damages likely to Work is sufficiently complete in accordance with this be sustained by the Owner,estimated at or before the Contract that the Owner can enjoy beneficial use or time of executing this Contract. When the Owner occupancy of the Work and can utilize the Work for CITY OF COPPELL•PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL,TEXAS 75019 Page 26 BID Q-0516-01 Exterior Wall Waterproofing and Window Flashing its intended purpose, even though minor 5.2 PAYMENT PROCEDURE miscellaneous work and/or adjustment may be required. 5.2.1 The Owner shall pay the Contract Price to the Contractor as provided below. 3.3 TIME IS OF THE ESSENCE 5.2.2 PROGRESS PAYMENTS-Based upon the 3.3.1 All limitations of time set forth in the Contractor's Applications for Payment submitted to Contract Documents are of the essence of this the Architect and upon Certificates for Payment Contract. subsequently issued to the Owner by the Architect, the Owner shall make progress payments to the Contractor on account of the Contract Price. ARTICLE IV 5.2.3 On or before the 25th day of each month after commencement of the Work, the CONTRACT PRICE Contractor shall submit an Application for Payment for the period ending the 15th day of the month to the 4.1 THE CONTRACT PRICE Architect in such form and manner, and with such supporting data and content, as the Owner or the 4.1.1 The Owiler shall pay, and the Architect may require. Therein, the Contractor may Contractor shall accept,as full and complete payment request payment for ninety percent (90%) of that for all of the Work required herein,the fixed sum of portion of the Contract Price properly allocable to $ Contract requirements properly provided, labor, materials and equipment properly incorporated in the The sum set forth in this Paragraph 4.1 shall Work, less the total amount of previous payments constitute the Contract Price which shall not be received from the Owner. Such Application for modified except by written Change Order as provided Payment shall be signed by the Contractor and shall in this Contract. constitute the Contractor's representation that the Work has progressed to the level for which payment is requested in accordance with the Schedule of Values, that the Work has been properly installed or ARTICLE V performed in full compliance with this Contract, and that the Contractor knows of no reason why payment PAYMENT OF THE CONTRACT PRICE should not be made as requested. Thereafter, the Architect will review the Application for Payment 5.1 SCHEDULE OF VALUES and may also review the Work at the Project site or elsewhere to determine whether the quantity and 5.1.1 Within ten (10) calendar days of the quality of the Work is as represented in the effective date hereof, the Contractor shall submit to Application for Payment and is as required by this the Owner and to the Architect a Schedule of Values Contract. The Architect shall determine and certify allocating the Contract Price to the various portions to the Owner the amount properly owing to the of the Work. The Contractor's Schedule of Values Contractor. The Owner shall make partial payments shall be prepared in such form, with such detail, and on account of the Contract Price to the Contractor supported by such data as the Architect or the Owner within thirty (30) days following the Architect's may require to substantiate its accuracy. The receipt and approval of each Application for Contractor shall not imbalance its Schedule of Values Payment. The amount of each partial payment shall nor artificially inflate any element thereof. The be the amount certified for payment by the Architect violation of this provision by the Contractor shall less such amounts, if any, otherwise owing by the constitute a material breach of this Contract. The Contractor to the Owner or which the Owner shall Schedule of Values shall be used only as a basis for have the right to withhold as authorized by this the Contractor's Applications for Payment and shall Contract. The Architect's certification of the only constitute such basis after it has been Contractor's Application for Payment shall not acknowledged and accepted in writing by the preclude the Owner from the exercise of any of its Architect and the Owner. rights as set forth in Paragraph 5.3 hereinbelow. CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL,TEXAS 75019 Page 27 BID Q-0516-01 Exterior Wall Waterproofing and Window Flashing 5.2.4 The Contractor warrants that title to all the Contract for the unpaid balance of Work covered by an Application for Payment will the Contract Price, pass to the Owner no later than the time of payment. The Contractor further warrants that upon submittal (e) evidence that the Work will not be of an Application for Payment, all Work for which completed in the time required for payments have been received from the Owner shall substantial or final completion; be free and clear of liens, claims, security interest or other encumbrances in favor of the Contractor or any (f) persistent failure to carry out the Work other person or entity whatsoever. in accordance with the Contract; 5.2.5 The Contractor shall promptly pay each (g) damage to the Owner or a third party to Subcontractor out of the amount paid to the whom the Owner is,or may be,liable. Contractor on account of such Subcontractor's Work, the amount to which such Subcontractor is entitled. In the event that the Owner makes In the event the Owner becomes informed that the written demand upon the Contractor for amounts Contractor has not paid a Subcontractor as herein previously paid by the Owner as contemplated in this provided, the Owner shall have the right, but not the Subparagraph 5.3.1, the Contractor shall promptly duty, to issue future checks in payment to the comply with such demand. The Owner shall have no Contractor of amounts otherwise due hereunder duty to third parties to withhold payment to the naming the Contractor and such Subcontractor as Contractor and shall incur no liability for a failure to joint payees. Such joint check procedure, if withhold funds. employed by the Owner, shall create no rights in favor of any person or entity beyond the right of the 5.4 UNEXCUSED FAILURE TO PAY named payees to payment of the check and shall not be deemed to commit the Owner to repeat the 5.4.1 If within fifteen(15) days after the date procedure in the future. established herein for payment to the Contractor by the Owner, the Owner, without cause or basis 5.2.6 No progress payment, nor any use or hereunder, fails to pay the Contractor any amount occupancy of the Project by the owner, shall be then due and payable to the Contractor, then the interpreted to constitute an acceptance of any Work Contractor may after ten(10) additional days'written not in strict accordance with this Contract. notice to the Owner and the Architect, and without prejudice to any other available rights or remedies it 5.3 WITHHELD PAYMENT may have, stop the Work until payment of those amounts due from the Owner have been received. 5.3.1 The Owner may decline to make Late payments shall not accrue interest or other late payment,may withhold funds,and,if necessary,may charges. demand the return of some or all of the amounts previously paid to the Contractor, to protect the 5.5 SUBSTANTIAL COMPLETION Owner from loss because of: 5.5.1 When the Contractor believes that the (a) defective Work not remedied by the Work is substantially complete, the Contractor shall Contractor nor, in the opinion of the submit to the Architect a list of items to be completed Owner, likely to be remedied by the or corrected. When the Architect on the basis of an Contractor; inspection determines that the Work is in fact substantially complete, it will prepare a Certificate of (b) claims of third parties against the Substantial Completion which shall establish the date Owner or the Owner's property; of Substantial Completion, shall state the responsibilities of the Owner and the Contractor for (c) failure by the Contractor to pay Project security, maintenance, heat, utilities, damage Subcontractors or others in a prompt to the Work, and insurance, and shall fix the time and proper fashion; within which the Contractor shall complete the items listed therein. Guarantees required by the Contract (d) evidence that the balance of the Work shall commence on the date of Substantial cannot be completed in accordance with Completion of the Work. The Certificate of Substantial Completion shall be submitted to the CITY OF COPPELL• PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL,TEXAS 75019 Page 28 BID Q-0516-01 Exterior Wall Waterproofing and Window Flashing Owner and the Contractor for their written liquidated damages applicable to such delays. If and acceptance of the responsibilities assigned to them in when the Contractor overcomes the delay in such certificate. achieving final completion, or any part thereof, for which the Owner has withheld payment, the Owner Upon Substantial Completion of the Work, and shall promptly release to the Contractor those funds execution by both the Owner and the Contractor of withheld, but no longer applicable, as liquidated the Certificate of Substantial Completion,the Owner damages. shall pay the Contractor an amount sufficient to increase total payments to the Contractor to one 5.6.2 The Contractor shall not be entitled to hundred percent (100%) of the Contract Price less final payment unless and until it submits to the three hundred percent (300%) of the reasonable cost Architect its affidavit that all payrolls, invoices for as determined by the Owner and the Architect for materials and equipment, and other liabilities completing all incomplete Work, correcting and connected with the Work for which the Owner,or the bringing into conformance all defective and Owner's property might be responsible, have been nonconforming Work, and handling all unsettled fully paid or otherwise satisfied;releases and waivers claims. of lien from all Subcontractors of the Contractor and of any and all other parties required by the Architect 5.6 COMPLETION AND FINAL PAYMENT or the Owner; consent of Surety, if any, to final payment. If any third party fails or refuses to provide 5.6.1 When all of the Work is finally a release of claim or waiver of lien as required by the complete and the Contractor is ready for a final Owner, the Contractor shall furnish a bond inspection,it shall notify the Owner and the Architect satisfactory to the Owner to discharge any such lien thereof in writing. Thereupon, the Architect will or indemnify the Owner from liability. make final inspection of the Work and,if the Work is complete in full accordance with this Contract and 5.6.3 The Owner shall make final payment of this Contract has been fully performed,the Architect all sums due the Contractor within ten (10) days of will promptly issue a final Certificate for Payment the Architect's execution of a final Certificate for certifying to the Owner that the Project is complete Payment. and the Contractor is entitled to the remainder of the unpaid Contract Price, less any amount withheld 5.6.4 Acceptance of final payment shall pursuant to this Contract. If the Architect is unable to constitute a waiver of all claims against the Owner by issue its final Certificate for Payment and is required the Contractor except for those claims previously to repeat its final inspection of the Work, the made in writing against the Owner by the Contractor, Contractor shall bear the cost of such repeat final pending at the time of final payment, and identified inspection(s) which cost may be deducted by the in writing by the Contractor as unsettled at the time Owner from the Contractor's final payment. of its request for final payment. 5.6.1.1 If the Contractor fails to achieve final 5.6.5 Under no circumstance shall Contractor completion within the time fixed therefor by the be entitled to receive interest on any payments or Architect in its Certificate of Substantial Completion, monies due Contractor by the Owner, whether the the Contractor shall pay the Owner the sum set forth amount on which the interest may accrue is timely, hereinabove as liquidated damages per day for each late, wrongfully withheld, or an assessment of and every calendar day of unexcused delay in damages of any kind. achieving final completion beyond the date set forth herein for final completion of the Work. Any sums due and payable hereunder by the Contractor shall be payable, not as a penalty, but as liquidated damages representing an estimate of delay damages likely to be sustained by the Owner,estimated at or before the time of executing this Contract. When the Owner reasonably believes that final completion will be inexcusably delayed,the Owner shall be entitled, but not required, to withhold from any amounts otherwise due the Contractor an amount then believed by the Owner to be adequate to recover CITY OF COPPELL• PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL,TEXAS 75019 Page 29 BID Q-0516-01 Exterior Wall Waterproofing and Window Flashing ARTICLE VI cause of such stoppage will be eliminated or corrected, then the Owner may, without prejudice to THE OWNER any other rights or remedies the Owner may have against the Contractor, proceed to carry out the 6.1 INFORMATION,SERVICES AND THINGS subject Work. In such a situation, an appropriate Change Order shall be issued deducting from the REQUIRED FROM OWNER Contract Price the cost of correcting the subject deficiencies, plus compensation for the Architect's 6.1.1 The Owner shall furnish to the additional services and expenses necessitated Contractor,at the time of executing this Contract,any thereby, if any. If the unpaid portion of the Contract and all written and tangible material in its possession Price is insufficient to cover the amount due the concerning conditions below ground at the site of the Owner,the Contractor shall pay the difference to the Project. Owner. Such written and tangible material is furnished to the Contractor only in order to make complete disclosure of such material and for no other purpose. By ARTICLE VII furnishing such material, the Owner does not represent,warrant, or guarantee its accuracy either in THE CONTRACTOR whole, in part, implicitly or explicitly, or at all, and shall have no liability therefor. The Owner shall also 7.1 The Contractor is again reminded of its furnish surveys, legal limitations and utility locations continuing duty set forth in Subparagraph 1.5.7. The (if known),and a legal description of the Project site. Contractor shall perform no part of the Work at any time without adequate Contract Documents or, as 6.1.2 Excluding permits and fees normally appropriate, approved Shop Drawings, Product Data the responsibility of the Contractor, the Owner shall or Samples for such portion of the Work. If the obtain all approvals,easements, and the like required Contractor performs any of the Work knowing it for construction and shall pay for necessary involves a recognized error, inconsistency or assessments and charges required for construction, omission in the Contract Documents without such use or occupancy of permanent structures or for notice to the Architect, the Contractor shall bear permanent changes in existing facilities. responsibility for such performance and shall bear the cost of correction. 6.1.3 The Owner shall furnish the Contractor, free of charge, one copy of the Contract Documents 7.2 The Contractor shall perform the Work for execution of the Work. strictly in accordance with this Contract. 6.2 RIGHT TO STOP WORK 7.3 The Contractor shall supervise and direct the Work using the Contractor's best skill, 6.2.1 If the Contractor persistently fails or effort and attention. The Contractor shall be refuses to perform the Work in accordance with this responsible to the Owner for any and all acts or Contract, or if the best interests of the public health, omissions of the Contractor,its employees and others safety or welfare so require,the Owner may order the engaged in the Work on behalf of the Contractor. Contractor to stop the Work,or any described portion thereof, until the cause for stoppage has been 7.3.1 The Contractor shall give adequate corrected, no longer exists, or the Owner orders that attention to the faithful prosecution of the Work and Work be resumed. In such event,the Contractor shall the timely completion of this Contract,with authority immediately obey such order. to determine the manner and means of performing such Work, so long as such methods insure timely 6.3 OWNER'S RIGHT TO PERFORM WORK completion and proper performance. 6.3.1 If the Contractor's Work is stopped by 7.3.2 The Contractor shall exercise all the Owner under Paragraph 6.2, and the Contractor appropriate means and measures to insure a safe and fails within seven (7) days of such stoppage to secure jobsite in order to avoid and prevent injury, provide adequate assurance to the Owner that the damage or loss to persons or property. CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL,TEXAS 75019 Page 30 BID Q-0516-01 Exterior Wall Waterproofing and Window Flashing 7.4 WARRANTY bound by the provisions of this Subparagraph 7.6.2 as though such individuals had been listed above. 7.4.1 The Contractor warrants to the Owner that all labor furnished to progress the Work under 7.7 The Contractor,within fifteen(15)days of this Contract will be competent to perform the tasks commencing the Work, shall submit to the Owner undertaken, that the product of such labor will yield and the Architect for their information, the only first-class results, that materials and equipment Contractor's schedule for completing the Work. The furnished will be of good quality and new unless Contractor's schedule shall be revised no less otherwise permitted by this Contract, and that the frequently than monthly(unless the parties otherwise Work will be of good quality, free from faults and agree in writing) and shall be revised to reflect defects and in strict conformance with this Contract. conditions encountered from time to time and shall All Work not conforming to these requirements may be related to the entire Project. Each such revision be considered defective. shall be furnished to the Owner and the Architect. Failure by the Contractor to strictly comply with the 7.5 The Contractor shall obtain and pay for provisions of this Paragraph 7.7 shall constitute a all permits, fees and licenses necessary and ordinary material breach of this Contract. for the Work. The Contractor shall comply with all lawful requirements applicable to the Work and shall 7.8 The Contractor shall continuously give and maintain any and all notices required by maintain at the site, for the benefit of the owner and applicable law pertaining to the Work. the Architect, one record copy of this Contract marked to record on a current basis changes, 7.6 SUPERVISION selections and modifications made during construction. Additionally, the Contractor shall 7.6.1 The Contractor shall employ and maintain at the site for the Owner and Architect the maintain at the Project site only competent approved Shop Drawings,Product Data, Samples and supervisory personnel. Absent written instruction other similar required submittals. Upon final from the Contractor to the contrary, the completion of the Work, all of these record superintendent shall be deemed the Contractor's documents shall be delivered to the Owner. authorized representative at the site and shall be authorized to receive and accept any and all 7.9 SHOP DRAWINGS,PRODUCT communications from the Owner or the Architect. DATA AND SAMPLES 7.6.2 Key supervisory personnel assigned by the Contractor to this Project are as follows: 7.9.1 Shop Drawings, Product Data, Samples and other submittals from the Contractor do not NAME FUNCTION constitute Contract Documents. Their purpose is merely to demonstrate the manner in which the Contractor intends to implement the Work in conformance with information received from the Contract Documents. 7.9.2 The Contractor shall not perform any portion of the Work requiring submittal and review of Shop Drawings, Product Data or Samples unless and until such submittal shall have been approved by the Architect. Approval by the Architect, however, shall not be evidence that Work installed pursuant So long as the individuals named above remain thereto conforms with the requirements of this actively employed or retained by the Contractor,they Contract. shall perform the functions indicated next to their names unless the Owner agrees to the contrary in writing. In the event one or more individuals not listed above subsequently assume one or more of those functions listed above, the Contractor shall be CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL,TEXAS 75019 Page 31 BID Q-0516-01 Exterior Wall Waterproofing and Window Flashing 7.10 CLEANING THE SITE INCLUDING CLAIMS AND DAMAGES ARISING IN WHOLE OR IN PART FROM THE AND THE PROJECT NEGLIGENCE OF OWNER, WITHOUT, HOWEVER, WAIVING ANY GOVERN-MENTAL 7.10.1 The Contractor shall keep the site IMMUNITY AVAILABLE TO THE OWNER reasonably clean during performance of the Work. UNDER TEXAS LAW AND WITHOUT WAIVING Upon final completion of the Work, the Contractor ANY DEFENSES OF THE PARTIES UNDER shall clean the site and the Project and remove all TEXAS LAW. THE PROVISIONS OF THIS waste, rubbish, temporary structures, and other INDEMNI-FICATION ARE SOLELY FOR THE materials together with all of the Contractor's BENEFIT OF THE PARTIES HERETO AND NOT property therefrom. Contractor shall dispose of all INTENDED TO CREATE OR GRANT ANY refuse at a Texas Natural Resource Conservation RIGHTS, CONTRACTUAL OR OTHERWISE, TO Commission approved landfill. The Contractor shall ANY OTHER PERSON OR ENTITY. IT IS THE further restore all property damaged during the EXPRESSED INTENT OF THE PARTIES TO THIS prosecution of the Work and shall leave the site in a AGREEMENT THAT THE INDEMNITY clean and presentable condition. No additional PROVIDED FOR IN THIS CONTRACT IS AN payment shall be made by the Owner for this work, INDEMNITY EXTENDED BY CONTRACTOR TO the compensation having been considered and INDEMNIFY AND PROTECT OWNER FROM included in the contract price. THE CONSEQUENCES OF THE CONTRACTOR'S AS WELL AS THE OWNER'S 7.11 ACCESS TO WORK AND INSPECTIONS NEGLIGENCE, WHETHER SUCH NEGLIGENCE IS THE SOLE OR PARTIAL CAUSE OF ANY 7.11.1 The Owner and the Architect shall have SUCH INJURY, DEATH, OR DAMAGE. IN access to the Work at all times from commencement ADDITION, CONTRACTOR SHALL OBTAIN of the Work through final completion. The AND FILE WITH OWNER CITY OF COPPELL A Contractor shall take whatever steps necessary to STANDARD CERTIFICATE OF INSURANCE provide access when requested. When reasonably AND APPLICABLE POLICY ENDORSEMENT requested by the Owner or the Architect, the EVIDENCING THE REQUIRED COVERAGE Contractor shall perform or cause to be performed AND NAMING THE OWNER CITY OF COPPELL such testing as may be necessary or appropriate to AS AN ADDITIONAL INSURED ON THE insure suitability of the jobsite or the Work's REQUIRED COVERAGE. compliance with the Contract requirements. All overtime incurred by the City for inspection services shall be paid by the Contractor. If not paid, such cost 7.12.2 The Contractor will secure and maintain may be deducted from partial payments." Contractual Liability insurance to cover this j indemnification agreement that will be primary and 7.12 INDEMNITY AND DISCLAIMER non-contributory as to any insurance maintained by the Owner for its own benefit, including self- 7.12.1 OWNER SHALL NOT BE LIABLE insurance. In addition, Contractor shall obtain and OR RESPONSIBLE FOR, AND SHALL BE file with Owner City of Coppell a Standard INDEMNIFIED, DEFENDED, HELD HARMLESS Certificate of Insurance and applicable policy AND RELEASED BY CONTRACTOR FROM endorsement evidencing the required coverage and AND AGAINST ANY AND ALL SUITS, naming the Owner City of Coppell as an additional ACTIONS, LOSSES, DAMAGES, CLAIMS, OR insured on the required coverage. LIABILITY OF ANY CHARACTER, TYPE, OR DESCRIPTION,INCLUDING ALL EXPENSES OF 7.12.3 In claims against any person or entity LITIGATION, COURT COSTS, AND indemnified under this Paragraph 7.12 by an ATTORNEY'S FEES FOR INJURY OR DEATH TO employee of the Contractor, a Subcontractor, anyone ANY PERSON, OR INJURY OR LOSS TO ANY directly or indirectly employed by them or anyone for PROPERTY, RECEIVED OR SUSTAINED BY whose acts they may be liable, the indemnification ANY PERSON OR PERSONS, INCLUDING THE obligation under this Paragraph 7.12 shall not be CONTRACTOR, OR PROPERTY, ARISING OUT limited by a limitation on amount or type of damages, OF, OR OCCASIONED BY, DIRECTLY OR compensation or benefits payable by or for the INDIRECTLY, THEW PERFORMANCE OF Contractor or a Subcontractor under workers' CONTRACTOR UNDER THIS AGREEMENT, CITY OF COPPELL•PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL,TEXAS 75019 Page 32 BID Q-0516-01 Exterior Wall Waterproofing and Window Flashing compensation acts, disability benefit acts or other appropriate to insure a safe and secure jobsite and employee benefit acts. m shall require its subcontractors to comply with this requirement. The Contractor shall immediately 7.13 NONDISCRIMINATION comply with any and all safety requirements imposed by the Architect during the progress of the Work. 7.13.1 The Contractor shall not discriminate in any way against any person, employee or job 7.16 WARNING DEVICES AND BARRICADES applicant on the basis of race, color, creed, national original, religion, age, sex, or disability where 7.16.1 The Contractor shall furnish and maintain reasonable accommodations can be effected to enable such warning devices, barricades, lights, signs, the person to perform the essential functions of the pavement markings, and other devices as may be job. The Contractor shall further insure that the necessary or appropriate or required by the Architect foregoing nondiscrimination requirement shall be to protect persons or property in, near or adjacent to made a part and requirement of each subcontract on the jobsite, including . No separate compensation this Project. shall be paid to the Contractor for such measures. Where the Work is being conducted in, upon or near 7.14 PREVAILING WAGE RATES streets, alleys, sidewalks, or other rights-of-way, the Contractor shall insure the placement, maintenance 7.14.1 The Contractor shall comply in all and operation of any and all such warning devices as respects with all requirements imposed by any laws, may be required by the City of Coppell and shall do ordinances or resolutions applicable to the Project so until no longer required by the City. Such devices with regard to the minimum prevailing wage rates for shall be in compliance with and conform to the all classes of employees, laborers, subcontractors, manual and specifications for the uniform system of mechanics, workmen and persons furnishing labor traffic control devices adopted by the Texas and services to the Project. The City of Coppell has Department of Transportation. adopted a Prevailing Wage Rate Schedule, available to the Contractor by request, which specifies the 7.17 PROTECTION OF UTILITIES classes and wage rates to be paid to all persons. The Contractor shall pay not less than the minimum wage AND OTHER CONTRACTORS rates established thereby for each class, craft or type of labor, workman, or mechanic employed in the 7.17.1 The Contractor shall use best efforts to execution of this Contract. The failure of the leave undisturbed and uninterrupted all utilities and Contractor to comply with this requirement shall utility services provided to the jobsite or which result in the forfeiture to the City of Coppell of a sum presently exists at, above or beneath the location of not less than Sixty Dollars ($60.00) for each where the Work is to be performed. In the event that person per day,or portion thereof,that such person is any utility or utility service is disturbed or damaged paid less than the prevailing rate. Upon request by during the progress of the Work,the Contractor shall the Owner, Contractor shall make available for forthwith repair, remedy or restore the utility at inspection and copying its books and records, Contractor's sole expense. including but not limited to its payroll records, account information and other documents as may be 7.17.2 The Contractor understands and required by the Owner to insure compliance with this acknowledges that other contractors of the Owner or provision. of other entities may be present at the jobsite performing other work unrelated to the Project. The 7.15 JOB SITE SAFETY PRECAUTIONS Contractor shall use best efforts to work around other contractors without impeding the work of others 7.15.1 The Contractor shall at all times while still adhering to the completion date established exercise reasonable precautions for the safety of its herein. In the event that the Contractor's work is or employees, laborers, subcontractors, mechanics, may be delayed by any other person, the Contractor workmen and others on and near the jobsite and shall shall immediately give notice thereof to the Architect comply with all laws, ordinances, regulations, and and shall request a written Change Order in standards of federal, state and local safety laws and accordance with the procedures set forth by this regulations. The Contractor shall provide such Contract. The Contractor's failure to provide such machinery guards, safe walk-ways, ladders, bridges, notice and to request such Change Order shall and other safety devices as may be necessary or CITY OF COPPELL• PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL,TEXAS 75019 Page 33 BID Q-0516-01 Exterior Wall Waterproofing and Window Flashing constitute a waiver of any and all claims associated render written or graphic interpretations necessary for therewith. the proper execution or progress of the Work with reasonable promptness on request of the Contractor. 8.2.4 The Architect will review the ARTICLE VIII Contractor's Applications for Payment and will certify to the Owner for payment to the Contractor, CONTRACT ADMINISTRATION those amounts then due the Contractor as provided in this Contract. 8.1 THE ARCHITECT 8.2.5 The Architect shall have authority to 8.1.1 When used in this Contract the term reject Work which is defective or does not conform "Architect" does not necessarily denote a duly to the requirements of this Contract. If the Architect licensed,trained or certified architect; as used herein, deems it necessary or advisable, the Architect shall the term shall be used interchangeably and shall have authority to require additional inspection or mean a designated Architect, Engineer, or Contract testing of the Work for compliance with Contract Administrator (who may not be an architect or requirements. engineer)for the Owner, said person to be designated or redesignated by the Owner prior to or at any time 8.2.6 The Architect will review and approve, during the Work hereunder. The Architect may be an or take other appropriate action as necessary, employee of the Owner or may be retained by the concerning the Contractor's submittals including Owner as an independent contractor but, in either Shop Drawings, Product Data and Samples. Such event,the Architect's duties and authority shall be as review, approval or other action shall be for the sole set forth hereinafter. The Contractor understands and purpose of determining conformance with the design agrees that it shall abide by the decisions and concept and information given through the Contract instructions of the Architect notwithstanding the Documents. contractual relationship between the Owner and Architect. All of the Owner's instructions to the 8.2.7 The Architect will prepare Change Contractor shall be through the Architect. Orders and may authorize minor changes in the Work by Field Order as provided elsewhere herein. In the event the Owner should find it necessary or convenient to replace the Architect, the Owner shall 8.2.8 The Architect shall, upon written retain a replacement Architect and the status of the request from the Contractor, conduct inspections to replacement Architect shall be that of the former determine the date of Substantial Completion and the Architect. date of final completion, will receive and forward to the Owner for the Owner's review and records, 8.2 ARCHITECT'S ADMINISTRATION written warranties and related documents required by this Contract and will issue a final Certificate for 8.2.1 The Architect,unless otherwise directed Payment upon compliance with the requirements of by the Owner in writing, will perform those duties this Contract. and discharge those responsibilities allocated to the Architect as set forth in this Contract. The Architect 8.2.9 The Architect's decisions in matters shall be the Owner's representative from the effective relating to aesthetic effect shall be final if consistent date of this Contract until final payment has been with the intent of this Contract. made. 8.3 CLAIMS BY THE CONTRACTOR 8.2.2 The Owner and the Contractor shall communicate with each other in the first instance 8.3.1 The Architect shall determine all claims through the Architect. and matters in dispute between the Contractor and Owner with regard to the execution, progress, or 8.2.3 The Architect shall be the initial sufficiency of the Work or the interpretation of the interpreter of the requirements of the drawings and Contract Documents, including but not limited to the specifications and the judge of the performance plans and specifications. Any dispute shall be thereunder by the Contractor. The Architect shall submitted in writing to the Architect within seven(7) days of the event or occurrence or the first CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL,TEXAS 75019 Page 34 BID Q-0516-01 Exterior Wall Waterproofing and Window Flashing appearance of the condition giving rise to the claim assumes all risks and additional costs associated or dispute who shall render a written decision within therewith. a reasonable time thereafter. The Architect's decisions shall be final and binding on the parties. In 8.3.4 CLAIMS FOR ADDITIONAL COSTS-If the the event that either party objects to the Architect's Contractor wishes to make a claim for an increase in determination as to any submitted dispute, that party the Contract Price, as a condition precedent to any shall submit a written objection to the Architect and liability of the Owner therefor, the Contractor shall the opposing party within ten (10) days of receipt of give the Architect written notice of such claim within the Architect's written determination in order to seven (7) days after the occurrence of the event, or preserve the objection. Failure to so object shall the first appearance of the condition, giving rise to constitute a waiver of the objection for all purposes. such claim. Such notice shall be given by the Contractor before proceeding to execute any 8.3.2 Pending final resolution of any claim of additional or changed Work. The failure by the the Contractor, the Contractor shall diligently Contractor to give such notice and to give such notice proceed with performance of this Contract and the prior to executing the Work shall constitute a waiver Owner shall continue to make payments to the of any claim for additional compensation. Contractor in accordance with this Contract. 8.3.4.1 In connection with any claim by the 8.3.3 CLAIMS FOR CONCEALED, LATENT OR Contractor against the Owner for compensation in UNKNOWN CONDITIONS - The Contractor expressly excess of the Contract Price, any liability of the represents that it has been provided with an adequate Owner for the Contractor's costs shall be strictly opportunity to inspect the Project site and thoroughly limited to direct costs incurred by the Contractor and review the Contract Documents and plans and shall in no event include indirect costs or specifications prior to submission of its bid and the consequential damages of the Contractor. The Owner's acceptance of the bid. Subject to the Owner shall not be liable to the Contractor for claims conditions hereof, Contractor assumes full of third parties,including Subcontractors.The Owner responsibility and risk for any concealed, latent or shall not be liable to the Contractor for any claims unknown condition which may affect the Work. No based upon delay to the Contractor for any reason claims for extra work or additional compensation whatsoever including any act or neglect on the part of shall be made by Contractor in connection with the Owner. concealed, latent or unknown conditions except as expressly provided herein. Should concealed, latent 8.3.5 CLAIMS FOR ADDITIONAL TIME- If the or unknown conditions encountered in the Contractor is delayed in progressing any task which performance of the Work(a)below the surface of the at the time of the delay is then critical or which ground or (b) in an existing structure be at variance during the delay becomes critical,as the sole result of with the conditions indicated by this Contract, or any act or neglect to act by the Owner or someone should unknown conditions of an unusual nature acting in the Owner's behalf, or by changes ordered differing materially from those ordinarily in the Work, unusual delay in transportation, encountered in the area and generally recognized as unusually adverse weather conditions not reasonably inherent in Work of the character provided for in this anticipated, fire or any causes beyond the Contract, be encountered, the Contract Price shall be Contractor's control, then the date for achieving equitably adjusted by Change Order upon the written Substantial Completion of the Work shall be notice and claim by either party made within seven extended upon the written notice and claim of the (7) days after the first observance of the condition. Contractor to the Owner and the Architect, for such As a condition precedent to the Owner having any reasonable time as the Architect may determine. Any liability to the Contractor for concealed or unknown notice and claim for an extension of time by the conditions, the Contractor must give the Owner and Contractor shall be made not more than seven (7) the Architect written notice of, and an opportunity to days after the occurrence of the event or the first observe, the condition prior to disturbing it. The appearance of the condition giving rise to the claim failure by the Contractor to make the written notice and shall set forth in detail the Contractor's basis for and claim as provided in this Subparagraph shall requiring additional time in which to complete the j constitute a waiver by the Contractor of any claim Project. In the event the delay to the Contractor is a arising out of or relating to such concealed, latent or continuing one, only one notice and claim for unknown condition and the Contractor thereby additional time shall be necessary. If the Contractor fails to make such claim as required in this CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL,TEXAS 75019 Page 35 BID Q-0516-01 Exterior Wall Waterproofing and Window Flashing Subparagraph, any claim for an extension of time 9.2 AWARD OF SUBCONTRACTS shall be waived. The procedures and remedies provided by this provision shall be the sole remedy of 9.2.1 Upon execution of the Contract, the Contractor and Contractor shall not assert nor be Contractor shall furnish the Owner, in writing, the entitled to any additional delays or damages names of persons or entities proposed by the associated therewith. Contractor to act as a Subcontractor on the Project. The Owner shall promptly reply to the Contractor, in 8.4 FIELD ORDERS writing, stating any objections the Owner may have to such proposed Subcontractor. The Contractor 8.4.1 The Architect shall have authority to shall not enter into a subcontract with a proposed order minor changes in the Work not involving a Subcontractor with reference to whom the Owner has change in the Contract Price or in Contract Time and made timely objection. The Contractor shall not be not inconsistent with the intent of the Contract. Such required to subcontract with any party to whom the changes shall be effected by Field Order and shall be Contractor has objection. binding upon the Contractor. The Contractor shall carry out such Field Orders promptly. 9.2.2 All subcontracts shall afford the Contractor rights against the Subcontractor which 8.5 MEDIATION correspond to those rights afforded to the Owner against the Contractor herein, including those rights 8.5.1 In the event that a dispute arises under afforded to the Owner by Subparagraph 12.2.1 the terms of this Contract, following an adverse below. All subcontracts shall incorporate by determination by the Architect and proper reference the provisions hereof and shall provide that preservation of the issue as required herein, the no claims, causes or demands shall be made by any parties agree to submit to mediation. In such event, Subcontractor against the Owner. the parties shall agree to a designated person to serve as mediator and each party shall be responsible for 9.2.3 The Contractor shall indemnify, defend payment of one-half of the total mediation fees. The and hold harmless the Owner from and against any parties shall submit the dispute to mediation as soon and all claims, demands, causes of action, damage, as practical and in no event later than one (1) year and liability asserted or made against the Owner by after the Architect's written decision on the matter. or on behalf of any Subcontractor. At least one designated representative of each party must attend and participate in good faith in an effort to resolve the matters in dispute. ARTICLE X 8.5.2 In no event shall the foregoing provision justify or authorize any delay in the CHANGES IN THE WORK progress of the Work; the parties shall abide by the decision of the Architect in accomplishing the timely 10.1 CHANGES PERMITTED completion of the Project. 10.1.1 Changes in the Work within the general scope of this Contract, consisting of additions, deletions,revisions,or any combination thereof,may ARTICLE IX be ordered without invalidating this Contract, by Change Order or by Field Order. SUBCONTRACTORS 10.1.2 Changes in the Work shall be 9.1 DEFINITION performed under applicable provisions of this Contract and the Contractor shall proceed promptly 9.1.1 A Subcontractor is an entity which has a with such changes. direct contract with the Contractor to perform a portion of the Work. No Subcontractor shall be in 10.2 CHANGE ORDER DEFINED privity with the Owner. 10.2.1 Change Order shall mean a written order to the Contractor executed by the Owner and CITY OF COPPELL• PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL,TEXAS 75019 Page 36 BID Q-0516-01 Exterior Wall Waterproofing and Window Flashing the Architect, issued after execution of this Contract, payments on account shall be made to the Contractor authorizing and directing a change in the Work or an on the Architect's Certificate for Payment. adjustment in the Contract Price or the Contract Time, or any combination thereof. The Contract 10.3.3 If unit prices are provided in the Price and the Contract Time may be changed only by Contract, and if the quantities contemplated are so written Change Order. changed in a proposed Change Order that application of such unit prices to the quantities of Work proposed 10.3 CHANGES IN THE CONTRACT PRICE will cause substantial inequity to the Owner or to the Contractor, the applicable unit prices shall be 10.3.1 Any change in the Contract Price equitably adjusted. resulting from a Change Order shall be determined as follows: (a)by mutual agreement between the Owner 10.4 MINOR CHANGES and the Contractor as evidenced by(1)the change in the Contract Price being set forth in the Change 10.4.1 The Architect shall have authority to Order,(2)such change in the Contract Price,together order minor changes in the Work not involving a with any conditions or requirements related thereto, change in the Contract Price or an extension of the being initialed by both parties and (3) the Contract Time and not inconsistent with the intent of Contractor's execution of the Change Order, or(b) if this Contract. Such minor changes shall be made by no mutual agreement occurs between the Owner and written Field Order, and shall be binding upon the the Contractor, then, as provided in Subparagraph owner and the Contractor. The Contractor shall 10.3.2 below. promptly carry out such written Field Orders. 10.3.2 If no mutual agreement occurs between 10.5 EFFECT OF EXECUTED the Owner and the Contractor as contemplated in Subparagraph 10.3.1 above, the change in the CHANGE ORDER Contract Price,if any,shall then be determined by the Architect on the basis of the reasonable expenditures 10.5.1 The execution of a Change Order by the or savings of those performing, deleting or revising Contractor shall constitute conclusive evidence of the the Work attributable to the change, including, in the Contractor's agreement to the ordered changes in the case of an increase or decrease in the Contract Price, Work, this Contract as thus amended, the Contract a reasonable allowance for direct job site overhead Price and the Contract Time. The Contractor, by and profit. In such case,the Contractor shall present, executing the Change Order, waives and forever in such form and with such content as the Owner or releases any claim against the Owner for additional the Architect requires, an itemized accounting of time or compensation for matters relating to or such expenditures or savings, plus appropriate arising out of or resulting from the Work included supporting data for inclusion in a Change Order. within or affected by the executed Change Order. Reasonable expenditures or savings shall be limited to the following: reasonable costs of materials, 10.6 NOTICE TO SURETY;CONSENT supplies, or equipment including delivery costs, reasonable costs of labor, including social security, 10.6.1 The Contractor shall notify and obtain old age and unemployment insurance, fringe benefits the consent and approval of the Contractor's surety required by agreement or custom, and workers' with reference to all Change Orders if such notice, compensation insurance, reasonable rental costs of consent or approval are required by the Contractor's machinery and equipment exclusive of hand tools surety or by law. The Contractor's execution of the whether rented from the Contractor or others, Change Order shall constitute the Contractor's reasonable costs of premiums for all bonds and warranty to the Owner that the surety has been insurance, permit fees, and sales, use or other taxes notified of and consents to, such Change Order and i related to the Work, and reasonable cost of direct the surety shall be conclusively deemed to have been supervision and jobsite field office overhead directly notified of such Change Order and to have expressly attributable to the change. In no event shall any consented thereto. expenditure or savings associated with the Contractor's home office or other non jobsite overhead expense be included in any change in the Contract Price. Pending final determination of reasonable expenditures or savings to the Owner, CITY OF COPPELL• PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL,TEXAS 75019 Page 37 BID Q-0516-01 Exterior Wall Waterproofing and Window Flashing ARTICLE XI duty of the Contractor to specifically correct the Work. UNCOVERING AND CORRECTING WORK 11.3 OWNER MAY ACCEPT DEFECTIVE 11.1 UNCOVERING WORK OR NONCONFORMING WORK 11.1.1 If any of the Work is covered contrary to the Architect's request or to any provisions of this 11.3.1 If the Owner chooses to accept Contract, it shall, if required by the Architect or the defective or nonconforming Work, the Owner may Owner, be uncovered for the Architect's inspection do so. In such event, the Contract Price shall be and shall be properly replaced at the Contractor's reduced by the greater of(a) the reasonable cost of expense without change in the Contract Time. removing and correcting the defective or I nonconforming Work,and(b)the difference between 11.1.2 If any of the Work is covered in a the fair market value of the Project as constructed and manner not inconsistent with Subparagraph 11.1.1 the fair market value of the Project had it not been above, it shall, if required by the Architect or Owner, constructed in such a manner as to include defective be uncovered for the Architect's inspection. If such or nonconforming Work. If the remaining portion of Work conforms strictly with this Contract, costs of the unpaid Contract Price, if any, is insufficient to uncovering and proper replacement shall by Change compensate the Owner for its acceptance of defective Order be charged to the Owner. If such Work does or nonconforming Work, the Contractor shall, upon not strictly conform with this Contract, the written demand from the Owner,pay the Owner such Contractor shall pay the costs of uncovering and remaining compensation for accepting defective or proper replacement. nonconforming Work. 11.2 CORRECTING WORK ARTICLE XII 11.2.1 The Contractor shall immediately CONTRACT TERMINATION proceed to correct Work rejected by the Architect as defective or failing to conform to this Contract. The 12.1 TERMINATION BY THE CONTRACTOR Contractor shall pay all costs and expenses associated with correcting such rejected Work, including any 12.1.1 If the Work is stopped for a period of additional testing and inspections,and reimbursement ninety (90) days by an order of any court or other to the Owner for the Architect's services and public authority, or as a result of an act of the expenses made necessary thereby. Government, through no fault of the Contractor or any person or entity working directly or indirectly for 11.2.2 If within one (1) year after Substantial the Contractor, the Contractor may, upon ten (10) Completion of the Work any of the Work is found to days' written notice to the Owner and the Architect, be defective or not in accordance with this Contract, terminate performance under this Contract and the Contractor shall correct it promptly upon receipt recover from the Owner payment for the actual of written notice from the Owner. This obligation reasonable expenditures of the Contractor(as limited shall survive final payment by the Owner and in Subparagraph 10.3.2 above)for all Work executed termination of this Contract. With respect to Work and for materials, equipment, tools, construction first performed and completed after Substantial equipment and machinery actually purchased or Completion, this one year obligation to specifically rented solely for the Work, less any salvage value of correct defective and nonconforming Work shall be any such items. extended by the period of time which elapses between Substantial Completion and completion of 12.1.2 If the Owner shall persistently or the subject Work. repeatedly fail to perform any material obligation to the Contractor for a period of fifteen (15) days after 11.2.3 Nothing contained in this Paragraph receiving written notice from the Contractor of its 11.2 shall establish any period of limitation with intent to terminate hereunder, the Contractor may respect to other obligations which the Contractor has terminate performance under this Contract by written under this Contract. Establishment of the one year notice to the Architect and the Owner. In such event, time period in Subparagraph 11.2.2 relates only to the the Contractor shall be entitled to recover from the Owner as though the Owner had terminated the CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL,TEXAS 75019 Page 38 BID Q-0516-01 Exterior Wall Waterproofing and Window Flashing Contractor's performance under this Contract for (i) Contract prices for labor, materials, convenience pursuant to Subparagraph 12.2.1 equipment and other services hereunder. accepted under this Contract; 12.2 TERMINATION BY THE OWNER (ii) Reasonable costs incurred in preparing to perform and in 12.2.1 FOR CONVENIENCE performing the terminated portion of the Work, and in terminating the 12.2.1.1 The Owner may for any reason Contractor's performance, plus a fair whatsoever terminate performance under this and reasonable allowance for Contract by the Contractor for convenience. The overhead and profit thereon (such Owner shall give written notice of such termination profit shall not include anticipated to the Contractor specifying when termination profit or consequential damages), becomes effective. provided however, that if it appears that the Contractor would have not 12.2.1.2 The Contractor shall incur no further profited or would have sustained a obligations in connection with the Work and the loss if the entire Contract would have Contractor shall stop Work when such termination been completed, no profit shall be becomes effective. The Contractor shall also allowed or included and the amount terminate outstanding orders and subcontracts. The of compensation shall be reduced to Contractor shall settle the liabilities and claims reflect the anticipated rate of loss, if arising out of the termination of subcontracts and any; orders. The Owner may direct the Contractor to assign the Contractor's right, title and interest under (iii)Reasonable costs of settling and terminated orders or subcontracts to the Owner or its paying claims arising out of the designee. termination of subcontracts or orders pursuant to Subparagraph 12.2.1.2 of 12.2.1.3 The Contractor shall transfer title and this Paragraph. These costs shall not deliver to the Owner such completed or partially include amounts paid in accordance completed Work and materials, equipment, parts, with other provisions hereof. fixtures, information and Contract rights as the Contractor has. The total sum to be paid the Contractor under this Subparagraph 12.2.1 shall not exceed the total 12.2.1.4 (a) The Contractor shall submit a Contract Price, as properly adjusted, reduced by the termination claim to the Owner and amount of payments otherwise made, and shall in no the Architect specifying the amounts event include duplication of payment. due because of the termination for convenience together with costs, 12.2.2 FOR CAUSE pricing or other data required by the Architect. If the Contractor fails to 12.2.2.1 If the Contractor persistently or file a termination claim within one(1) repeatedly refuses or fails to prosecute the Work in a year from the effective date of timely manner, abandons the jobsite and fails to termination, the Owner shall pay the resume work within five (5) days of written notice Contractor, an amount derived in thereof by the Owner,fails to grant or allow access to accordance with subparagraph (c) the jobsite by the Owner or Architect, fails to supply below. enough properly skilled workers, supervisory personnel or proper equipment or materials, fails to (b) The Owner and the Contractor may make prompt payment to Subcontractors or for agree to the compensation,if any,due materials or labor, persistently disregards laws, to the Contractor hereunder. ordinances, rules, regulations or orders of any public authority having jurisdiction,or otherwise is guilty of (c) Absent agreement to the amount due a violation of a material provision of this Contract, to the Contractor, the Owner shall then the Owner may by written notice to the pay the Contractor the following Contractor, without prejudice to any other right or amounts: remedy, terminate the employment of the Contractor CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL,TEXAS 75019 Page 39 BID Q-0516-01 Exterior Wall Waterproofing and Window Flashing and take possession of the site and of all materials, 13.2 TYPES AND AMOUNTS OF equipment, tools, construction equipment and machinery thereon owned by the Contractor and may CONTRACTOR'S INSURANCE finish the Work by whatever methods it may deem expedient. In such case, the Contractor shall not be 13.2.1. The Contractor shall furnish and entitled to receive any further payment until the maintain during the life of the contract adequate Work is finished. Worker's Compensation and Commercial General Liability (Public) Insurance in such amounts as 12.2.2.2 If the unpaid balance of the Contract follows: Price does not exceed the cost of finishing the work, including compensation for the Architect's additional Type of Insurance Amount services and expenses made necessary thereby, such difference shall be paid by the Contractor to the Worker's Compensation as set forth in the Worker's Owner. This obligation for payment shall survive the Compensation Act. termination of the Contract. Commercial General $1,000,000 Each 12.2.2.3 In the event the employment of the Accident/Occurrence. Contractor is terminated by the Owner for cause pursuant to Subparagraph 12.2.2 and it is Liability(Public) $1,000,000 Aggregate subsequently determined by a Court of competent $1,000,000 Products& jurisdiction that such termination was without cause, Completed Operations such termination shall thereupon be deemed a Aggregate. Termination for Convenience under Subparagraph 12.2.1 and the provisions of Subparagraph 12.2.1 Owner's Protective $600,000 per occurrence shall apply. Liability Insurance $1,000,000 aggregate Excess/Umbrella Liability$1,000,000 per occurrence ARTICLE XIII w/drop down coverage INSURANCE 13.1 CONTRACTOR SHALL Endorsement CG 2503 Amendment Aggregate Limit of Insurance per MAINTAIN INSURANCE Project or Owner's and Contractor's Protective 13.1.1 The Contractor at his own expense shall Liability Insurance for the purchase, maintain and keep in force during the life Project. of this contract, adequate insurance that will protect the Contractor and/or any Additional Insured from Automobile Liability $500,000 Combined claims which may arise out of or result from single limit per operations under this contract.The insurance required occurrence. shall provide adequate protections from all claims, whether such operations be by the Contractor or by 13.3 ADDITIONAL INSURED any Additional Insured or by any Subcontractor or by anyone directly or indirectly employed by any of The Owner shall be named as an additional insured them, or by anyone whose acts of any of them may on the Commercial General Liability (Public), be liable and from any special hazards, such as Owner's Protective Liability, and Excess/Umbrella blasting, which may be encountered in the Liability Insurance Policies furnished by the performance of this contract in the amounts as shown Contractor. below in Paragraph 13.2.1. 13.4 WRITTEN NOTIFICATION 13.1.2 The Contractor shall not commence work on any Contract in the City of Coppell until the Each insurance policy shall contain a provision Contractor has obtained all the insurance required requiring that thirty (30) days prior to expiration, under this paragraph and such insurance has been cancellation, non-renewal or any material change in approved by the City. coverage, a notice there of shall be given by certified CITY OF COPPELL•PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL,TEXAS 75019 Page 40 BID Q-0516-01 Exterior Wall Waterproofing and Window Flashing mail to the Division of Purchasing, City of Coppell, (4) obtain from each person providing 255 Parkway Blvd.,Coppell,Texas,75019. services on a project, and provide to the governmental entity: 13.5 PREMIUMS AND ASSESSMENTS (A) a certificate of coverage, prior to that Companies issuing the insurance policies shall have person beginning work on the project, no recourse against the City for payment of any so the governmental entity will have premiums or assessments for any deductibles which on file certificates of coverage are at the sole responsibility and risk of the showing coverage for all persons Contractor. providing services on the project;and (B) no later than seven days after receipt 13.6 CERTIFICATE OF INSURANCE by the contractor, a new certificate of coverage showing extension of Proof that the insurance is in force shall be furnished coverage, if the coverage period to the City on City of Coppell Standard Certificate of shown on the current certificate of Insurance Forms. In the event any insurance policy coverage ends during the duration of shown on the Certificate of Insurance has an the project; expiration date that is prior to the completion and final acceptance of the project by the City of Coppell, (5) retain all required certificates of coverage the contractor shall furnish the City proof of identical on file for the duration of the project and continued coverage no later than thirty(30)days prior for one year thereafter; to the expiration date shown on the Certificate of Insurance. (6) notify the governmental entity in writing by certified mail or personal delivery, 13.7 PRIMARY COVERAGE within 10 days after the contractor knew The coverages provided herein shall be primary and or should have known, of any change that noncontributory with any other insurance maintained materially affects the provision of by the City of Coppell, Texas, for its benefit, coverage of any person providing services including self insurance. on the project; 13.8 WORKER'S COMPENSATION (7) post a notice on each project site INSURANCE COVERAGE informing all persons providing services on the project that they are required to be 13.8.1 The Contractor shall: covered, and stating how a person may verify current coverage and report failure (1) provide coverage for its employees to provide coverage. This notice does not providing services on a project, for the satisfy other posting requirements duration of the project based on proper imposed by the Act or other commission reporting of classification codes and rules. This notice must be printed with a payroll amounts and filing of any title in at least 30 point bold type and text coverage agreements; in at least 19 point normal type, and shall be in both English and Spanish and any (2) provide a certificate of coverage showing other language common to the worker workers' compensation coverage to the population. The text for the notices shall governmental entity prior to beginning be the following text provided by the work on the project; Texas Worker's Compensation Comm- ission on the sample notice, without any (3) provide the governmental entity prior to additional words or changes: the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown REQUIRED WORKERS'COMPENSATION on the contractor's current certificate of COVERAGE coverage ends during the duration of the project; "The law requires that each person working on this site or providing services related to this construction CITY OF COPPELL•PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL,TEXAS 75019 Page 41 BID Q-0516-01 Exterior Wall Waterproofing and Window Flashing project must be covered by workers' compensation showing extension of the insurance. This includes persons providing, hauling, coverage period, if the or delivering equipment or materials, or providing coverage period shown on labor or transportation or other service related to the the current certificate of project,regardless of the identity of their employer or coverage ends during the status as an employee." duration of the project; "Call the Texas Workers' Compensation Commission (F) retain all required certificates of at 512-440-3789 to receive information on the legal coverage on file for the duration of requirement for coverage, to verify whether your the project and for one year employer has provided the required coverage, or to thereafter; report an employer's failure to provide coverage." (G) notify the governmental entity in and writing by certified mail or personal delivery, within 10 days (8) contractually require each person with after the person knew or should whom it contracts to provide services on a have known, of any change that project,to: materially affects the provision of coverage of any person providing (A) provide coverage based on proper services on the project;and reporting of classification codes and payroll amounts and filing of (H) contractually require each other any coverage agreements for all of person with whom it contracts, to its employees providing services on perform as required by sub- the project, for the duration of the paragraphs (A) - (H) of this project; paragraph, with the certificate of coverage to be provided to the (B) provide a certificate of coverage to person for whom they are the contractor prior to that person providing services. beginning work on the project; (C) include in all contracts to provide ARTICLE XIV services on the project the language in subsection(e)(3)of this rule; MISCELLANEOUS (D) provide the Contractor, prior to the 14.1 LAWS AND ORDINANCES end of the coverage period, a new certificate of coverage showing 14.1.1 The Contractor shall at all times and in extension of coverage, if the all respects observe and comply with all federal,state coverage period shown on the and local laws,ordinances,and regulations applicable current certificate of coverage ends to the Project and Work. The Contractor shall further during the duration of the project; insure that all Subcontractors observe and comply with said laws,ordinances and regulations. (E) obtain from each other person with whom it contracts, and provide to 14.2 GOVERNING LAW the Contractor: 14.2.1 The Contract shall be governed by the (i) a certificate of coverage, laws of the State of Texas. Venue for any causes of prior to the other person action arising under the terms or provisions of this beginning work on the Contract or the Work to be performed hereunder shall project;and be in the courts of Dallas County,Texas. (ii) prior to the end of the coverage period, a new certificate of coverage CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL,TEXAS 75019 Page 42 BID Q-0516-01 Exterior Wall Waterproofing and Window Flashing • 14.3 SUCCESSORS AND ASSIGNS shall not affect the validity or enforceability of the remaining terms, provisions and parts, and this 14.3.1 The Owner and Contractor bind Contract shall be read as if the invalid, void or themselves, their successors, assigns and legal unenforceable portion had not be included herein. representatives to the other party hereto and to successors, assigns and legal representatives of such 14.6 AMENDMENTS other party in respect to covenants, agreements and obligations contained in this Contract. The 14.6.1 This Contract may be amended by the Contractor shall not assign this Contract without parties only by a written agreement duly executed by written consent of the Owner. both parties. The failure of the Owner to object to any nonperformance or nonconforming work or to 14.4 SURETY BONDS enforce any provision hereof shall in no event be regarded as or construed to be a waiver, release or 14.4.1 If the Contract Price exceeds the sum of modification of any term or provision in this $50,000.00, the Contractor shall furnish separate Contract, nor shall such failure to object or enforce performance and payment bonds to the Owner, estop the Owner from insisting on strict compliance according to the requirements set out in the bid with this Contract or from recovering damages, costs documents and state statutes to guaranty full and or expenses arising as a result of such faithful performance of the Contract and the full and nonperformance or nonconforming work. final payment of all persons supplying labor or materials to the Project. Each bond required by the 14.7 NOTICES bid documents or state statute shall set forth a penal sum in an amount not less than the Contract Price. 14.6.1 All notices required by this Contract Each bond furnished by the Contractor shall shall be presumed received when deposited in the incorporate by reference the terms of this Contract as mail properly addressed to the other party or fully as though they were set forth verbatim in such Architect at the address set forth herein or set forth in bonds. In the event the Contract Price is adjusted by a written designation of change of address delivered Change Order executed by the Contractor, the penal to all parties and the Architect. sum of both the performance bond and the payment bond shall be deemed increased by like amount. The performance and payment bonds furnished by the Contractor shall be in form suitable to the Owner and shall be executed by a surety, or sureties, reasonably suitable to the Owner and authorized to do business in the State of Texas by the State Board of Insurance. 14.4.2 If the Contract Price exceeds the sum of $50,000.00, the Contractor, upon execution of the Contract and prior to commencement of the Work, shall furnish to the Owner a two-year maintenance bond in the amount of one hundred percent(100%)of the Contract Price covering the guaranty and maintenance prescribed herein, written by an approved surety authorized and duly licensed to conduct business in the State of Texas. The cost of said maintenance bond shall be included in the Contractor's unit bid prices and shall be paid by the Contractor. 14.5 SEVERABILITY 14.5.1 The provisions of this Contract are herein declared to be severable; in the event that any term, provision or part hereof is determined to be invalid, void or unenforceable, such determination CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL,TEXAS 75019 Page 43 BID Q-0516-01 Exterior Wall Waterproofing and Window Flashing EXECUTED in single or multiple originals,this day of ,20 . CITY OF COPPELL CONTRACTOR: APPROVED: City Manager (Signature) (Type/Print Name and Title) ATTEST: (Street Address) City Secretary (City/State/Zip) ATTEST: CITY OF COPPELL• PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL,TEXAS 75019 Page 44 BID Q-0516-01 Exterior Wall Waterproofing and Window Flashing CORPORATE ACKNOWLEDGMENT THE STATE OF COUNTY OF BEFORE ME, the undersigned authority, a Notary Public in and for said County and State, on this day personally appeared: (Print Name) (Print Title) of , the Contractor designated hereinabove, known to me to be the person and officer whose name is subscribed to the foregoing instrument and acknowledged to me that the same was the act of the said Contractor, a corporation,that he was duly authorized to perform the same by appropriate resolution of the board of directors of such corporation and that he executed the same as the act and deed of such corporation for the purposes and consideration therein expressed,and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this the day of ,A.D.,20_. Notary Public In and For County, My Commission expires: CITY MANAGER'S ACKNOWLEDGMENT THE STATE OF TEXAS COUNTY OF DALLAS BEFORE ME,the undersigned authority, a Notary Public in and for said County and State, on this day personally appeared the undersigned, City Manager of the City of Coppell, Texas, a municipal corporation, known to me to be the person and officer whose name is subscribed to the foregoing instrument and acknowledged to me that the same was the act of the said City of Coppell, Texas, a municipal corporation, that he/she was duly authorized to perform the same by appropriate resolution of the City Council of the City of Coppell and that he/she executed the same as the act of the said City for purpose and consideration therein expressed, and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of ,A.D., 20 Notary Public in and for the State of Texas My Commission expires: CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL,TEXAS 75019 Page 45 BID Q-0516-01 Exterior Wall Waterproofing and Window Flashing PERFORMANCE BOND STATE OF TEXAS § COUNTY OF DALLAS § KNOW ALL MEN BY THESE PRESENTS: That whose address is hereinafter called Principal, and a corporation organized and existing under the laws of the State of and fully licensed to transact business in the State of Texas, as Surety, are held and firmly bound unto the CITY OF COPPELL, TEXAS a municipal corporation organized and existing under the laws of the State of Texas, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called "Owner", in the penal sum of dollars ($ ) in lawful money of the United States, to be paid in Dallas County, Texas, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors jointly and severally, firmly by these presents. This Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement which reduces the Contract price decrease the penal sum of this Bond. THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal entered into a certain Contract with the City of Coppell,the Owner, dated the day of , 20 , which is made a part hereof by reference, for the construction of certain public improvements that are generally described as follows: Construction of the: Exterior Wall Restoration and Window Flashing At City of Coppell Facilities Building 265 Parkway Boulevard Coppell,Texas 75019 Project No. DR Bid No. Q-0516-01 NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill all of the undertakings, covenants, terms, conditions and agreements of said Contract in accordance with the plans, specifications and Contract documents during the original term thereof and any extension thereof which may be granted by the Beneficiary, with or without notice to the Surety, and during the life of any guaranty or warranty required under this Contract, and shall also well and truly perform and fulfill all the undertakings, covenants,terms, conditions and agreements of any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby waived; and, if the Principal shall repair and/or replace all defects due to faulty materials and workmanship that appear within a period of one (1) year from the date of final completion and final acceptance of the Work by Owner; and, if the Principal shall fully indemnify and save harmless the Beneficiary from all costs and damages which Beneficiary may suffer by reason of failure to so perform herein and shall fully reimburse and repay Beneficiary all outlay and expense which the Beneficiary may CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL,TEXAS 75019 Page 46 1 BID Q-0516-01 Exterior Wall Waterproofing and Window Flashing incur in making good any default of deficiency, then this obligation shall be void; otherwise, it shall remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive Venue shall lie in Dallas County, Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to Contract or to the Work performed thereunder, or the specifications accompanying the same shall in anyway affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work or to the Specifications. This Bond is given pursuant to the provisions of Article 5160 of Vernon's Annotated Civil Statutes, and any other applicable statues of the State of Texas. The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Tarrant County or Dallas County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7.19-1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF,this instrument is executed in copies, each one of which shall be deemed an original,this,the day of ., 20 PRINCIPAL SURETY By: By: Title _ Title: ATTEST: ATTEST: The Resident Agent of the Surety in Dallas or Denton County, Texas, for delivery of notice and service of the process is: NAME: ADDRESS NOTE: Date of Pelformance Bond must be date of Contract If Resident Agent is not a corporation,give a person's name. CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL,TEXAS 75019 Page 47 BID Q-0516-01 Exterior Wall Waterproofing and Window Flashing PAYMENT BOND STATE OF TEXAS § COUNTY OF DALLAS § KNOW ALL MEN BY THESE PRESENTS: That whose address is hereinafter cal led Principal, and , a corporation organized and existing under the laws of the State of and fully licensed to transact business in the State of Texas, as Surety, are held and firmly bound unto the CITY OF COPPELL, TEXAS a municipal corporation organized and existing under the laws of the State of Texas, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called "Owner", in the penal sum of dollars ($ ) in lawful money of the United States, to be paid in Dallas County, Texas, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors jointly and severally, firmly by these presents. This Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement which increases the Contract price,but in no event shall a Change Order or Supplemental Agreement which reduces the Contract price decrease the penal sum of this Bond. THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal entered into a certain Contract with the City of Coppell,the Owner, dated the day of , 20 , which is made a part hereof by reference, for the construction of certain public improvements that are generally described as follows: Construction of the: Exterior Wall Restoration and Window Flashing At City of Coppell Facilities Building 265 Parkway Boulevard Coppell,Texas 75019 Project No. Bid No. Q-0516-01 NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and/or material in the prosecution of the Work provided for in said Contract and any and all duly authorized modifications of said Contract that may hereafter be made. notice of which modification to the Surety is hereby expressly waived; the this obligation shall be void; otherwise it shall remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive Venue shall lie in Dallas County, Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to Contract or to the Work performed thereunder, or the Plans, Specifications, Drawings, etc., accompanying the same, shall in anywise affect its obligation on this Bond, and it does hereby waive notice of any such CITY OF COPPELL• PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL,TEXAS 75019 Page 48 BID Q-0516-01 Exterior Wall Waterproofing and Window Flashing change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder. This Bond is given pursuant to the provisions of Article 5160 of Vernon's Annotated Civil Statutes, and any other applicable statues of the State of Texas. The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Tarrant County or Dallas County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7.19-1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instrument is executed in copies, each one of which shall be deemed an original,this,the day of ., 20_ PRINCIPAL SURETY By: By: Title _ Title: ATTEST: ATTEST: The Resident Agent of the Surety in Dallas or Denton County, Texas, for delivery of notice and service of the process is: NAME: ADDRESS NOTE: Date of Payment Bond must be date of Contract If Resident Agent is not a corporation,give a person's name. CITY OF COPPELL• PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL,TEXAS 75019 Page 49 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell,Texas DOCUMENT 00 41 13 BID FORM FOR BID NUMBER 0-0516-01 CITY OF COPPELL FACILITIES BUILDING 265 PARKWAY BOULEVARD, COPPELL, TEXAS 75019 EXTERIOR WALL WATERPROOFING AND WINDOW FLASHING PROJECT NUMBER: 15.01511 BID DATE: Thursday,May 26, 2016 at 2:00p.m. BID TO: Purchasing Department BID FROM: City of Coppell P. O. Box 9478 Coppell, TX 75019 The undersigned Bidder declares that he has familiarized himself with the site, dimensions, and all conditions affecting the work. After having examined the Instructions to Bidders, Conditions of Contract, Specifications,Drawings, and Bidding Documents,the Bidder accepts them as sufficient for the purpose,and agrees to contract with City of Coppell to furnish all labor,materials,warranties,and incidentals necessary to do the work specified or indicated in the Drawings for the amounts listed below: Line Item Bids shall include the total lump-sum cost all work items, associated labor, materials, insurance, bonding costs, and other contractor costs. Refer to the Drawings and Specifications for the Work to be included. LINE ITEM BID #1: Exterior Wall Waterproofing and Window Flashing and associated work on the South,North,East and West Elevations Utilizing Solvent Based Repellant: Dollars ($ ) ALTERNATE LINE ITEM BID #1: Exterior Wall Waterproofing and Window Flashing and associated work on the South, North, East and West Elevations Utilizing Water Based Repellant: Dollars ($ ) LINE ITEM BID #2: Removal of existing sheet metal parapet coping, installation of flashing membrane and reinstallation of parapet coping at South, North, East and West Elevations: Dollars ($ ) LINE ITEM BID #3: Removal of brick veneer, at base of perimeter walls installation of through wall flashing and reinstallation of brick veneer at base of wall at South, North, East and West Elevations: Dollars ($ ) 15.01511 BID FORM 00 41 13 - 1 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell,Texas TOTAL COST OF LINE ITEM BIDS 1, 2 AND 3: (Provide Lowest of Line Item Bid #1 and Alternate Line Item Bid#1: Dollars($ SUBCONTRACTORS: The undersigned Bidder has predicated his Bid costs on and plans for each of the following work items to be performed by the listed firm (List your firm or the name of the subcontracting firm proposed for the work): Demolition: Masonry Removal: Flashing Installation: Sealant Installation: Repellent Installation: Painting Work: Other: Note: The bidding contractor shall coordinate the work of all trades on this project. It shall be the responsibility of the contractor to schedule subcontracted trades as to their portion of work. The contractor shall also be required to coordinate the work of the contract with the work of other contractors being executed simultaneously. UNIT PRICES: The Bidder agrees, if concealed unit items are found to be defective and at the opinion of the Consultant and Owner require replacing, or additional work, then the following unit prices for replacing existing deteriorated, damaged, or otherwise identified items shall be used to adjust the Contract Amount. Unit pricing shall apply only to concealed conditions and not to Work otherwise defined by the Contract. The Contract includes an Allowance from which to pay for work covered by unit pricing. Unit pricing shall include all fees,permits, bonding costs, insurance, and related costs to achieve completed work within the scope and requirements of the Contract. 1. Additional cost over above the contract amount for masonry tuckpointing: $ Lin. Ft. 2. Additional cost over and above the contract amount for Removal,replacement of individual damaged brick: $ each See Section 01 22 99 Unit Prices 3. Suspension of All Work: Cost per day per entire work crew when Owner cannot allow work due to facility functions and prior arrangements between Owner and Contractor have not been agreed and documented: $ per work day of entire crew 4. Overtime Work: Additional cost over and above the contract amount for weekend or overtime work requested by Owner and approved in writing in advance by the Owner. $ per man hr. 15.01511 BID FORM 00 41 13 -2 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell,Texas INSURANCE AND BONDS: If the undersigned Bidder is notified of the acceptance of this Bid and intent to award a Contract, he agrees to provide within ten working days the required insurance coverage and the required bonds. In addition, he agrees to execute the Contract for the agreed compensations on the forms referenced in the Bidding Documents, for the Work referenced in the Project Manual and Drawings. TIME OF PERFORMANCE: The Contractor agrees that all Work described for the Base Bid, and Alternate Bid Items (assuming alternate bid items are awarded) shall reach Substantial Completion within 180 calendar days. After receipt of a Notice to Proceed or Letter of Authorization is issued from the Owner. LIQUIDATED DAMAGES: In agreeing to the Time of Performance noted above, the Contractor has noted that consequential damages shall be assessed$350.00 for each calendar day if required work for Substantial Completion, in accordance with the contractor's Pre-Contract Schedule, has not been achieved by the required completion dates as potentially adjusted due to bad weather days, Owner-imposed delays, and conditions beyond the Contractor's control (as determined by the Consultant). ACKNOWLEDGMENT OF ADDENDA: Acknowledgment is made of the following addenda: Addendum No. 1 -Date Issued: Initial: Addendum No. 2 -Date Issued: Initial: Addendum No. 3 -Date Issued: Initial: Addendum No. 4-Date Issued: Initial: OWNER'S AGREEMENT FORM: Prior to signing and submitting this bid, the bidder agrees that he has read the General Conditions of the Contract and the Owner's Agreement Form. If awarded the Contract, the bidder agrees that he will execute the Agreement for construction on the Owner's Agreement Form,without change or alternation to that form. BID AMOUNTS: Bid amounts as stated above include all sales taxes and any other taxes for labor, materials,and appliances to and upon which the taxes are levied,all permit costs,incidental costs, and bonding and insurance costs. The total costs are included in each of the line-item bid amounts and in all alternate bids amounts listed above. 15.01511 BID FORM 00 41 13 -3 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell,Texas BIDDERS UNDERSTANDING: Bidders agree that the Owner has the right to accept or reject any or all bids,to waive informalities,to consider the ability to meet an acceptable construction schedule more important than lowest bid, and is not obligated to award to the Contractor with the lowest bid. Respectfully submitted, Signature of Officer of Company Printed or Typed Name of Signatory Title of Signatory Company Name Company Street Address Company City, State, and Zip Code ( ) Area Code Telephone Number ( ) * Seal (If Bidder is a Corporation) Area Code Facsimile Number END OF BID FORM 15.01511 BID FORM 00 41 13 - 4 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell,Texas DOCUMENT 00 65 19.13 CONTRACTOR'S PARTIAL RELEASE AND WAIVER OF LIEN STATE OF ) COUNTY OF )KNOW ALL MEN BY THESE PRESENTS: WHEREAS, ("Contractor") has entered into that certain Contract (the "Contract") dated with City of Coppell in connection with construction of the Facilities Building Exterior Wall Waterproofing and Window Flashing at 265 Parkway Blvd., Coppell, Texas 75019, and made a part hereof(such facility, related improvements, and real property are hereinafter collectively called the "Project"); NOW, THEREFORE, for good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged: 1. Contractor confirms that, under the Contract,the total contract price is $ , of which amount$ has heretofore been paid, leaving a balance due of$ 2. Contractor certifies that attached hereto as Exhibit B is a complete and accurate list of the names and addresses of all subcontractors,material suppliers and other parties who have furnished labor, supplies, equipment, material and/or services of all kinds, types, or character ("labor and/or material") to the Contractor in connection with the Project or the Contract; the nature of such labor and/or material, the contract price therefore, and the amounts heretofore paid and the balance due to such parties. 3. Contractor by these presents does hereby waive, release and relinquish claims and liens of all types,including mechanic's and materialman's liens(statutory or constitutional),kind or character that Contractor has or ever may have against City of Coppell or the Project,in any manner arising out of work or delivery of materials heretofore performed in connection with the Contract by Contractor or anyone claiming by,through, or under Contractor. 4. Contractor agrees to indemnify and save City of Coppell,their subsidiaries,and affiliated entities and their respective directors, officers, employees, agent, successors and assignees harmless of and from all loss, damages, suits, expenses (including attorneys' fees), liens, claims, liabilities, demands, costs and causes of action whatsoever which may have heretofore arisen or should hereafter arise by reason of liens or claims of parties who has furnished or supplied(or claims to have furnished or supplied) labor, supplies, equipment, material or services of all kinds,types of character in connection with the Project or the Contract, whether or not such party is listed on Exhibit B. 15.01511 PARTIAL RELEASE AND WAIVER OF LIEN 00 65 19.13 - 1 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell, Texas IN WITNESS WHEREOF, Contractor has duly executed this contractor's Partial Release and Waiver of Lien as of the day of , 2016. By: STATE OF ) COUNTY OF ) SS. On before me, the undersigned, a Notary Public in and for said County and State personally known to me (or proved on the basis of satisfactory evidence) to be the person who executed the within instrument as of the corporation that executed the within instrument, and acknowledged to me that such corporation executed within instrument pursuant to its by-laws or a resolution of its board of directors. WITNESS my hand and official seal. Notary Public My commission expires: END OF DOCUMENT 15.01511 PARTIAL RELEASE AND WAIVER OF LIEN 00 65 19.13 -2 1 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell, Texas DOCUMENT 00 65 19.14 CONTRACTOR'S FINAL RELEASE AND WAIVER OF LIEN STATE OF ) COUNTY OF )KNOW ALL MEN BY THESE PRESENTS: WHEREAS, ("Contractor") has entered into that certain Contract (the "Contract") dated with City of Coppell in connection with the construction of the Facilities Building Exterior Wall Waterproofing and Window Flashing at 265 Parkway Blvd., Coppell, Texas 75019, and made a part hereof(such facility, related improvements, and real property are hereinafter collectively called the "Project"); NOW, THEREFORE, for good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged: 1. Contractor by these presents does hereby waive, release and relinquish claims and liens of all types, including mechanic's and material supplier's liens (statutory or constitutional), kind or character that Contractor has or ever may have against City of Coppell or the Project, in all manner arising out of work or delivery of materials performed in connection with the Contract by Contractor or anyone claiming by,through or under Contractor. 2. Contractor certifies that each party who has furnished or supplied labor, supplies, equipment, material,or services of all kinds,types or character in connection with the Project or the Contract as a subcontractor, mechanic, materialman, or supplier of Contractor has been paid in full sums owing or to become owing to such party for such labor, supplies, equipment, material, and services. Contractor further agrees to indemnify and save City of Coppell, its parents, their subsidiaries, and affiliated entities and their respective directors, officers, employees, agents, successors, and assigns harmless of and from loss,damages, suits, expenses(including attorneys' fees), liens, claims, liabilities, demands, cost, and causes of action whatsoever which may have heretofore arisen or which may hereafter arise by reason of liens or claims of subcontractors, mechanics, materialmen, or suppliers in connection with (or alleged to be in connection) the contract or the Project. 3. Contractor agrees to indemnify and save City of Coppell, its parents, their subsidiaries, and affiliated entities and their respective directors, officers, employees, agents, successors and assigns harmless of and from loss, damages, suits, expenses, (including attorneys' fee), liens, claims, liabilities, demands, costs, and causes of action whatsoever which may have heretofore arisen or which may hereafter arise by reason of liens or claims of parties who have furnished or supplied (or claims to have furnished or supplied) labor, supplies, equipment, material, or services of all kinds,types or character in connection with the Project or the Contract,whether or not such party is listed on Exhibit B. 15.01511 FINAL RELEASE AND WAIVER OF LIEN 00 65 19.14 - 1 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell,Texas IN WITNESS WHEREOF, Contractor has duly executed this Contractor's Final Release and Waiver of Lien as of the of , 2016. By: STATE OF ) COUNTY OF ) SS. On before me, the undersigned, a Notary Public in and for said County and State personally known to me (or proved on the basis of satisfactory evidence)to be the person who executed the within instrument as of the corporation that executed the within instrument, and acknowledged to me that such corporation executed within instrument pursuant to its by-laws or a resolution of its board of directors. WITNESS my hand and official seal. Notary Public My commission expires: END OF DOCUMENT 15.01511 FINAL RELEASE AND WAIVER OF LIEN 00 65 19.14 -2 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell, Texas SECTION 01 11 13 SUMMARY OF WORK PART 1 - GENERAL 1.01 SECTION INCLUDES: A. This SECTION includes an overview of Work required for this Exterior Wall Waterproofing and Window Flashing Project; removal and replacement of parapet sheet metal coping; installation of parapet waterproof membrane; removal and replacement of base of wall masonry veneer and installation of through wall flashing. B. Work included in this project shall be bid as individual line items. Each line item can be awarded or not awarded without affecting the cost of other line item bids. Bidders are required to bid all line items. It is contemplated that Work awarded shall be awarded to a single contractor who meets the requirements of this Project Manual. C. This SECTION includes an overview of the Work and requirements for this project. Refer to the drawings for a specific scope of work. D. Information in this SECTION supplements information listed on drawings and requirements of individual specification sections and shall not be considered to reduce or limit requirements of drawings or individual specification sections. 1.02 WORK COVERED BY CONTRACT DOCUMENTS: A. Work in this project includes, but is not limited to, overhead protection, scaffolding and/or rigging to access areas of work; cleaning of masonry veneer;tuckpointing of masonry veneer; removal and replacement of window perimeter sealants; removal and replacement of masonry veneer at window openings; installation of window flange flashing; installation of masonry lintels; and painting of steel lintels. Additional work as noted in the Contract Documents and as required to complete specified work shall also be required. B. The Contract includes unit pricing to assist in addressing unforseen and concealed conditions discovered during the course of performing the Work. Bidders are required to include unit pricing on the Bid Form for inclusion in the Contract. 1.03 RELATED SECTIONS: A. All sections in the Project Manual are related to this Summary of Work. Refer to the Table of Contents for a listing. 1.04 WEATHER PROTECTION: A. Upon beginning Work, Contractor shall take full responsibility for water penetration into the building as a result of his work. B. Contractor shall have at the work site a sufficient amount of moisture-proof coverings to provide quick temporary protection to open or unfinished areas of work in the event of a rapid change in the weather. 15.01511 SUMMARY OF WORK 01 11 13 - 1 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell, Texas 1.05 CONTRACTOR'S USE OF PREMISES: A. Confine operations at site to areas permitted by Law, Ordinances,Permits,and to Limits of the Contract as indicated in the Contract Documents and subsequent project meetings. B. Do not unreasonably encumber site with materials or equipment. C. Do not load structure in a manner or with weight that will endanger structure. D. Assume full responsibility for protection and safekeeping of products stored on premises. E. Move stored products which interfere with operations of Owner. F. Obtain and pay for use of additional storage or work areas needed for operations. This shall extend to providing temperature-controlled storage areas when required. G. Coordinate use of premises under the direction of the Owner's Project Manager. H. Contractor shall be responsible for monitoring the use of premises by Contractor's employees and subcontractors. I. Assume full responsibility for the protection and safekeeping of Products under this Contract stored on the site. Store materials and products only in those areas indicated for staging and storage. J. Protect landscape, sidewalks, pavements, curbs, utilities and other public or private property subject to damage by work under this Contract. Repair or replace existing work or site amenities damaged by the Contractor. 1. Care shall extend to work areas, storage areas, set up areas, and all related areas. K. Limit use of site for Work and storage as follows: 1. Restrict Work to areas indicated on Drawings or otherwise approved by Owner. 2. This is a downtown site and no space is available for ground storage. 3. Access site in areas approved by Owner's Project Manager. 4. Traffic: Conduct site work operations to assure minimum interference with roads, streets, walks, and other adjacent, occupied or used facilities. Do not close or obstruct streets, walks, or other occupied or used facilities without permission from authorities having jurisdiction. 5. Restrict debris removal to areas of building site approved by Owner's Project Manager. 6. Restrict location of construction scaffolding to areas approved by Owner's Project Manager. 7. Contractor shall present safety plan prior to commencing work. Include in bid costs safety procedures associated with materials, equipment, and procedures to instigate and enforce safety plan. 8. If necessary, provide traffic control protective barriers when removing debris, when unloading new materials prior to hoisting, and at times when vehicular traffic needs to be diverted. 15.01511 SUMMARY OF WORK 01 11 13 -2 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell,Texas 9. Maintain fire lane around building by removing traffic control barriers when not required for safety. 10. Remove ladders, lifts, hoists, cranes, and other access equipment when not in use. At end of each day's operations, store moveable rigging or swing stage equipment as directed by Owner. L. Maintenance of Access and Operations: 1. Do not perform operations that interrupt or delay Owner's daily operations. 2. Maintain access to existing building, facilities, parking, streets, and walkways; especially fire lanes. 3. Schedule demolition and renovation operations with Owner's Project Manager to allow Owner operations to continue with minimum interruption. 4. During period of construction, do not obstruct exit ways of Owner-occupied areas. M. Maintenance of Existing Services: 1. Do not disrupt existing utility services to existing buildings. 2. Maintain environmental control in existing buildings, especially temperature, humidity, and dust control. 3. Provide temporary lines and connections as required to maintain existing mechanical and electrical services in buildings. 4. Conduit or piping shall be temporarily disconnected as coordinated with Owner's Project Manager to rework or relocate for a period of time coordinated with Owner's Project Manager on an individual basis. Maintain heating or cooling operations as coordinated with Owner's Project Manager during these operations. 5. Notify Owner's Project Manager a minimum of seven (7) days prior to each required interruption of mechanical or electrical service in building. These interruptions shall be only at times and for lengths of time as approved by Owner's Project Manager. In no event shall interruption occur without prior approval of the Owner's Project Manager. N. Building Access: 1. Contractor shall have access to building interior in an emergency or as pre-arranged with Owner's Project Manager. 2. The contractor shall have the option of using scaffolding the full height of the building or providing other types of exterior rigging. O. Facilities and Controls: 1. Provide facilities required to access areas to receive work and to protect workers, employees, guests,passersby, and others at the site during the course of work. Provide in accordance with SECTION 01500,OSHA,and in compliance with local,state,and federal standards. P. Protection of existing improvements: 1. Provide protection necessary to prevent damage to existing improvements indicated or required to remain in place. 2. Protect improvements on adjoining properties and on Owner's property. 3. Restore damaged improvements to their original condition, as acceptable to parties having jurisdiction. 15.01511 SUMMARY OF WORK 01 11 13 -3 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell, Texas Q. The contractor shall provide a full-time superintendent to manage the work, coordinate with the Owner's Project Manager, meet the Owner's Project Manager when required, and perform primary quality control supervision during the duration of the project. The superintendent shall have management responsibilities and shall not be part of the work crews. The contractor shall additionally provide additional management personnel and staff and additional project site foreman to assure that work proceeds properly. 1.06 OWNER OCCUPANCY: A. Owner shall occupy premises during entire period of construction for the conduct of normal, daily operations. Cooperate with Owner's Project Manager in all construction operations to minimize conflict and to facilitate Owner usage. B. Contractor shall conduct his operations so as to assure least inconvenience to Owner's operations. C. Contractor shall take precautions to avoid excessive noise or vibration that would disturb Owner's operations. When directed by Owner's Project Manager, Contractor shall perform certain operations at designated time of day or night in order to minimize disturbance to Owner's operations. 1. Upon request by Owner's Project Manager or designated Owner's representatives, the Contractor shall suspend work in specific areas and move operations to another area of the building until a time coordinated with Owner's Project Manager. D. Contractor shall take necessary precautions to assure a watertight condition in the areas work is being performed to the building during construction. 1.07 HOURS OF WORK: A. Work shall be permitted during the hours of 8:00 a.m.to 6:00 p.m. B. Hours of work shall be coordinated with the Owner's Project Manager and shall be adjusted as required with site conditions. C. Work can be performed on weekends when coordinated in advance with Owner's Project Manager. D. Contractor shall include necessary overtime work on weekends and other items as required to complete the work within the Contract Time. E. When Contractor is directed by the Owner's Project Manager to perform specific work at specific overtime hours, Owner agrees to reimburse Contractor for the additional cost. Contractor shall provide the cost for overtime work requested by the Owner's Project Manager in the space provided on the Bid Form. 15.01511 SUMMARY OF WORK 01 11 13 - 4 1 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell, Texas F. When Owner's operations unexpectedly prevent Work operations during times Work was anticipated to be performed and the Contractor's forces cannot be assigned to other Work, the Contractor shall be reimbursed for time and expenses in accordance with costs included on the Bid Form or otherwise negotiated during the course of work. 1.08 PROJECT MEETINGS: A. Pre-construction: Meeting with window and entrance system manufacturers' authorized representatives, Owner, Facility Representative, and Architect to review proposed procedures and to establish basic administrative procedures. B. Progress: Meet periodically at Project site with Owner,Facility Representative,and Architect to maintain optimum degree of communications between duly interested parties. Meetings are anticipated to be conducted weekly. C. Intermediate Observation: Periodic review of work in progress by the Owner's Project Manager, Architect, or Owner's Representatives to observe quality and progress of work. These meetings shall not be required to be scheduled in advance and shall be conducted as often as desired by individuals representing those entities. 1.09 SUBMITTALS: A. Provide submittals as required by the Project Manual during progress of Work. B. Refer to SECTION 01 32 19. 1.10 QUALITY ASSURANCE: A. Exterior Wall Waterproofing and Window Flashing: This work shall be contracted by a firm having not less than five (5) years successful experience in comparable projects and skilled personnel shall be employed in each operation indicated. The contractor or subcontractor designated to perform specific work shall have a minimum of five(5)years' experience and be authorized by the specific manufacturer to install manufacturer's warranted systems. 1. Should the prime contractor choose to perform portions of the work with subcontractors, those subcontractors shall be approved by the Owner,Owner's Project Manager,Architect, and manufacturers of materials being installed by those subcontractors. The prime contractor shall submit with his bid a listing of proposed subcontractors and a letter from the manufacturers of warranted materials to be installed by those subcontractors that the subcontractor is approved for the installation of the manufacturer's materials for the level of warranty specified. At the completion of the project, the subcontractors who have performed the work shall be required to provide the same five-year contractor's warranty as is required of the prime contractor covering the portion of the work installed by that subcontractor. B. Verification: Prior to application of specified materials, the contractor shall have each respective material manufacturer inspect existing conditions to which his material is to be applied. Manufacturer shall then accept, modify, or reject the written specifications and conditions in writing to the Architect. Costs, if incurred for this service or field services, shall be paid by the Contractor and included in each line item cost. 15.01511 SUMMARY OF WORK 01 11 13 - 5 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell,Texas 1. No work or material delivery shall be allowed at the site until this written verification is received from specified manufacturers. C. Manufacturer's Field Services: The following applies to manufacturer's of materials being applied on this project which require warranties and/or are specified to have field services provided. Cost, if incurred for this service or field services, shall be paid by the Contractor and included in Base Bid costs. 1. During installation,the Contractor shall provide for the following on-site inspections by a technical representative of the respective material manufacturers specified to provide warranties and/or to provide field services. 2. One at pre-construction meeting,one at Contractor start-up,and site inspections during the entire construction period at intervals of two per month and maximum intervals of sixteen days. 3. As necessary during the contractor's preparation of test panels or sample installations to assist in developing the proper procedures to accomplish the intent of this Contract and the proper method of using the manufacturer's products. 4. Upon completion and within five (5) days of each specified manufacturer inspection, submit in writing to Architect, acceptance or rejection of previous work and conditions of application. Failure to conduct inspections and submit reports to Architect shall be cause for non-payment of progress payments to the Contractor and shall be cause for the Owner to issue a stoppage of work order until inspections are performed. No time extensions shall be awarded to the Contractor for delays caused by the manufacturer's failure to perform timely inspections. If reports are not received, it shall be assumed inspections have not been made. a. The purpose of these inspections is to give the Owner's Project Manager,Architect,and Owner verification that application techniques are appropriate. Inspection reports shall be addressed to the Architect and submitted to the Architect. 5. Upon completion of entire installation, provide a final inspection by each respective manufacturer to confirm that the respective system has been installed in accordance with the project specifications and the manufacturer's requirements. Provide a punch list and issue specified warranty. 6. Failure of the manufacturer to perform required inspections shall not relieve manufacturer of warranty responsibilities for both labor and materials to replace failed systems. 7. It shall be the Contractor's responsibility to assure that required inspections are performed by manufacturers and specified reports are submitted to the Architect. The Owner shall have the right to withhold payment should required inspections not be conducted and required reports of those inspections not be submitted to the Architect for review in a timely manner. 8. Manufacturer's inspections and reports shall be to protect the Owner's interests and the reports shall not be submitted to the Contractor for review and editing prior to submittal to the Architect. D. Prime (General) Contractor Warranty: Furnish a five (5) year warranty against all installed materials and labor, and against leaks and defects in materials and workmanship. Refer to SECTIONS 01 78 36, and 01 78 36.11. Prime contractor shall warrant all work performed in this Contract. 15.01511 SUMMARY OF WORK 01 11 13 - 6 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell, Texas 1. Work performed by a subcontractor shall be warranted in writing by that subcontractor for the same five year period as is required by the prime (general) contractor. If work is installed by a subcontractor,that work shall be included in the five year warranty provided by the prime contractor. E. Materials Manufacturers Warranties: Furnish as a minimum the system warranty included in each specification section agreeing to replace defective materials and workmanship, including leakage of water, abnormal aging or deterioration of respective materials,and other failures of materials to perform as required within warranty period. The warranty shall be a term type, no-dollar-limit warranty,without deductibles or limitations on coverage amount with costs for the warranties provided within the Base Bid costs. F. Prime Contractor and subcontractors shall be sufficiently experienced and financially sound to the satisfaction of the Owner, Owner's Project Manager, and Architect. G. Contractor, and subcontractor (when materials are being applied by a subcontractor) shall be previously authorized by manufacturers of products for issuance of manufacturers' labor and materials warranties for the specified terms and conditions. A letter from the manufacturer documenting this acceptability shall be submitted prior to the start of work at the site. A letter shall be submitted for the prime contractor with a separate letter for a subcontractor when materials are to be applied by subcontractor. H. The Contractor shall assign a full-time site superintendent to the project who is acceptable to the Owner, Owner's Project Manager, and Architect. This superintendent shall have a minimum of five years experience in similar work and shall have been in the employment of this Contractor for at least three years. 1. The name and qualifications of the superintendent shall be submitted for review and approval by the Owner, Owner's Project Manager, and Architect prior to the start of work at the site. 2. This superintendent shall be anticipated in the capacity of a full-time supervisor and shall not be anticipated to be available to perform work other than supervision,coordination,and quality control. 3. Additional supervisory staff shall be provided as required to supervise all aspects of the required work. 4. Site foreman shall be provided as required to adequately oversee and supervise each phase of work. 1.11 FIELD VERIFICATION: A. The Drawings and Specifications do not necessarily indicate or describe all work required for completion of the Project. Contractor shall provide and install all incidentals reasonably inferable from the Contract Documents that are required for a complete project. B. Provide items required for complete replacement, repair, renovation and finished waterproof systems including items not necessarily shown in these documents,but that can be reasonably inferred as being required for complete system. 15.01511 SUMMARY OF WORK 01 11 13 -7 1 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell, Texas C. Field measurements and quantity take-offs are required by contractors and subcontractors for bidding purposes and shall be the specific responsibility of each contractor and subcontractor. 1.12 RELATED REQUIREMENTS: A. Obtain documentation and building permits required by applicable governing authorities and pay applicable fees prior to commencing work on this Project. B. Post notices and warning signs required by applicable governing authorities. C. Perform work in accordance with local codes and ordinances. 1.13 SPECIAL CONDITIONS: A. Work shall be executed by mechanics skilled in their respective trades. Mechanics whose work is unsatisfactory to the Owner's Project Manager or who are considered by the Owner's Project Manager to be careless, incompetent, unskilled, or otherwise objectionable, shall be dismissed from work upon notice from the Owner's Project Manager to the Contractor. Dismissed personnel shall not be allowed to return to the site. B. The Owner shall provide temporary water and electrical power required for the work at no cost to the Contractor. The Contractor shall make necessary connections to existing water service. The Contractor shall also make required connections to power transformers at the building site as required to perform his work. Coordinate connections with the Owner's Project Manager. C. The contractor shall be responsible for furnishing storage buildings or trailers, temporary security fencing, bulletin boards, temporary fire protection, etc., as required to carry out construction operations. PART 2 -PRODUCTS - NOT USED PART 3 -EXECUTION 3.01 GENERAL: A. Surfaces to receive primers, sealants, surface rehabilitation, repair, special coatings, waterproofing membranes, paints, replacement materials, or other repair, replacement, finish, or waterproofing materials shall be cleaned in accordance with the methods and procedures of the specified material manufacturer of products to be applied, as a minimum. When the methods and procedures in these specifications are more stringent and restrictive, follow the specified procedures. B. Damage to surface mounted cables in conduit,exterior lighting, fire systems, or other features of the facility shall be Contractor's responsibility and shall be repaired or replaced at Contractor's expense. Contractor shall install protection for all trees to remain prior to start of Work. Protection shall be reviewed and approved by Chief Engineer prior to start of site set up or materials delivery. 15.01511 SUMMARY OF WORK 011113 -8 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell,Texas C. Should work performed by Contractor,or subcontractors under the guidance of the contractor, be found faulty and not in accordance with the specifications through inspections by the Manufacturer, Owner, Owner's Project Manager, or Architect, faulty work shall be removed and replaced at the responsibility of the contractor. After discovering continued faulty work, and after advising Contractor, to assure proper placement of remaining work, the Owner's Project Manager has the option of requiring full-time inspection of the Contractor's work by the Architect if other means fail to assure proper installation of the work. The additional cost of this full-time inspection shall be paid by the Owner and the amount shall be deducted by Change Order from the Contract amount of the Contractor's compensation. D. During bidding, contractors are invited and encouraged to conduct their own investigation to verify existing conditions and existing materials. Coordinate schedule with Owner's Project Manager and make professional repairs at test locations. E. For each building area, or specific item of work, the contractor shall perform the specified work to the requirements of the drawings, each individual specification section, and to the requirements of the Contract. END OF SECTION 15.01511 SUMMARY OF WORK 01 11 13 - 9 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell,Texas SECTION 0122 99 UNIT PRICES PART 1 - GENERAL 1.01 SUMMARY: A. The drawings and specifications included defined quantities of Work based on review, measurement, and verification of existing conditions. During demolition, it is anticipated that concealed conditions shall require additional Work to be identified and quantified upon discovery and brought to the attention of the Project Manager. B. This SECTION includes general definition of the unit price items and administrative and procedural requirements for unit prices. C. Related SECTIONS: The following SECTIONS contain requirements that relate to this SECTION: 1. DOCUMENT 00 41 13 -Bid Form 2. SECTION 01 32 33 - Construction Photographs 3. SECTION 01 78 39 -Project Record Documents 4. SECTION 02 41 13 - Selective Demolition 5. SECTION 04 01 20.91 -Masonry Restoration 1.02 DEFINITIONS: A. Unit price isan amount proposed by bidders, stated on the Bid Form, as a price per unit of measurement for materials or services added to or deducted from the Contract Sum by appropriate modification, if the estimated quantities of Work required by the Contract Documents are increased or decreased. 1.03 PROCEDURES: A. Unit prices include necessary material, plus cost for delivery, installation, insurance, overhead,profit, and applicable taxes. B. Measurement and Payment: Refer to Drawings and individual Specification SECTIONS for Work that requires establishment of unit prices. Methods of measurement and payment for unit prices are included in the drawings and specified in those SECTIONS. C. The Project Manager reserves the right to reject the Contractor's measurement of work-in- place that involves use of established unit prices, and to have this Work measured, at the Owner's expense,by an independent surveyor acceptable to the Contractor. D. The Contractor shall photograph work installed subject to unit pricing in accordance with SECTION 01 32 33. E. Schedule: A,,"Unit Price Schedule" is included at the end of this SECTION. Specification SECTIONS referenced in the Schedule contain requirements for materials described under each unit price. 15.01511 UNIT PRICES 01 22 99 - 1 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell,Texas PART 2 -PRODUCTS - Not Used PART 3 -EXECUTION 3.01 UNIT PRICE SCHEDULE: 1. Additional cost over and above the contract amount for tuckpointing of defective masonry mortar joints: $ per lin. ft. 2. Additional cost over and above the contract amount for remove and replace individual damaged, spalled, cracked, or broken brick: $ per each 3. Suspension of All Work: Cost per day per entire work crew when Owner cannot allow work due to facility functions and prior arrangements between Owner and Contractor have not been agreed and documented: $ per work crew day 4. Limited Suspension of Work: Cost per day per workman when Owner cannot allow complete Work operations due to facility functions, a portion of the work crew is not allowed to work, and prior arrangements between Owner and Contractor have not been agreed and documented: $ per man hr. END OF SECTION 15.01511 UNIT PRICES 01 22 99 -2 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell,Texas SECTION 01 25 13 SUBSTITUTIONS AND PRODUCT OPTIONS PART 1 -GENERAL 1.01 SECTION INCLUDES: A. Products list. B. Product options. C. Substitutions. 1.02 PRODUCTS LIST: A. Provide four copies of list of major products proposed for use to Architect within 15 days of Owner-Contractor Agreement. 1. Include names of manufacturers and installing subcontractors. 2. Tabulate products by specifications SECTION number,title, and article number. 3. For products specified by reference standards or description, give manufacturer, trade name, model or catalog designation, and reference standards. B. Architect shall reply in writing within 15 days stating whether there is reasonable objection to listed items. Failure to object to a listed item shall not constitute a waiver of requirements of Contract Documents. 1.03 PRODUCT OPTIONS: A. Products Specified by Reference Standard or by Description: Select Products meeting those standards or descriptions. B. Products Specified by Naming Several Products or Manufacturers: Select Products of manufacturers named and meeting specifications; no options; no substitutions. C. Products Specified by Naming One or More Products or Manufacturers with Provision for Substitutions: Submit request for substitution for products or manufacturers not named. D. Products Specified by Naming Only One Product or Manufacturer:No option; no substitution allowed, unless otherwise noted in specific specification SECTION. 1.04 SUBSTITUTIONS: A. During Bidding period, requests for substitutions of products or manufacturers from prime Contractors submitting bids shall not be considered prior to bid opening. 1. Requests received after Bid shall be reviewed, if not approved originally specified product shall be provided. 2. Requests received directly from manufacturers and material suppliers shall not be considered. 15.01511 SUBSTITUTIONS AND PRODUCT OPTIONS 01 25 13 - 1 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell,Texas B. Subsequent requests shall be considered only in case of product unavailability or other conditions beyond control of Contractor. C. Substitution Requests: Submit separate request for each substitution, supported by complete manufacturer's technical data and specifications, appropriate drawings, samples, and Material Safety Data Sheets, and including: 1. Identity of each product by specification SECTION and article number. 2. Substitute product trade name, grade and model or catalog number; manufacturer's name and address; reference standards; names and address of similar projects on which product was used and dates of installation; color charts and samples showing construction, materials, and finishes as requested by Architect or specified in various specifications SECTIONS; and other data substantiating compliance of proposed substitution with requirements of Contract Documents. 3. Itemized comparison of proposed substitution with product specified, including quality and performance comparisons. List variations and reference to specifications SECTION and article numbers. 4. Cost data comparing proposed substitution with product specified, and amount of net change to Contract Sum. 5. Source and availability of replacement materials and of maintenance service. 6. Effect on construction schedule and changes required in other Work or products. 7. Required license fees or royalties. 8. Attach product data as specified in SECTION 01 32 19. D. Contractor's Representation: Each request for substitution constitutes representation that Contractor: 1. Has investigated proposed product and determined that it meets or exceeds quality level of the specified product. 2. Shall provide same warranties or bonds for the substitution as for the specified product. 3. Shall coordinate installation and make changes to the Work which may be required for the Work to be complete in all respects with no additional cost to Owner. 4. Certifies that cost data presented is complete and includes related costs under this Contract, but excludes costs under separate contracts. 5. Waives claims for additional costs or time extension which subsequently become apparent. 6. Shall reimburse Project Manager and Architect for review or redesign services associated with re-approval by authorities. E. Substitutions shall not be considered when indicated or implied on shop drawings or product data submittals without separate formal request, when requested directly by manufacturers or material suppliers, or when acceptance requires substantial revision of Contract Documents. F. Substitution Submittal Procedures: 1. Submit four copies of request for substitution. 2. Limit each request to one proposed substitution. When substitution is not accepted, provide specified product. 3. Submit shop drawings, product data, samples, and certified test results attesting to proposed product equivalence, under provisions of SECTION 01 32 19. 4. Architect shall review requests for substitutions with reasonable promptness. 15.01511 SUBSTITUTIONS AND PRODUCT OPTIONS 01 25 13 -2 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell,Texas a. Architect shall record acceptable substitutions by Addenda issued during bidding period and by Change Order issued after date of Owner-Contractor Agreement or Notice To Proceed. G. Do not order or install substitute products without written acceptance from Architect. PART 2 -PRODUCTS - Not Used PART 3 -EXECUTION-Not Used END OF DOCUMENT 15.01511 SUBSTITUTIONS AND PRODUCT OPTIONS 01 25 13 -3 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell, Texas SECTION 01 29 73 SCHEDULE OF VALUES PART 1 -GENERAL 1.01 SUBMITTALS: A. Submit to Consultant a Schedule of Values at least ten(10)days after contract execution. B. Upon request by Consultant, support values given with data substantiating their correctness. C. Use Schedule of Values only as basis for Contractor's Application for Payment. 1.02 FORM OF SUBMITTAL: A. Schedule of values shall be prepared in such manner that each major item of work and each sub-contracted item of work is separated into materials and labor with each shown as a single line item on AIA Document G703, Application and Certificate for Payment Continuation Sheet. No exceptions. 1.03 PREPARING SCHEDULE OF VALUES: A. Itemize separate line item cost for Work required by each SECTION of specification except as specifically authorized otherwise. 1. Break each section into multiple divisions appropriate to coordinate with payment request. 2. Show bond and insurance costs as a separate line item. 3. Show labor and materials as separate line items for each major division of Work. 4. Items shall be listed in a manner to allow the amounts to coordinate with supplier invoices. 5. Show allowances as separate line items. B. Make sum of cost items listed in schedule equal to Contract Sum. 1.04 REVIEWS BY CONSULTANT: A. Consultant shall review schedule. B. Objections shall be transmitted to Contractor for revision and re-submittal prior to payment. C. Schedule shall become the basis for Progress Payments. PART 2 -PRODUCTS -Not Used PART 3 -EXECUTION 3.01 SUBMITTAL OF SCHEDULE OF VALUES: A. After award of the contract,the Schedule of Values shall be prepared and submitted for review as the basis for payment. The Schedule of Values shall be submitted during, or prior to the Pre-Construction Conference. END OF SECTION 15.01511 SCHEDULE OF VALUES 01 29 73 - 1 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell,Texas SECTION 01 29 76 MEASUREMENT AND PAYMENT PART 1 - GENERAL 1.01 SECTION INCLUDES: A. This section include guidelines for the submittal of payment requests and the forms to be submitted with requests for payment. 1.02 REQUESTS FOR PAYMENT: A. Request for payment shall be submitted to the Project Manager in the form of a "pencil" draft by the 26th day of each month with costs projected to the end of the month. After receiving comments from the Project Manager, the actual payment request shall be submitted in triplicate to the office of the Architect by the second day of each month. Pay requests shall be submitted on AIA DOCUMENT G702, Application and Certificate for Payment, and shall be accompanied by AIA DOCUMENT G703, Continuation Sheet. A copy of each of these forms is included in the following pages. B. Each progress payment request shall include a retainage of ten percent (10%) as defined by the General Conditions. C. Each progress payment request shall be submitted with a Contractor's Partial Release and Waiver of Lien. A copy of this form is included in the following pages. D. Each progress payment request shall be submitted with copies of the Daily Completion Checklist for all days that payment is being requested and for the documentation of bad weather days and Owner initiated delays. E. Each progress payment request shall be submitted with a log of monthly weather conditions including days which are to be claimed as "bad weather" days. The log shall include the weather condition which prohibited work. "Bad weather" days shall not be claimed for non-work days such as holidays and weekend days for which no work was scheduled. F. The final payment request shall be submitted to the Architect with a Contractor's Final Release and Waiver of Lien. A copy of this form is included in the following pages. PART 2 -PRODUCTS -NOT USED PART 3 -EXECUTION 3.01 FORMS INCLUDED FOR USE WITH PAYMENT REQUESTS: A. Application and Certificate for Payment 1. AIA Document G702 (Two Pages) B. Continuation Sheet 1. AIA Document G703 (Two Pages) 15.01511 MEASUREMENT AND PAYMENT 01 29 76 - 1 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell,Texas C. Contractor's Partial Release and Waiver of Lien 1. Document 00 65 19.13 prepared for use with this project. (Two Pages) D. Contractor's Final Release and Waiver of Lien 1. Document 00 65 19.14 prepared for use with this project. (Two Pages) E. Daily Completion Checklist 1. Document 01 32 26 prepared for use with this project. (Two Pages) 3.02 UNIT PRICING: A. The Contract includes a defined quantity of work. As noted within the contract documents, it is anticipated additional quantities of work may be required due to covered or unforseen conditions. Unit prices are included in the Contract to establish a method of payment for additional work items discovered during construction. B. Additional work to be compensated according to unit pricing shall be performed upon written authorization by the Project Manager. C. At the end of each month, the Contractor shall submit a summary of unit price work performed during that month to the Project Manager. D. After review and verification of the summary of unit price work,the Project Manager shall provide the Contractor with written authorization to apply the cost of the unit price work to the Allowance for unforseen conditions which is included in the Contract. E. It is anticipated that the Project Manager will review the summary and provide written authorization to allow the contractor to include the unit price work in the next month's progress payment request. F. No unit price work can be included in the progress payment requests until the written authorization is received from the Project Manager. END OF SECTION 15.01511 MEASUREMENT AND PAYMENT 01 29 76 - 2 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell, Texas SECTION 01 32 19 SUBMITTALS PART 1 - GENERAL 1.01 REQUIREMENTS INCLUDED: A. Submit to the Consultant the Documents, Shop Drawings,Product Data,and Samples required by specification SECTIONS which shall include, but not be limited to the following: 1. Superintendent Qualifications 2. Subcontractor Qualifications 3. Procedures and Documents 4. Shop Drawings 5. Product Data 6. Samples 7. Manufacturer's Instructions 8. Manufacturer's Certificates 9. Manufacturer's Documentation of contractor and subcontractor approval for warranties. 1.02 RELATED REQUIREMENTS: A. Schedule of Values - SECTION 01 29 73 B. Contract Closeout Documents- SECTION 01 77 00 C. Warranties and Guarantees- Individual Specifications SECTIONS and SECTION 01 78 36 D. Product and Installation Information- Individual Specification SECTIONS. 1.03 PROCEDURES: A. Prepare and review submittals as required by Documents and Sections in Project Manual. B. Deliver submittals to Consultant at address on cover of Project Manual. C. Transmit each item with accepted form. Identify project, contractor, subcontractor, major supplier; identify pertinent drawings and detail number, and specification SECTION number as appropriate. Identify deviations from Contract Documents. D. Submittals shall be timely prepared, routed, and reviewed by Contractor and submitted in the order required for timely and sequential performance of the project. Contractor shall allow time in submittal schedule for potential re-submittals. E. After Consultant's review of submittal, revise and resubmit as required, identifying changes made since previous submittal. Submit revised submittals to Consultant. F. Distribute copies of reviewed submittals as appropriate. Instruct recipients to promptly report inability to comply. 15.01511 SUBMITTALS 01 32 19 - 1 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell,Texas 1.04 REQUIRED SUBMITTALS: A. License Certificate: When City or State requires contractor licensing, submit copy of the contractor's license agreement or contract indicating date of approval and expiration date. Submit license agreement for subcontractors. B. Applicator's Certificate: Copy of material manufacturer's agreements or contracts indicating date applicators were approved and expiration date of each agreement. C. Contractor's executed insurance certificate. D. Material manufacturers' written approval and acceptance of each specified warranty for project, details, and related materials based upon existing site conditions. E. Contractor's executed payment and performance bonds as required. F. Contractor's Schedule of Values. G. Contractor shall provide as a submittal,a schedule of work which accommodates requirements of all parties. Submittal shall be received prior to Pre-Construction meeting. H. Contractor shall provide an updated schedule at weekly intervals during Progress Meetings in order for payment requests to be processed. If project is behind schedule, Contractor shall include a catch-up schedule for discussion and consideration. Weekly schedule shall project the specific work for a two week period. I. Product data for products and components of Work including Safety Data Sheets (SDS). J. Shop drawings as required by individual specification SECTIONS prepared in accordance with material manufacturer requirements and requirements of Contract Documents. K. Sample of manufacturers'warranties that are to be issued upon project completion. L. Submit list of subcontractors with evidence of subcontractor's insurance coverage in compliance with Contract requirements. M. Project superintendent resume and related project experience list for proposed Work. N. Permits, notices, and approvals of governing bodies or agencies. 1. Prior to commencement of Work at the site,the Contractor shall obtain the Building Permit issued for the general construction of the project. a. Other permits required by individual trades shall be the responsibility of the contractor with the responsibility to obtain and pay associated fees being required by the contractor with costs included in the Bid costs. b. The contractor shall be required to submit copies of all required permits or provide evidence that permits are not required. 15.01511 SUBMITTALS 0132 19 -2 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell,Texas 1.05 SHOP DRAWINGS: A. Original drawings, prepared by Contractor, subcontractor, supplier, or distributor which illustrate some portion of the Work, showing fabrication, layout,setting,or details prepared by a qualified detailer. B. Submit in form of opaque reproductions. Submit sufficient number to allow one copy for the Consultant, one copy for the Owner, and an adequate number for the contractor's purposes. (Three copies plus contractor's copies). C. Present in clear and thorough manner. Title each Drawing with Project and Contract Name, identifying each element of Drawings by reference to sheet number and detail of Contract Documents. D. Identify field dimensions; show relation to critical features of Work or products. E. No installation of materials can proceed until appropriate shop drawings covering that Work have been reviewed by the Consultant and returned to the contractor with a signature of review. F. Reproduction of drawings prepared by the Consultant for use as shop drawings is prohibited. 1.06 PRODUCT DATA: A. Manufacturer's standard schematic drawings: 1. Modify drawings to delete information which is not applicable to project. 2. Supplement standard information to provide additional information applicable to project. B. Manufacturer's catalog sheets, brochures, diagrams, schedules, performance charts, illustrations and other standard descriptive data: 1. Clearly mark each copy to identify pertinent materials,products or models. 2. Show dimensions and clearances required. 3. Show performance characteristics and capacities. C. Submit number of copies which Contractor requires plus three. D. Deviations from the specifications shall be clearly identified when product data is submittid. Items not identified and agreed otherwise shall be installed in a manner to meet the requirements of drawings and specifications. E. No installation of new materials can proceed until submittals of product data have been reviewed by the Consultant and returned to the Contractor with a signature of review. 1.07 MANUFACTURER'S INSTRUCTIONS: A. When required in individual specification SECTIONS, submit manufacturer's printed instructions for delivery, storage, installation, and adjusting in quantities specified for product data. Provide this information prior to proceeding with Work. 15.01511 SUBMITTALS 01 32 19 - 3 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell,Texas 1.08 FIELD MOCK UPS: A. Provide physical field-installed examples to illustrate materials, equipment and workmanship, and to establish standards by which completed Work shall be judged. Install sample complete and finished. Acceptable samples in place may be retained in completed work. B. The Contractor shall request approval for the location to construct required mock-ups or field samples from the Project Manager prior to proceeding with installation. Upon completion, the Contractor shall request the Consultant's and Owner's review and approval of the mock-up or field sample prior to beginning actual construction. C. The mock up shall be performed in stages of waterproofing installation with AMMA 501.2 Field Water Testing of Insulation Materials. 1.09 CONSULTANT REVIEW: A. The Consultant shall review Shop Drawings, product data, samples, etc. Shop Drawings, product data, and samples shall be returned to the Contractor with the Consultant's review, rejection, or with indication of changes which are required. B. The Consultant's review of submittals shall not relieve the Contractor from responsibility for deviations from Drawings or Specifications,nor shall it diminish his obligations to conduct the Work in accordance with the Contract Documents. C. Approval of samples shall be for design and appearance only, and approval shall not relieve Contractor from obligations as required by the Contract Documents. PART 2 -PRODUCTS -Not Used PART 3 -EXECUTION 3.01 CONTRACTOR RESPONSIBILITIES: A. Review Shop Drawings, Product Data, and Samples prior to submission. Initial, sign, or stamp, certifying the Contractor's review of the submittal for confirmation with requirements of the Contract Documents. B. Verify: 1. Field measurements. 2. Existing conditions. 3. Field construction criteria. 4. Catalog numbers and similar data. 5. Conformance of submittal with requirements of Contract Documents. C. Coordinate each submittal with requirements of site conditions and the Contract Documents. D. Contractor's responsibility for errors and omissions in submittals is not relieved by Consultant's review of submittals. 15.01511 SUBMITTALS 0132 19-4 1 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell,Texas E. Contractor's responsibility for deviations in submittals from requirements of Contract Documents is not relieved by the Consultant's review of submittals, unless Consultant gives written acceptance of specific deviations. F. Notify the Consultant in writing at time of submission of deviations in submittals from requirements of Contract Documents. G. Begin no Work which requires submittals until return of submittals with the Consultant's stamp and initials or signature indicating review and indication to proceed as noted. H. After Consultant's review, distribute copies. 3.02 SUBMISSION REQUIREMENTS: A. Schedule submissions to the Consultant immediately after Contract award and prior to Pre-Construction Meeting. B. Apply contractor's stamp, signed or initialed, certifying the review, verification of products, field dimensions, existing conditions, and field construction criteria; and coordination of information with requirements of site conditions and the Contract Documents. C. Coordinate submittals into logical groupings to facilitate interrelation of the multiple items. 3.03 RE-SUBMISSION REQUIREMENTS: A. Shop Drawings: 1. Revise drawings initially submitted as required and re-submit as specified for initial submittal. 2. Indicate on drawings all changes which have been made. B. Product Data and Samples: Submit new product data and samples as required for initial submittal. C. Make re-submittals under procedures specified for the initial submittal. 3.04 DISTRIBUTION OF SUBMITTALS AFTER REVIEW: A. Consultant shall retain three copies of Shop Drawings, Product Data, and Samples after review. B. Consultant shall forward remaining copies of Shop Drawings, Product Data, and Samples to Contractor after review. C. Contractor shall distribute remaining copies of Shop Drawings, Product Data, and Samples which carry the Consultant's stamp to Contractor's file,jobsite file, subcontractors, suppliers, fabricators, and others as required for construction. 3.05 IMPORTANCE OF SUBMITTALS: A. The Owner shall not be required to make payment for Work conducted which requires submittals which was accomplished without proper submittal and review. 15.01511 SUBMITTALS 01 32 19 5 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell,Texas B. Fabrication shall begin only after Consultant has reviewed and approved shop drawings and marked"Reviewed" or"Furnish As Corrected". END OF SECTION 15.01511 SUBMITTALS 01 32 19 - 6 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell,Texas DOCUMENT 01 32 26 MASONRY/WATERPROOFING/ROOFING DAILY COMPLETION CHECKLIST PROJECT NAME: Exterior Wall Waterproofing and Window Flashing DATE: TIME: PROTECTION Areas of the roof adjacent to repair work are properly protected with plywood and EPS insulation or suitable protection material. _ 100%WATER TIGHTNESS All Work inspected each day to assure building is left in a watertight condition at the completion of each day's work. This shall extend to all areas of demolition, alternation construction, and roofing. MASONRY REMOVAL Areas where mortar and/or masonry was removed were left in a safe manner and protected from water intrusion at the end of day. The full limits of work areas were inspected for masonry requiring tuckpointing or removal/replacement. MASONRY INSTALLATION Areas where masonry was removed were properly repaired and new masonry was installed to match pre-existing appearance. WINDOW FLASHING Membranes installed at existing flange are properly and tightly adhered to underlying materials. THROUGH WALL FLASHING Membrane installed and window lintels are properly and tightly adhered to underlying materials. End dams are placed at termination;top edge is sealed with a term bar and sealant. Bottom edge is extended past plane of masonry veneer to be trimmed flush after reinstallation of masonry. TUCKPOINTING A. Areas where work was performed at all horizontal and vertical joints were examined. Loose, un-adhered, or weak mortar removed and replaced as specified. B. Areas with stair-step or building movement cracks exist,joints were routed, cleaned and prepared for sealant and backer rod. Treated joints incorporate a light overlay of sand for appearance as specified. C. Joints at change in plane of masonry received removal of existing mortar and replacement with backer rod and sealant. BUILDING JOINTS A. Existing sealant joints were removed and replaced with new sealant including joint preparation, cleaning,priming,backer rod or bond breaker tape,new sealant of proper joint dimension, and tooling. 15.01511 MASONRY/WATERPROOFING/ROOFING DAILY 0132 26- 1 COMPLETION CHECKLIST 1 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell,Texas PAINTING AND COATINGS Work required to be completed as part of a single day's procedures was reviewed and found completed properly. All areas of building where work is being performed shall be watertight at the end of each day. MASONRY CLEANING OR WASHING Masonry was inspected following cleaning to assure all areas were properly cleaned and ready to receive water repellent. WATER REPELLENT A. Masonry surfaces are dry(72 hours after cleaning or rain). B. Areas surrounding immediate work area are protected prior to repellent and areas receiving repellent were fully coated. CLEAN UP All debris removed from top of roof and building site. ROOFING/PARAPET COPING Areas receiving roof parapet were inspected for compliance with project requirements and water tightness at the end of the day. STORAGE A. Secure, cover, and properly store all materials. B. Recap and seal mortar, solvents,primers, dampproofing agents, mastics, etc., in original'' containers. All flammable materials removed from site or to an approved location at end of work day. FIRE EXTINGUISHERS Verify that fire extinguishers have been properly placed in areas of Work. Verify that extinguishers are properly filled,properly inspected, and ready for use with the next day's procedures. SECURITY A. Secure scaffolding, ladders, and hatches to prevent unauthorized access or damage to building. B. Verify doors used for Work access are properly closed and secured. WEATHER CONDITIONS A. Weather conditions this day were generally as follows: B. At time of daily work shut-down,the time of day was approximately and the weather conditions were as follows: C. Weather predicted for night: _NO WORK DUE TO INCLEMENT CONDITIONS A. No work this day due to the following inclement weather conditions: 15.01511 MASONRY/WATERPROOFING/ROOFING DAILY 0132 26-2 COMPLETION CHECKLIST City of Coppell Facilities Building Exterior Wall Waterproofing Coppell,Texas B. At beginning of day during inclement weather,the site foreman coordinated with the Project Manager in the following manner,was notified of the following conditions, and took the following action: WORK COMPLETED THIS DAY(List each work area separately) A. Work Area: Work Completed: B. Work Area: Work Completed: C. Work Area: Work Completed: D. Work Area: Work Completed: E. Work Area: Work Completed: UNIT PRICE WORK SUPERINTENDENT END OF SECTION 15.01511 MASONRY/WATERPROOFING/ROOFING DAILY 01 32 26 -3 COMPLETION CHECKLIST City of Coppell Facilities Building Exterior Wall Waterproofing Coppell, Texas SECTION 01 35 16 ALTERATIONS PROJECT PROCEDURES PART 1 - GENERAL 1.01 DESCRIPTION: A. Summary: The procedures and administrative requirements of this SECTION apply to Sections of the Specifications which are involved in alterations to existing buildings. B. Extent Notes: Cut into or partially remove portions of the existing building as necessary to make way for new repair, or remedial construction. Include such work as: 1. Cutting,moving, or removal of items shown to be cut,moved, or removed. 2. Cutting, moving, or removal of items not shown to be cut, moved, or removed, but which require cutting, moving, or removal to allow new work to proceed. Work or items which are to remain in repair, or remedial finished work shall be patched or reinstalled after their cutting, moving, or removal, and their joints and finishes made to match adjacent or similar work. 3. Removal of existing surface finishes as required to install new work and finishes. 4. Removal of abandoned items and removal of items serving no useful purpose, such as abandoned piping, conduit,brackets, screws, bolts, anchorage devices, and similar items. 5. Repair or removal of dangerous or unsanitary conditions resulting from alteration work. 1.02 SCHEDULING AND ACCESS: A. Contractor shall submit detailed project plan with work sequence and phasing schedule to Project Manager. B. Security: Contact Owner's Representative for access to security areas. C. Maintenance of Access and Operations: 1. During period of construction, the Owner shall continue to perform normal activities in existing buildings. The Contractor shall maintain proper and safe access to Owner-occupied areas at all times. 2. Schedule demolition and remodeling operations with Owner's Representative to allow Owner operations to continue with minimum interruption. 3. During period of construction, do not obstruct existing exit ways of Owner-occupied areas. D. Maintenance of Existing Services: 1. Maintain environmental control in existing building, especially temperature, humidity, and dust control. 2. Provide temporary lines and connections as required to maintain existing mechanical and electrical services in building. 3. Equipment handling shall be limited to Owner approved hours, coordinated through the Owner's Representative and may be limited to night time hours. 15.01511 ALTERATIONS PROJECT PROCEDURES 01 35 16 - 1 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell,Texas 4. Notify Owner's Representative a minimum of seven (7) days prior to each required interruption of mechanical or electrical services. Such interruptions shall be only at such times and for lengths of time approved by the Owner's Representative. In no event shall interruption occur without prior approval of the Owner's Representative. E. Temporary Barricades: Provide barricades as required to protect ground personnel, employees,passersby, etc., during construction operations. F. Building Access: 1. Contractor shall not access building interior except: a. To install temporary enclosures,protections, and equipment. b. During modification work requiring interior access at times coordinated with the Owner's Representative/Residence Owner in advance. c. For project or medical emergency. 2. Access to construction areas and swing stage, rigging, or scaffolding access shall be by way of owner designated interior stairways or contractor-provided exterior scaffold/ladder for construction personnel. 3. The Contractor shall not have access to elevators except at times specifically coordinated with Project Manager. 1.03 ALTERATIONS, CUTTING,AND PROTECTION: A. Extent: 1. Cutting and removal shall be performed so as not to cut or remove more than is necessary and so as not to damage adjacent work. 2. Conduct work to minimize noise and to minimize accumulation and spread of dirt and dust. B. Securement of Openings: The Contractor shall protect openings made in existing construction with barricades to prevent accidents. It will be the responsibility of the Contractor to alert personnel in the area of work being performed overhead, to watch for falling debris, and to broom clean the area of dirt that may result from construction operations. C. Responsibility and Assignment of Trades: 1. Contractor shall assign the work of moving, removal, cutting,patching, and repair to trades under his supervision to cause the least damage to each type of work encountered, and to return the building to the appearance of existing features by incorporating new work. 2. Patching of finish materials shall be assigned to mechanics skilled in the work of the finish trade involved. D. Protection: 1. Protect remaining finishes, equipment, and adjacent work from damage caused by cutting, moving, removal, and patching operations. Protect surfaces which shall remain a part of finished work. 15.01511 ALTERATIONS PROJECT PROCEDURES 01 35 16 -2 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell,Texas 2. Cover existing walls and floors to prevent damage from construction operations. 3. During demolition, cutting, and construction, provide positive dust-control )y wetting dusty debris and by sealing openings to Owner occupied areas with temporary seals to prevent spread of dust and dirt to interior areas. 4. After materials are installed,properly protect Work until final acceptance. 5. Damage resulting from construction operations shall be repaired by the Contractor without cost to the Owner. 6. During non-working hours, provide continuous security at openings cut into existing exterior walls and roofs as coordinated with Project Manager. E. Special Protection: 1. Comply with welding and cutting precautions specified in SECTION 01 50 00. 2. Provide temporary weather protection at open penetrations until final weather seal is completed. 3. During demolition and reinstallation procedures, provide workers with sufficient materials for temporary patching and sealing,when required. 4. Provide workers at jobsite during rainstorms which occur while job is in progress to make temporary or emergency repairs. Workers shall be available for emergency calls,twenty-four hours a day, seven days a week, including holidays. F. Debris: 1. Remove debris from the site on a regular basis. Removed material becomes property of the Contractor. Load removed material directly on trucks or into dumpsters for removal from site. Dispose of removed material legally. Do not allow debris to enter sewers. Do not allow debris or liquid run-off to affect existing trees or root structures in a negative manner. 2. Removal and disposal of materials classified as hazardous shall be accomplished in accordance with applicable Federal, State, and local requirements and shall be included as part of this Contract. Provide separate containers for containment, transport, and disposal as required. 3. Do not allow material accumulations to endanger structures or landscaping. 4. Cover and secure material accumulations to prevent the material from spreading or becoming airborne. 5. Submit material storage and disposal plan for review by Project Manager prior to job start. 6. Use of Owner's dumpsters is prohibited. 1.04 QUALITY CONTROL: A. In the SECTIONS included in this Project Manual, attempt has been made to describe the various products that shall be used to patch, match, extend, or replace existing work. However, conditions may be encountered which differ from anticipated conditions and additional products may be required. Such products shall be provided in quality which is not inferior to re-create and replicate existing conditions and appearance. Obtain such products in time to complete the Work on schedule. 15.01511 ALTERATIONS PROJECT PROCEDURES 01 35 16 - 3 1 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell,Texas B. The quality of products specified for the majority of conditions shall serve as the specification requirement for strength, appearance, and other characteristics. C. The original appearance of the facility shall serve as the requirement for appearance at the completion of the project. D. Skill: Patch and extend existing work using skilled mechanics who are capable of matching existing appearance with quality workmanship. The quality of patched or extended work shall not be less than that typically specified for the project. 1.05 SAFETY: A. Contractor shall take steps required to assure that work operations are contained within the rigging or scaffolding, when required, and that no debris, tools, materials, or other item shall be allowed to fall. This shall extend to the use of special tools, altering tools if required, tethering tools to the rigging or scaffolding with a secure line, or employing other means or procedures as required. B. Project Manager shall have the right to dismiss contractor's employees who are observed engaged in practices felt to be unsafe and those employees shall not be allowed to return to the project site during the duration of the Contract. PART 2 - PRODUCTS 2.01 PRODUCTS FOR PATCHING AND EXTENDING WORK: A. Match the quality and replicate the appearance of existing products and work for patching and extending work. B. Determine type, quality, and appearance of existing products by inspection and required testing. Determine type of required workmanship by use of existing appearance and the general quality specified for the project as a standard. Presence of a product, finish, or type of work requires that patching, extending, or matching shall be performed to make work complete and consistent with the specifications and as required to match the appearance in accordance with standards for historic structures. PART 3 -EXECUTION 3.01 EXAMINATION: A. Verify demolition is complete and areas are ready for new work. B. Beginning of work means acceptance of existing conditions. 3.02 PREPARATION: A. Cut, move, or remove items as necessary for access to alteration and renovation work. 11 materials scheduled for reinstallation should be cataloged and stored for futu e reinstallation at the exact location. Replace and provide completed work with n appearance to replicate the original appearance. 15.01511 ALTERATIONS PROJECT PROCEDURES 01 35 16 - 4 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell,Texas B. Remove unsuitable material not marked for salvage such as rotted wood, rusted metals, and deteriorated masonry and concrete;replace materials as specified for finished work. C. Remove debris and abandoned items from concealed spaces. D. Prepare surfaces and remove surface finishes to provide for proper installation of new work and new finishes. E. Close openings in exterior surfaces to protect existing work from weather and extremes of temperature and humidity. 3.03 PREPARATION/PRECAUTIONS FOR HOT WORK AT ALTERATIONS: A. The following safeguards shall be observed in performing hot work, ie; welding, cutting, soldering, brazing, torch application of roof membrane and other operations where open flames or implements utilizing heat are used. B. The Contractor shall ensure that operations involving the use of open flame or electrical ARC equipment are not conducted until such work has been approved by the Owner's Representative each day hot work is to be performed. C. Prior to operations, the jobsite shall be visited and suitable locations established for the portable fire extinguisher equipment during actual operations and storage during non- working hours. The responsible supervisor for the Contractor and the Owner's Representative shall confer and decide upon such locations with the Owner's Representative's decision being final in the event of.disagreement. D. The Contractor shall notify the Owner's Representative or his designee of the area of operations for each day and of all subsequent changes that occur. This is necessary to assure inspection of all areas by the Owner's Representative. E. The Contractor shall notify the Owner's Representative of all locations where hot work has been performed not less than thirty (30) minutes or not more than ninety (90) minutes after the Work is completed or stopped for the day. F. Inspection: 1. Before operations commence,the Contractor shall furnish personnel to serve as a fire watch(or watches) for location(s)where hot work is to be done. (One fire watcher may observe the location if approved by the Owner's representative). Each fire watch shall have a Contractor-furnished, suitable type, fully charged, operable fire extinguisher. In addition to the fire watch extinguisher,the Contractor shall have on site one extinguisher for each employee on site. The Contractor is responsible that the fire watcher and all employees on site knows how to operate the fire extinguisher and how to turn on a fire alarm and/or summon the fire department. 2. Check the opposite side of walls, floors, ceilings, or roofs before starting operations and take suitable precautions to minimize the hazard of a fire starting or communicating to the opposite side from operations. 15.01511 ALTERATIONS PROJECT PROCEDURES 01 35 16 - 5 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell,Texas 3. Hot work shall not be done in or near rooms or in areas where flammable liquids or explosive vapors are present or thought to be present. In the latter case, a combustible gas indicator(explosimeter)test shall be made to assure that the area is safe. The Contractor is responsible for arranging for such test and he shall bear such charges as may be incurred. 4. Insofar as possible,the Contractor shall remove and keep the area free from all combustibles, i.e., rubbish,paper,waste, etc., within a thirty-five (35)foot radius of operations. 5. If combustible material cannot be removed,the Contractor shall furnish fireproof blankets and cover such materials with them, insuring that no openings exist into which sparks can penetrate. At the direction of the Owner's representative,wood floors,walls, and ceilings shall be wet down thoroughly with water before, during, and after operations to afford adequate protection. 6. Where possible,the Contractor shall furnish and use baffles of metal or gypsum board to prevent the spraying of sparks,hot slag, etc., into surrounding combustible material. G. The Contractor shall prevent the extension of sparks and particles of hot metal through open windows, doors, holes, and cracks in floors,walls, ceilings, roofs, and the like. H. Where cylinders of gas are used in hot work,they shall be placed a safe distance from work, The Contractor shall check hose and equipment for deterioration, malfunction, and leaks prior to starting operations. He shall provide suitable supports to prevent accidental overturning of cylinders. All cylinder control valves shall be shut off while the equipment iS unattended. Acetylene cylinders shall be in an upright position while in use with the gas pressure regulator set at 15 psi or less. I. When hot work operations are completed or ended for the day, each location of the day's work shall be inspected by the supervisor representative of the Contractor not sooner than thirty(30)minutes after completion of operations to detect hidden or smoldering fires and to insure that proper housekeeping is maintained. J. Where sprinkler protection exists, it shall be maintained without interruption while operations are being performed. If operations are done quite close to automatic sprinkler heads, gypsum board sheets or damp cloth guards may be used to shield the individual heads temporarily. K. If any of the above safeguards are not employed, or are violated,the Owner's representative may, by written notice, stop the work until compliance is obtained. Such stoppage shall not relieve the Contractor from performing his Work within the contract period for the contract price. 3.04 INSTALLATION OF ALTERATIONS: A. Coordinate work of alterations and renovations to expedite completion sequentially and`.o accommodate Owner occupancy. 15.01511 ALTERATIONS PROJECT PROCEDURES 01 35 16 - 6 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell,Texas B. Remove, cut, and patch work in a manner to minimize damage and to provide means pf replicating products and finishes. C. Refinish visible existing surfaces to remain to specified condition for each material wit a neat transition to adjacent new finishes to replicate the appearance of the original histo is structure. 1. If required due to demolition damages,refinish entire wall surface adjacent to areas .f demolition. 3.05 PATCHING-OF ALTERATIONS: A. In areas where portions of an existing finished surface are damaged, lifted, stained, .r otherwise made or found to be imperfect, patch or replace the imperfect portion of e surface with matching material. B. Provide adequate support or substrate for patching of finishes. C. If the imperfect surface was a painted or coated one, repaint or recoat the patched portion in such a way that uniform color and texture over the entire surface results. D. If the surrounding surface cannot be matched, repaint or recoat the entire surface. 3.06 TRANSITIONS AT ALTERATIONS: A. Where new work abuts or finishes flush with existing work, make the transition as smooth and workmanlike as possible. Patched work shall match existing adjacent work in texture and appearance so as to make the patch or transition invisible to the eye at a distance of no closer than three (3) feet. B. Where masonry or other finished surface is cut in such a way that a smooth transition with new work is not possible, terminate the existing surface in a neat fashion along a straight line at a natural line of division. Remove and replace existing materials as required to replicate the original appearance of the historic structure. 3.07 ADJUSTMENTS: A. Fit work at penetrations as required to allow a waterproof condition. B. Repair and rework existing work that is damaged during construction to a condition eq al to its condition at the time of the start of Work, or equal to the condition specified .r completion of work. 3.08 REPAIR OF DAMAGED SURFACES: A. Replace work damaged in the course of alterations. B. Where full removal of extensive amounts of almost-suitable work would be needed o replace damaged portions, removal and replacement shall be required to the exte t required to replicate the original appearance. 15.01511 ALTERATIONS PROJECT PROCEDURES 0135 16-7 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell,Texas C. If the repaired work is not brought up to the standard for renovated work, the Owner's Representative shall direct that it be cut out and replaced with new work which shall replicate the original appearance. D. Repair substrate prior to patching or replacing finish. 3.09 FINISHES: A. Finish patches or replacements shall produce uniform appearance and texture over entire area. When finish cannot be matched, rework entire surface to nearest intersections with materials approved by the Architect and to an appearance to replicate the original construction. 3.10 CLEANING: A. Each Successive Trade: 1. As each trade finishes work, that trade shall clean its work area and make wo k surfaces ready for the work of succeeding trades. 2. Spillage, overspray, collections of dust or debris, and damage to Owner-occupi d spaces shall be cleaned or repaired immediately by the responsible trade. B. Each area as it is Completed: 1. Clean surfaces; remove equipment, salvage, and debris; and return in condition suitable for use by the Owner as quickly as possible. END OF SECTION 15.01511 ALTERATIONS PROJECT PROCEDURES 0135 16-8 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell,Texas SECTION 01 45 00 QUALITY CONTROL 1.01 REQUIREMENTS INCLUDED: A. General Quality Control. B. Manufacturers'Field Services. C. Reroofing Daily Completion Checklist. 1.02 RELATED REQUIREMENTS: A. Conditions of the Contract: Inspection and testing required by governing authorities. 1.03 QUALITY CONTROL,GENERAL: A. Maintain quality control over suppliers,manufacturer's,products,services,site conditions,and workmanship to produce work of specified quality. 1.04 MANUFACTURERS FIELD SERVICES: A. When specified in respective Specification section, require manufacturer to provide qualified personnel to observe field conditions, conditions of surfaces and installation, quality of workmanship, and to make appropriate recommendations. B. Notify manufacturer's technical representative a minimum of two weeks prior to date of Final Inspection. The manufacturer's Technical Representative shall conduct an inspection of the completed roof before the Final Inspection or shall attend the Final Inspection. C. Representative shall submit written report to Owner and Consultant listing observations and recommendations. 1.05 EXTERIOR WALL WATERPROOFING AND WINDOW FLASHING DAILY COMPLETION CHECKLIST: A. At end of each day work, complete and sign the Exterior Wall Waterproofing and Window Flashing Daily Completion Checklist verifying that tie-off is complete and that night seal procedures have been completed and inspected. B. Checklist shall include the following information: 1. Verification of procedures and inspection. 2. Name of project. 3. Date and time of shut down. 4. Weather conditions at time of shut down. 5. Predicted weather conditions for that night. 6. Signatures of Job Foreman and Architectural Observer or Consulting Architect's fiel• observer. END OF SECTION 15.01511 QUALITY CONTROL 01 45 00 - 1 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell,Texas SECTION 01 50 00 TEMPORARY FACILITIES AND CONTROLS PART 1 - GENERAL 1.01 RELATED REQUIREMENTS: A. Use of site - SECTION 01 11 13. 1.02 SANITARY FACILITIES: A. Provide adequate temporary chemical toilets. B. Maintain facilities in compliance with health laws and regulations. Keep clean and unobtrusive. C. Upon completion of Work, remove these facilities and traces thereof. 1.03 TEMPORARY WATER: A. Contractor shall make arrangements with Owner through the Owner's Project Manager r water required for construction. B. Owner shall pay costs of water. C. Contractor shall provide hoses for conveyance. { 1.04 TEMPORARY ELECTRICAL ENERGY: A. Contractor shall make arrangements with Owner through Owner's Project Manager for temporary electrical service. B. Owner shall pay energy charges for temporary power and lighting. C. Contractor shall provide necessary temporary wiring, extensions, and temporary lighting. 1.05 STORAGE OF MATERIALS: A. Store products immediately upon delivery at a location approved by Owner's Project Manag-r in accordance with manufacturer's instructions, with seals and labels intact. Protect un it installed. Contractor shall not be allowed to store materials in the building except up o n approval by Chief Engineer. 1. Area for storage will be designated by Owner during the pre-bid conference. I o materials or other items shall be placed within four feet (4') of electrical panels. Cle.r access shall be available at all times. 2. Contractor shall be responsible for any damage to stored materials, regardless of t e source of damage or the location of storage. 3. Contractor shall be responsible for stolen goods regardless of the location of storage aid regardless of who is suspected of the theft. B. All liquid materials shall be stored,mixed,and used in a manner which shall not allow spillage or run-off to effect landscape soil or root structures of trees. 15.01511 TEMPORARY FACILITIES AND CONTROLS 01 50 00 - 1 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell,Texas C. All liquid materials shall be stored,mixed,and used in a manner which shall not allow spillage or run-off on to the existing roofing membrane or on the existing interior surfaces. D. Arrange storage to provide access for maintenance of stored items and for inspection. i E. Provide suitable non-combustible,watertight tarpaulin coverings with grommets for tie doWn to protect materials subject to weather damage when outdoor storage is approved by the Chief Engineer. Covering shall be of sufficient size to protect materials. Pallets shall be raised at least 6" above ground. Tarpaulin shall be securely tied down to prevent exposure of materials. Materials shall be covered and protected during transit. F. Provide temporary storage sheds or trailers, locate storage areas where directed, maintain in good condition, and remove storage sheds when so directed. Locate storage areas of combustible construction a minimum of 30 ft. from buildings. G. Store materials on site unless otherwise approved by Owner and Consultant. H. Provide construction fencing at storage and site set-up areas as directed by Ownera; d Consultant. Fencing shall be provided with slats to limit vision through the fencing when directed by Owner. I. Contractor shall submit a drawing to the Consultant indicating areas required for set-up, storage,trailers, dumpsters,trucks, cranes, etc. Drawing shall define limits for fenced areas. J. Provide additional storage at no cost to Owner in the event that additional storage area is required beyond that provided at project site. K. Stored materials shall be available for inspection by Owner and Consultant at all times. L. Flammable or volatile liquids shall be transported in, and used from, U.L. listed safety cans. Do not store flammable and volatile liquids at the project site except as approved by Chief Engineer. M. Deliver material and equipment in manufacturer's original packaging with tags/labels intact and legible. Handle and store material/equipment to avoid damage. Products shall be stored in manner and within temperature ranges recommended by manufacturer of each product. N. Proper storage of materials is the sole responsibility of the Contractor. Materials suscepti le to moisture shall be protected in dry, above ground,watertight storage. Labels shall be in ct and legible, clearly showing the product,manufacturer, and other pertinent information. O. Materials becoming wet or damaged and are subject to deterioration when wet shall be rejectd and shall be removed from the jobsite immediately. Materials found to be improperly stored at the jobsite shall be considered damaged at the discretion of the Owner or Consultant and removed from the jobsite. 15.01511 TEMPORARY FACILITIES AND CONTROLS 01 50 00 -2 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell,Texas P. Products liable to degrade as a result of being frozen shall be maintained above 40 degrees F.in heated storage. Q. Random samples of materials susceptible to damage or deterioration shall be taken at vario s stages of installation to assure no significant variations. R. Periodically inspect stored products on a scheduled basis. S. Verify that storage facilities comply with manufacturer's product storage requirements. T. Verify that manufacturer required environmental conditions are maintained continually. U. Verify that surfaces of products exposed to the elements are not adversely affected. 1.06 TEMPORARY LADDERS, SCAFFOLDS,HOISTS: A. Furnish and maintain temporary access ladders, ramps, exterior construction elevato s, scaffolds,hoists,rigging equipment, or chutes as required for proper execution of Work. B. Such apparatus, equipment and construction shall be of non-combustible construction . d meet requirements of applicable Federal, State, and Local Safety and Labor Laws. 1.07 GUARDRAILS,BARRICADES AND TEMPORARY COVERINGS: A. Provide OSHA approved barricades as required to protect natural resources, site improvements, existing property, adjacent property, and passers-by. B. Where pedestrian traffic is through or adjacent to work areas, provide OSHA approved guardrails and barricades to protect pedestrians and to prevent pedestrian access to Work areas. Provide overhead protection as required by site conditions. C. At completion of construction,remove guardrails, barricades. and overhead protection. D. Provide suitable temporary watertight coverings over wall as required to protect interior from inclement weather. 1.08 BARRIERS: A. Provide barriers to prevent unauthorized entry to construction areas, allow for Owner's use of site,and to protect existing facilities and adjacent properties from damage during construction operations and demolition. B. Provide suitable protection for stairs, elevator, walls, and floors in areas used for contracts!. access. C. Protect non-owned vehicular traffic, stored materials, site, and structures from damage. 1.09 PROTECTION: A. Maintain bench marks, monuments, and reference points. If disturbed, replace as directed. 15.01511 TEMPORARY FACILITIES AND CONTROLS 01 50 00 - 3 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell,Texas B. Protect existing adjacent streets, sidewalks, curbs, buildings, and property, including trees, lawns, and plants. 1.10 TEMPORARY FIRE PROTECTION AND SAFETY PROTECTION: A. During construction, Contractor and his subcontractors and sub-subcontractors and th it agents and employees shall comply with fire safety practices as outlined in NFPA Pamph et 241 and local fire protection codes, and in addition shall: 1. During entire construction period,provide a minimum of one U.L. listed fire extinguis er at work area. 2. Contractor's superintendent, site foremen or other assistant foremen shall be appointed as project fire wardens for entire construction period. 3. Train workers in proper use of each type fire extinguisher. 4. Post telephone number of fire department, specific information on location of on-site f e fighting equipment, and procedures to be followed in event of fire. 5. Maintain free access at all times to fire extinguisher equipment, street fire hydrants, d outside connections for standpipe hose systems. 6. Maintain all exit facilities and access thereto, free of material and other obstructions. 7. Maintain fire extinguisher on each swing stage. B. Contractor shall prepare a fire safety program and present program to Owner for information. The Owner has the right to require additional fire safety procedures. Review and comment On the fire safety program shall not be construed as approval of the program or acceptance Id liability for the fire safety program. The Contractor is solely responsible for fire safety n conjunction with this project. C. Contractor shall prepare a general safety program and present program to Owner for information concerning safe access and protection of workers and others present at work areas and at the site. The Owner has the right to require additional safety procedures, barricades, and related items. Review and comment on the safety program shall not be construed as approval, limitation of requirements, or acceptance of liability for the Contractor's safety program. The Contractor is solely responsible for safety measures in conjunction with this project. D. Prior to starting welding or hot work operations, obtain approval from Owner to cond ct welding procedures. Obtain approval on a daily basis, each and every day welding or t work is intended. In addition take precaution in welding operations as follows: 1. Keep work area free of combustible material. Do not use welding equipment or to h equipment around flammable liquids or vapors. 2. Use fire resistant tarpaulins around welding work areas, including floors. 3. Keep welding and cutting equipment outdoors whenever possible. Keep torch equipment outdoors. 4. If acetylene and oxygen tanks are required indoors, locate tanks as far from actual work area as possible. 5. Remove welding, cutting, and torch equipment from building daily. 6. Keep equipment such as cables,hoses, and regulators in good condition. 15.01511 TEMPORARY FACILITIES AND CONTROLS 01 50 00 -4 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell,Texas 7. A fire watch consisting of at least one man furnished by Contractor with a fi e extinguisher in hand and with no other assigned duties, shall be posted to observe •r potential hazards while welding, cutting, or torch application is performed. 8. Equip fire watch with suitable personal eye protection and fire extinguishers. 9. At completion of work, immediately inspect work and adjacent area for hazard s. Reinspect for hazards at 1 hour and at one hour after completion of welding and cutti g operations. 10. Notify Owner's Project Manager daily upon completion of welding, cutting,hot work, sr torch operations. 11. When work operation is near building opening or shaft way, inspect areas above, belo , or adjacent to work area for hazards. 12. Do not store compressed gas cylinders in sun. Protect from mechanical damage. Tanks shall be mounted in an upright position and securely fastened in 2-wheel carts at all times. 1.11 SECURITY: A. Provide security program, facilities and personnel to protect Work, existing facilities, d Owner's operations from unauthorized entry,vandalism, and theft. B. Coordinate with Owner's security program. C. Prepare a written security program for review by the Owner.The Owner has the right to require additional security procedures. Review and comment on security program shall not be construed as approval, limitation of requirements, or acceptance of liability for the Contractor's Security Program. The contractor is solely responsible for security measures in conjunction with this project. 1.12 EMPLOYEE CONTROL: A. Do not allow construction employees to enter Owner occupied areas. Maintain constructipn traffic in designated set up and work areas. i 1.13 PARKING FACILITIES: A. Onsite parking shall be determined by the Project Manager. 1.14 PROGRESS CLEANING AND WASTE REMOVAL: A. Maintain areas free of waste materials,debris, and rubbish. Maintain site and work areas irf a clean and orderly condition. B. Collect and remove waste materials, debris, and rubbish from temporary facilities and s to daily and dispose off-site. All removed materials shall be hauled in closed bags to prey t contamination to the building interior. C. No bagged materials or other materials shall be thrown or dropped. 1.15 REMOVAL OF UTILITIES,FACILITIES,AND CONTROLS: A. Remove temporary utilities, equipment, facilities,materials, at completion of Work. B. Clean and repair damage caused by installation or use of temporary work. 15.01511 TEMPORARY FACILITIES AND CONTROLS 0150 00- 5 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell,Texas C. Restore existing and permanent facilities used during construction to original condition. Restore permanent facilities used during construction to specified condition. 1.16 INTERRUPTION OF EXISTING UTILITIES: A. Do not interrupt utility services to any portion of the existing building at any time without prior written notification, approval, and coordination with the Owner's Project Manager. Submit requests for permission to interrupt any utility two weeks in advance of need in order to prevent delay of Work. Request procedures for system shut down from Owner's Project Manager. 1.17 LEAK(WATER)DAMAGE CONTROL: A. In the event of rain during construction operations, immediately coordinate with Owner's Project Manager and inspect interior of building for leaks. Contractor personnel shall be available on a 24 hour basis throughout the project should leaks occur. B. Coordinate with Owner's Project Manager for access to building. C. Continue to inspect building on a regular basis until it is confirmed that there are no leaks. D. Perform emergency repairs to stop leaks. E. The Contractor shall take necessary precautions to protect the existing facilities from damage. The Contractor shall be responsible for repairing new areas of damage caused by the Contractor, at Contractor's expense. The Owner's Project Manager and Consultant shall determine damage caused by Contractor. F. Contractor shall take necessary precautions to prevent damage to existing interior finishes while in the process of performing interior work. Damage caused as a result of work included in this contract shall be repaired at no expense to the Owner. 1.18 SUBMITTALS: A. Submit drawing indicating areas intended for storage, construction office, trailers, dumpsters, truck parking, and related facilities and equipment. Indicate limits of fencing. B. Submit fire safety program. C. Submit general safety program. D. Submit security program. PART 2 -PRODUCTS -Not Used PART 3 -EXECUTION 3.01 INSTALLATION: A. Install to not interfere with use of facilities on-site or on adjacent property. 15.01511 TEMPORARY FACILITIES AND CONTROLS 01 50 00 - 6 City of Coppell Facilities Building Exterior Wall Waterproofi g Coppell,Texas B. Install using methods to prevent damage to structure and finished work. C. Comply with applicable requirements of governing Federal, State, and Local codes, la s, ordinances, and regulations. D. Modify and extend temporary facilities as required by progress of construction, and o accommodate requirements of Contract Documents, Owner's Project Manager, and of -r contractors employed at site. 3.02 MAINTENANCE AND CLEANING: A. Provide periodic maintenance and cleaning for temporary facilities,to assure continuous, sa e, and proper operation and conditions at all times. B. Repair damage promptly. 3.03 REMOVAL AND REPAIRS: A. Remove when no longer needed as directed. B. Clean and repair damage caused by temporary installations as directed by Owner's Proj:ct Manager. C. Restore existing in-place facilities used for temporary services to their original or better condition than existed prior to use. D. Restore new permanent facilities used for temporary facilities to condition originally specified for new work under this Contract. 3.04 CONSTRUCTION SITE FENCING: (If Required) A. Contractor shall provide a substantial fence to completely enclose ground level storage, set-up, staging,dumpster, and work areas when required for safety. The location of required fencing shall be coordinated with the Owner prior to placement. When work conditions required additional fencing for guest safety, it shall be immediately executed upon written instruction from the Owner. No fencing shall be erected until approved in meetings with Owner. e Contractor shall maintain fence throughout project construction until released by the 0 er following Substantial Completion or as work is completed in individual areas of the facility 1. Construction fence shall be constructed of weather resistant steel posts and chain li k fabric with No. 9 gauge 2" mesh. Posts shall be securely anchored in the ground o remain upright at all times and spaced no more than 8'-0" O.C. Chain link fabric shall se stretched and secured to the steel posts at the top and bottom and on 2'-0"centers betwe:n. Minimum height of fence shall be 8'-0". 2. Construction fence and gates shall be provided with slats inserted in the chain link fab lie to provide better appearance and to limit vision through fencing. Appearance of fenci g shall be approved as acceptable to the Owner. 3. Construction fence shall be provided with gates capable of being padlocked. Gates and gate posts shall be constructed with materials as described previously with a minimum height of 8'-0". Gates shall be secured with padlock at all times when not in use or directly supervised by designated personnel. Gate posts shall be set solidly. 15.01511 TEMPORARY FACILITIES AND CONTROLS 01 50 00 - 7 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell,Texas 4. At completion of work, fencing shall be removed and areas which received tempora y posts shall be repaired. Where posts were placed in areas of paving, the repairs shall be performed with products suitable to the required repair and acceptable to the Owner d Consultant. END OF SECTION 15.01511 TEMPORARY FACILITIES AND CONTROLS 01 50 00 - 8 1 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell,Texas SECTION 01 74 00 CLEANING PART 1 - GENERAL 1.01 REQUIREMENTS INCLUDE: A. Maintain premises free from accumulations of waste, debris, and rubbish caused y construction operations. B. At completion of Work, remove waste materials, rubbish, tools, equipment, machinery, a d surplus materials; and clean sight-exposed surfaces. Leave project clean and ready r occupancy. C. During performance of Work, remove, contain, transport, and legally dispose of hazardous materials in accordance with laws,regulations, and codes. 1.02 RELATED REQUIREMENTS: A. Cleaning required for specific trades or Work-Specification SECTION pertaining to that trade or Work. 1.03 REQUIREMENTS OF REGULATORY AGENCIES: A. Codes and Standards: Applicable Federal, State, and Local codes and regulations relative to environmental safety regulations. B. Hazards Control: Store volatile waste in covered metal containers and remove from premis s daily. Prevent accumulation of wastes which create hazardous conditions. C. Pollution Control: Conduct clean-up and disposal operations to comply with local ordinanc s and anti-pollution laws. 1. Burning or burying of rubbish and waste materials on the project site is prohibited. 2. Disposal of volatile fluid wastes (such as mineral spirits, oil, or paint thinner) on grade in storm drains, sanitary sewer systems, or into streams or waterways is prohibited. PART 2 -PRODUCTS 2.01 CLEANING MATERIALS: A. Use only cleaning materials recommended by manufacturer of surface to be cleaned. B. Use cleaning materials only on surfaces recommended by cleaning material manufacturer. C. Use materials which shall not create hazards to health or property and which shall not dama surfaces. 15.01511 CLEANING 01 74 00 - 1 1 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell,Texas PART 3 -EXECUTION 3.01 DURING CONSTRUCTION: A. Contractor shall keep work area and property occupied by him in a neat and orderly condition at all times. Waste and other materials such as rubbish, debris, wrappers, etc., shall not be allowed to accumulate. The Contractor's equipment and excess materials shall be promptly removed as they become no longer needed for the progress of Work. At completion of Work, work areas shall be restored to their original condition or the condition required by t is contract. B. Contractor shall be responsible for preservation of private property, trees, fences, etc., alo g the adjacent street, right-of-way, etc., and shall use every precaution necessary to preve t damage or injury thereto. He shall use suitable precautions to prevent damage to pip s, conduits, and other structures. C. If damage occurs to structures, utilities, or other improvements by reason of the Contractor's operations, even though special precautions have been employed, the Contractor shall be responsible for damage and shall make repairs as required to the satisfaction of each respective owner. D. The Contractor shall not injure, destroy, or trim landscaping without authorization by t e Owner's Project Manager.Landscaping damaged shall be replaced by the Contractor with new stock, or with other stock satisfactory to the Owner at the expense of the Contractor. 1. Oversee cleaning and assure building and grounds are maintained free from accumulatiops of waste and rubbish. 2. Sprinkle dusty debris with fine water mist to control dust. Do not use water in quantity so as to puddle. 3. At not less than every day during progress of Work, clean up work areas and access, and dispose of waste materials,rubbish and debris. 4. Do not allow waste materials,rubbish and debris to accumulate and become an unsightly r hazardous condition. 5. Remove waste materials, rubbish and debris from site as soon as practical, and legal y dispose of at public or private dumping areas off Owner's property. 6. Keep streets and access to site free of rubbish and debris. 7. Lower waste materials in controlled manner with as few handlings as possible; do not drop or throw materials from heights. E. The Contractor shall be responsible for damage to or destruction of property of any charac r resulting from the Work, or caused by defective work or the use of unsatisfactory materials r workmanship. At completion of Work,work area shall be restored to original condition. F. On a daily basis, Contractor personnel shall carefully examine areas below work areas d remove potentially fallen materials. This removal shall include cleaning of the surfaces fro which the construction debris was removed. 15.01511 CLEANING 01 74 00 -2 City of Coppell Facilities Building Exterior Wall Waterproofs g Coppell,Texas 3.02 FINAL CLEANING: A. Employ skilled workers for final cleaning. B. Remove grease, mastics, adhesives, mortar, dust, dirt, paint, special coatings, stains, labe s, fingerprints, and other foreign materials from sight-exposed interior and exterior surfaces. C. Broom clean paved surfaces; rake clean other surfaces of grounds. D. Prior to final completion for Owner acceptance, conduct an inspection of sight-expos-d interior and exterior surfaces and all work areas to verify that entire Work is clean. END OF SECTION 15.01511 CLEANING 0174 00 - 3 r City of Coppell Facilities Building Exterior Wall Waterproofing Coppell,Texas SECTION 01 77 00 CONTRACT CLOSEOUT PART 1 - GENERAL 1.01 RELATED REQUIREMENTS: A. Time of Final Payment: The Agreement. B. Completion; Waiver of Claims: General Conditions. C. Cleaning: SECTION 01 74 00. 1.02 SUBSTANTIAL COMPLETION: A. Contractor: 1. Submit written certification to Consultant that Project is substantially complete. 2. Submit list of major items to be completed or corrected. B. Consultant shall make an inspection within fourteen (14)days after receipt of certification. C. Should Consultant consider Work not complete: 1. He shall notify Contractor, in writing, stating reasons. 2. Contractor shall complete Work and send second written notice to Consultant, certifying Project is substantially complete. 3. Consultant shall reinspect Work. 1.03 FINAL INSPECTION: A. Contractor shall submit written certification that: 1. Contract Documents have been reviewed. 2. Project has been inspected for compliance with Contract Documents. 3. Work has been completed in accordance with Contract Documents. 4. Project is completed, and ready for final inspection. B. Consultant shall make final inspection within fourteen (14) days after receipt of certificati n together with coordination of Owner and manufacturer's warranty inspections. C. Should Consultant consider Work complete in accordance with requirements of Contr ct Documents, he shall request Contractor to make Project Closeout submittals. D. Should Consultant consider Work not complete: 1. He shall notify Contractor, in writing, stating reasons. 2. Contractor shall take immediate steps to remedy the stated deficiencies, and send second written notice to Consultant certifying Work complete. 3. Consultant shall reinspect Work. 15.01511 CONTRACT CLOSEOUT 01 77 00 - 1 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell,Texas 1.04 REINSPECTING COSTS: A. Should Consultant be required to perform a second inspection of the Work due to the failure of the Contractor to correct deficient Work, Owner shall compensate Consultant in accordance with the Supplementary Conditions of the Contract for additional services, and deduct amount paid from final payment to Contractor by Change Order. 1.05 CLOSEOUT SUBMITTALS: A. Evidence of compliance with governing authorities requirements. B. Warranties and Bonds: To requirements of this SECTION. C. Evidence of payment and release of Liens: To requirements of General and Supplement. Conditions. D. Certificate of Insurance for Products and Completed Operations. E. Construction Photograph Album -Refer to Section 01 32 33. 1.06 WARRANTIES AND BONDS: A. Provide duplicate, notarized copies. Execute Contractor's submittals and assem sic documents executed by subcontractors, suppliers, and manufacturers. Provide table •f contents and assemble in binder with durable plastic cover. B. Submit material prior to final request for payment. 1.07 EVIDENCE OF PAYMENTS,AND RELEASE OF LIENS: A. Final Release and Waiver of Liens form executed by: 1. Contractor's release of waiver of liens. 2. Separate releases of waivers or liens for subcontractors, suppliers, and others with lien rights against property of Owner,together with list of those parties. B. Submittals shall be duly executed before delivery to Consultant. 1.08 FINAL ADJUSTMENT OF ACCOUNTS: A. Submit final statement of accounting to Consultant. B. Statement shall reflect adjustments. 1. Original Contract Sum. 2. Additions and Deductions resulting from: a. Previous Change Orders. b. Deductions for uncorrected Work. c. Deductions for Reinspection Payments. 3. Total Contract Sum, as adjusted. 4. Previous payments. 5. Sum remaining due. 15.01511 CONTRACT CLOSEOUT 01 77 00 -2 Ili 1 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell,Texas C. Consultant shall prepare final Change Order,reflecting approved adjustments to Contract Sum not previously made by Change Orders. 1.09 FINAL APPLICATION FOR PAYMENT: A. Submit final application for payment in accordance with requirements of General Conditio s. B. The Consultant shall review data supplied for conformance with Contract Documents a d when approved shall recommend acceptance of the Work, and recommend that the 0 er release the Contractor(except as to conditions of the Performance Bond,any legal rights of e Owner, required guarantees, and correction of Faulty Work after Final Payment) and m. e Final Payment to Contractor. PART 2 -PRODUCTS -Not Used PART 3 -EXECUTION-Not Used END OF SECTION 15.01511 CONTRACT CLOSEOUT 01 77 00 -3 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell, Texas SECTION 01 78 36 WARRANTIES AND GUARANTEES PART 1 - GENERAL 1.01 SECTION INCLUDES: A. This SECTION includes guidelines for the submittal of Contractor warranties at the completion of the project. 1. The prime contractor shall provide a single written five-year warranty for work which is covered by the Project Manual, including Work performed by subcontractors. 2. For Work performed by subcontractors,the subcontractor shall provide a written five-y=ar warranty covering Work performed by that subcontractor and the warranty shall extend o the full cost of labor and material to replace failed or leaking conditions. B. This SECTION defines Contractor warranty forms to be submitted after the project has be n accepted as complete by the Owner. C. Preparation and submittal procedures and schedules. 1.02 RELATED REQUIREMENTS: A. Contract Closeout Procedures: SECTION 01 77 00. C. Waterproofing Guarantee—DOCUMENT 01 78 36.12. D. Warranties required for specific products or Work: Individual specifications SECTIONS. 1.03 PREPARATION OF SUBMITTALS: A. Obtain warranties and bonds, executed by responsible subcontractors, suppliers, and manufacturers, within ten days after completion of the applicable item of Work. Date of beginning of time of warranty shall not be prior to the date of Substantial Completion. B. Verify that documents are in proper form, contain full information, and are notarized when required. C. Retain warranties and bonds until time specified for submittal. 1.04 TIME OF SUBMITTALS: A. Make submittals within fourteen days after Date of Substantial Completion, prior to final Application for Payment. 1.05 SUBMITTAL OF GUARANTEES: A. At completion of contracted Work operations, after establishing Substantial Completion, the Contractor shall submit to Architect specified warranties and guarantees. This shall include specified manufacturer warranties, specified Contractor and Sub-Contractor warranties, and Contractor/Subcontractor guarantees included in DOCUMENT 01 78 36.12. PART 2 -PRODUCTS - Not Used 15.01511 WARRANTIES AND GUARANTEES 01 78 36 - 1 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell,Texas PART 3 -EXECUTION 3.01 GUARANTEE FORMS: A. The Contractor shall execute and deliver the following guarantees to the Architect for delivery to the Owner. 1. Waterproofing Guarantee -DOCUMENT 01 78 36.12. B. Final payment requests submitted by the Contractor shall not be considered or reviewed by t e Architect until warranties, guarantees, and related close-out documents have been submitt d and found to be proper and complete. END OF SECTION 15.01511 WARRANTIES AND GUARANTEES 01 78 36 -2 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell, Texas DOCUMENT 01 78 36.12 WATERPROOFING GUARANTEE FOR CITY OF COPPELL To: City of Coppell Guarantee Period: 255 Parkway Blvd. Guarantee Begins: Coppell, Texas 75019 Date of Execution: The Undersigned, , having heretof• e entered into a contract with City of Coppell, dated , for the Faciliti-s Building Exterior Wall Waterproofing and Window Flashing Project located at 265 Parkway Blvo., Coppell, Texas 75019, according to Drawings and Specifications prepared by Arnold & Associat;s, Inc.,Project Number 15.01511, and in accordance with said Contract, do hereby guarantee that lab•r and materials furnished and Work performed or subcontracted by us are free from defects,watertig o t, and in conformance with said Specifications and Drawings. We,the Undersigned, do certify that Materials used for said Work, herein before described, meet the Specifications in their entirety. We agree to guarantee the waterproof integrity of the facility for a period of five (5) years and at our expense make repairs to keep the facility waterproof for a period of five (5)years from the beginning of the Guarantee period. This guarantee shall include work performed by subcontractors regardless of warranties also provided by those subcontractors. We further agree that if a leak(or leaks) should develop within the guarantee period, that we shall endeavor to repair such leak (or leaks) within a period of 48 hours after being informed by the Owner or his representatives. If at the end of this time we have been unable to begin repairs, or make arrangements with the Owner's Project Manager, the Owner shall have the option of taking steps he feels necessary to make the repairs, and we shall reimburse the Owner,in full,for expenses incurred in having repairs made. Such action shall not be a breach of provisions of this Guarantee. We further agree to repair, at our sole cost,Work which may be affected in making the repairs herein contemplated. Alterations or changes to the facility that affect the forementioned Work without the Contractor being notified prior to such changes or alterations, shall render the Guarantee for areas affected by that change of Work null and void. Subscribed and Sworn to Before Me This Day of ,2016. Company Name By: Company Officer Title: Telephone: Notary Public 15.01511 WATERPROOFING GUARANTEE 01 78 36.12 - 1 A City of Coppell Facilities Building Exterior Wall Waterproofi i g Coppell,Texas SECTION 01 78 39 PROJECT RECORD DOCUMENTS PART 1 - GENERAL 1.01 DESCRIPTION: A. Maintain at site a minimum of two record copies of the: Contract Drawings, Specificatio s, Addenda, Change Orders, and other modifications to the Contract. Maintain at the site a minimum of one copy of the Approved Shop Drawings, Submittals, Product Data, Field T.st Reports, and Field Orders. 1.02 RELATED REQUIREMENTS: A. Submittals - SECTION 01 32 19. B. Contract Closeout- SECTION 01 77 00. 1.03 MAINTENANCE OF DOCUMENTS: A. Store documents in a protected place, apart from other documents. B. Do not use Record Documents for construction purposes. 1.04 RECORDING: A. Label each document, "PROJECT RECORD" in two-inch-high print. B. Keep Record Documents current with construction progress. C. Do not permanently conceal Work until required information is recorded. D. Contract Drawings: Legibly mark to record actual construction: 1. Field changes of dimension and details. 2. Changes made by Change Order or Field Order. 3. Details not on original Contract Drawings. 4. Areas which received additional Work subject to unit pricing. 5. Unusual conditions encountered. E. Specifications and Addenda: Legibly mark each SECTION to record: 1. Manufacturer,trade name, catalog number of each product. 2. Changes made by Change Order or Field Order. 3. Areas receiving unit price work or Work added to Contract. 1.05 SUBCONTRACTORS AND SUPPLIERS LIST: A. Provide a complete list of names, addresses, telephone numbers, and facsimile numbers •f subcontractors and suppliers employed on the Work. 1.06 SUBMITTALS: A. At Contract Close-out, deliver Record Documents to Consultant. 15.01511 PROJECT RECORD DOCUMENTS 01 78 39 - 1 City of Coppell Facilities Building Exterior Wall Waterproofs g Coppell,Texas B. Accompany submittal with transmittal letter in duplicate, containing dates, project title and number, contractor's name and address, title and number of each record document and signature of contractor or his authorized representative. C. List of Subcontractors and Material Suppliers who were involved in construction. PART 2 -PRODUCTS -Not Used PART 3 -EXECUTION 3.01 DURING CONSTRUCTION: A. Record areas where unit price quantity work was required and installed on the record set •f drawings for review by the Owner and Contractor during the course of work and for e Owner's records at the completion of the project. B. Record unusual conditions encountered on the building during the construction process on t e record set of drawings. C. Prepare a duplicate set of record documents to allow two sets to be provided to the Owner. END OF SECTION 15.01511 PROJECT RECORD DOCUMENTS 01 78 39 -2 City of Coppell Facilities Building Exterior Wall Waterproofi g Coppell,Texas DOCUMENT 02 21 16 DRAWINGS PART 1 - GENERAL 1.01 The drawings are provided for general information about the buildings. The dimensions .r scaled drawings are taken from the original design drawings(when available)and shall requ re field verification by each bidder. No extras shall be paid based on actual conditions differi g from information represented in these drawings. 1.02 The intent of the drawings is to assist in defining the Scope of Work. PART 2 -PRODUCTS -Not Used PART 3 -DRAWINGS 3.01 The following drawings are bound within the Project Manual and are for bidder's information and use in preparing the bid and performing Work. A. FP1.01 First Floor Plan B. FP1.02 Second Floor Plan C. EL2.01 Elevations D. D3.01 Details E. D3.02 Details F. D3.03 Details G. D3.04 Details H. D3.05 Details I. D3.06 Details 15.01511 DRAWINGS 02 21 16 - 1 o'' o'i i 0: ©4 4::0. 00000 0 ou000 ra r, r"n r, r, rte, r, m o q1 0` 3 0000v crr 0. i.° 0 °0' 0 ) ®O © o0 A \\:!31 • 11 Z o+' • i o 1 . o, 06 i I c a; illr 00, o„ . oo; if 41 do a , °�• o • o0 eV- °o 95 _ Alit I , is--1- i 0 -,---71, , 1r, i 1 u tirrzl u v 1___I1..i' in ,00;0• 0 ,0 / 04, 0000© 01- c 0r O a Ga °4. 0 'T7 f e °!i 1p �N 0 0,. 0 0,: z� O A� 0 G ,Z il 0 Z 0 C) 0 0 r OOED 0000 E 0 8 E EDBOO xz ijilt li€ 14 �g wig I € g11 q 19li�P€A III ,N gi x 01)11 IIIH fifl &I h 14 aF e A ��x 1-.4 I J Al ° Pi *REG/S 111 l iiie '? 1141 s d l i III gII q3 i 9` ��alpg P4 i 9 I'lj 'o 9le� g�. ! R ty i 1 i " 0 ,li F o it?I 1 eii1 e iEii -.Iii �A �a g \a1 T aRNOW "'""T"' CONSTRUCTION DOCUMENTS FOR EXTERIOR WALL WATERPROOFING&WINDOW FLASHING: v “4.Ti H mi fit- City of Coppell-Facilities Building o� Ti i, fflusawrz• o.Pwi rY 7S019 000 00000 i's Ai a , NOVO r © ` coo.. 7 $ f 6 - O O 00, O,. rl o oo; o U , 0 1 00„ o; ooa ■7� ° , oa Al " o, 3T E z , 1 aa. o,. o , - • oo` • 1 ' o0 i 1 ° 1111.- o g.',3•• 1 °'' it 04. • OJ I RoligopO,_ 00 1 y OOii O_ v 1 .©OO Ili o.J 6 OU, o, 00' 0- 1 1 00'• "FiO 1 iii 1 1 ill ,oo, o,. owo °" 11 o;- 10.00 1 G7 O• , z,e r 1_ _ .—rommik.... .-..-„ ---ismimmift--_ 4 os000 010'00© `do O 0 0 i O O O O Z 0000000 0 0 0 c) 0 00 iii Ti VW ill - iti $ !N� ! N4 441F4 IIi s ! W 4•f 1,{o� • 3ild 1111 li i:ligi ' � ill ''I!' 1 F 11ViI i17 24} i 1 ! ig le ll e V1I E $3 PPJ ! D P li4fi Ill "fif gli IP ell i 10 I 1! 1 e MI NI ii I/41 1 A0, :.,,.. A., .),,:,r; 1111, hipa .i ill 1 g if 1 ° I 4 2' 1 11 til 4 NI Iii o Ii s' ; °I x 5 +ma''nu. CONSTRUCTION DOCUMENTS FOR EXTERIOR WALL WATERPROOFING 8 WINDOW FLASHING: a inn'"o i 13 m City of Coppell-Facilities Building g 8 _$o b Q Ifni 3SOC{II- 205£Partway OW. u O J Conwi,757002. '''::::u::) III N .$)q :::i °�1) ... 1 i,--- ; ... .�, i 1' ' } ,i.--- Z . o, m 1::: :1:x)' ; o,: I� 1' 1) H uR r� 1 ©,. 1I' m o0,. f r II 0 ) ) JO F� "( li ' X) op,_ I 11 eo,= , 70 °o'm'e 2)! �)! ( Jul) ©o s. �1 � III oap. ©1f i I 1''I m oma+' — Ir i I ©o 1 ! I li r- et' m W1, �) ' [O 1 it A' UJ (I 1 �11��) 2 I ,I 1� i 1 ' I MO)1 fir , i i R,I.R dll --- p u MN'1,._,_;' ' '1 1, I Olt ':a III { 1 % '� i.::: No l 1 I. ::::) Ini.Rl 4 IIn �. L o tuz f'. 1 � ritt€1 I o iik 4 125-) ' ' Of : MIM Lai' 1 I I)1} /y '�,' It. cc D 'C Y/ '�''g lu"�xl I �' r' r i' ', -©U 9 r 1 I) 1 '' 1 1 'C 1�f1 f1-rt- i .. I MMMMI II a.11--..x! w i...xJ l 1 11 I ) MRM ran IMO 11 o o +)`::I) E 1 1=-0 I'1 M ijto o MRM.I. ' 1 1 )) 1!I .�,. .al 14-0 , D:IEa .0µ , F RRRI Ri � T E !BIRO �:::�) i i 1�11.1q41.. 1 41 ..'.- HV I.RMI) o;= ©.0,., Fri)' Cl 1 V� 1::::i I•S ;i (� �` � p. us1,�'.i#1) O` psi 0 i 0 4:4 ) _� _{ ImoRRR�) S( OO,_ it ,I UTI1J / ' 1'{4 1 1) 1160 I DO as.s1I pa E .MRI.:wolf U.�--.+�.� � I R;r:) _ : I I I' O ©O JLo;, , I■ MF 1 ., eialf il� _--*RE,/5'i 't.'.'-' J a I r f kl 71 00_ 1 SII t I1.�Llx ..".4 ••SYOiy'h'-'0 .1,11 Ar! tOr 1 141:•) 1 i n7: _L•-901 +r g 1 I� I t l'i. 0 h ©� ©'' it'� '. 3� �a' o o. O ) .; © ©`' 1111 S i}i���`?r `�? °` z } '' 7A4v'`k,....,-- t1 ma* hu t,; er.* O O O Z O O 0 0 Z 0000000 0 0 0 0 0 00 mZ 111114 I lee. ) 11gy $ i r 1 kIP;1 NIP AA I N T! . OITill i 3— SSt.': 1='=�) I!( $4€ Ag5 - )R� F6 I� 4 ) ' €I I g t p ` SIR iR R O- ,_ } t 1 , _ i° n• bB i `iiiI 84 1 tR 1 i i ill iii 18 O 111 ; 1 2 )4 @ t is 3 .71 1:‘1;) I1 egg o� Oil G1';I ran 1410 1 tassel .yI l�"& i �1 iW 1 111 9 iitt !II $ l&l 10 o" 1 p 41. � y 41 1 415�r s l (- I P 817 ii 81 F: 1; ) Z . t . g 1Ft O 4 111 J,W 4 ii Pk 4 I11; II 91iIA 3: _ i1 1 qi m ..'417'.4 CONSTRUCTION DOCUMENTS FOR EXTERIOR WALL WATERPROOFING&WINDOW FLASHING: 5 8 m`i o dd Q N City of Coppell-Facilities Building gr 81'25 c SW■Parkway ANA .. . zp w A u O I __--_ I!' I ,\ li, © 1, l � 1 It' jf Wiiiiiimmi 1/ 3.02 N B 6-18_,, 1!: , \ 1 1 _ SIN i i ilb s I i i3 1 i1 JI LL1 --L,q,„1 I mimme .,,� 1/03.0214)3.02_ 1% t+YFS�F —•SYti m AI MOW '.'''_"L CONSTRUCTION DOCUMENTS FOR EXTERIOR WALL WATERPROOFING A WINDOW FLASHING: ”z H- City of Coppell-Facilities Building s m 0 `7 SAFES 205 E PaMwaY BIW. i '''''' oppe11.11,5019 W E s0 E I L 3 IP 26 b � I r 7 I m(lAtti X Dr mDN ,-iAm X mhll 3zu3 X rb-3 U, 0— D-0� 3 w mA-0 ,A0m N E-NI,.O Art Pmr Rp z mm� DEXA 6 �Omz A 3zE m�1 Zr Azr A m_ itrfir Cj Dm wl mtn W -ID p 0 r r 0 Az OA Nz0 r wN E D NE N 3E D r0D D -I r,rrr- D D-4 zrQi CD a, or cwi, rNcbn r 0m m m L AA OSA 3 NAz Am ow N WE I 0 pm U b6 M 3 r -{tA m 010 m-13 LAz LjpTicM m"-±-110-i m =m O m -(AM X m0 XII mDw mAr<A Twhm m X m Az-6 co X 0 w Dz Ain bm-i n-1,�1 0 m-I z 1 r , AN A K30A0 N nA0 + D. OA . r u7cLtn< rr 0 z• D p _ m,r 00mm -I D m N V> DDr wo rr D(lm 1@ z LL,6 Ari <<AA< z r{ (1 �m 3ZE ii�a. �� rr�m 3A i AEE mL arort m m 4� tti E z fD — "RE`p m� O zz Wi m'A--z10 Mx @(Arrco -1E r� �b Np00 r G�• l• Az p m HID z0 A �3 I. �r E w rA0G� E L r wN H 3ED;PI : m cDr Dm-IlcA 0m Lm A wN ffO A a wI 4 A ar -Fig, >‘,.. --- 0 / . .a.mu. CONSTRUCTION DOCUMENTS FOR EXTERIOR WALL WATERPROOFING 8 WINDOW FLASHING, <q o W1 City of Coppell-Facilities Building s P..'"_" C ° �s r66 .9..y.M. W 75019 Lt E 06 r ,, b . 1 ; 1 2 �IIN. - rt _-i\ -. t----r` — — I --------)ah0 1y m m m^ -17 Z(14 m Z OA X X r0r4i rDyiDN Or_�A X b�A ,r -Ne -4 <<in a A--' uOn00 _} z z -INA rD_Dr 0zifr�m f <-� Am E 2O'• 3zE cn tz E_ 00_0 -<D r I6 -• Ol41 �'r' 141 AA 6 �Z <A r mEZ E z O i ME ZO� N0m 1.9,' E DZ Orr-uj mrmi m A70Cr rz1 - `r N 0g1_A AA IR =0r a2 u �r D�70C r( A 00 A N N N„I�i m m -< m m , A Kull z ,v to i 0 it 1\si N X O A Z D so _,, i / N O 1 G In r ,`Ii11111111111111111is it z m O$m \ 3AA� zmmi C-}-"b1D T<Om ,r � N Om D oFT0 x m D NMa- m --,g( rt1A_Azo gma, mi D zCXI, -o-o QrmN N Dp O A r-i0 m Om< _A-Ni tai — r _,� rum, NDmm __ _,..�” = zAm N r m3 = z z mr AA _ Ell I �NXu A v D Aa �m m� i °�` Amcji z�i :` '.....REG4 h mop tt�1N 0 (i�mAZ rbDO � � T� �b D�00 A '�SYDAre.0i, r Z O r- D 0 0 i :_ D mb� h AA irAa ,r. n1 U7 -N OA (�11� � 7C •rp.01+.\r!_ :Oi �m A IT 6r E1-Nr $EA 071 m JE 7C� r�i 0,II: y::>i z z= OD p�cbn�rrm m� o �E D Nm NOOK m ,1,14; `J?yQ.," 0 alIDm m = 2 AZA gi 1, w m � , 0 A ABX A 6+ri1A'`,, ----- i' T, Ai RNOLO CONSTRUCTION DOCUMENTS FOR EXTERIOR WALL WATERPROOFING&WINDOW FLASHING: N y f D-N P w m a City of Coppell-Facilities Building g o m y$' O TISMG NS E M1rM.,.y EMI. . O W —i Ceyy.14 T%19919 (y N r 7c r r b�bi 0 1 3 X @r m O X 0 1 m — N N A b 1 f D Apm 0 A n i 1 Dg p r "s 1 b A o 1 1 13m ` N.,e--- t b / NIN r r 1 1 • bX 1S Ab NX 75 A6 Ll X 7 0 . N N� mo6 A i m zr m I> Om 0 k. 06- 7 mD AO bWI r 0 '-m A � OD �r V' In 1= i r 0 nm P 111 hi -0r XtJ0k-trir AD 10 chit y NmD nA tN m«.1 { Ar m 0-I u 07�ti X0r � If m mE Dp^et:C4/ `4474414.4- 73� AN 3 0 D �5%Cj m 3 O k'1"s*1o�y= 1 c, �...44, CI 'KNOW o.o.n im CONSTRUCTION DOCUMENTS FOR EXTERIOR WALL WATERPROOFING A WINDOW FLASHING: 'A' o m U W - City of Coppell-Facilities Building o s m N:= e4 .5.,.m..T... .. .. A ...all,Tr MIX Z I 0 ii D 9t 6 /4°MIN Z l ID $5°2 f $IE m D ®S LF: ' 7 -1 T„ t ;- A I A ..1- /47% 3.3 in Wr _ 3 wnO Z 13' X 3AB •('1r• 0A(1 00E�r. � Om 3m�0 mcD Dm I> Co' I/4a Ml NEr A� O G•1 mD 0i D M tj �t�l A 0 a o X Z 2 $m 0 I D� AD 3 x/Da A w mA I w A w fd Z I/ MI 1 ' D m b I.-4—-- D -1m _41-TV Ip c a r z D N A 0 b v r tiDN D - Or I zA a 7 N . _T% a AD ttAx := Cl • X n O A KIDD II D N oA mg cA ii 3_ 4 0 On N nN 11' m m� I O p pDir A 1. OZ 0 __, .... _ *RE ,,,, 'A z Nn'sYoN_ r ,.� 10 i nt• '"Irgit {, A14 *110 1.. 6�`1w ` 0E� in CONSTRUCTION DOCUMENTS FOR EXTERIOR WALL WATERPROOFING A WINDOW FLASHING: 7', S2,1‘239.0 8 i r W q RR• City of Coppell-Facilities Building "g o g! G o Arili MCKI ea sass......eiw. 4 ,.fl Ca..%TX 75019 I ri Iii t tir 2341:6; -a W n bb _' •" gill 0 j to„1 )"MM, ,. L. '___ _! I I- m ,• - a r U 1 m 1 1> 3 A v 1 12"MINI DX4mx1A4 Xti vX _ mimx -' � _r -100 , li6 D HPJ N 6EAE 6r E gg (P =N A ® Z M 0S N N n .P 1 Z mn n � z $ v D � _ 02 0 r W m p • nix fr.... H z Z A 0 m Q m 91 16 4:21 i 011 m r= b lk. ot—il I= d r is_ E m ti m cn to 1 Dz X m i Z 1I mm ml,-1 r h N O r7t `. W r 43 7C N iA 3 -0Z A BN ff113ii Dm __,..R.‘,,,,,‘� "r0 n 6• 0 W t7 % � A" IA XO m 113 b_.:, :17� D 4— O1 z m i ..:,t N m t ..wm mu. CONSTRUCTION DOCUMENTS FOR EXTERIOR WALL WATERPROOFING Q WINDOW FLASHING: W N z =.•'. g N o W 'II City of Coppell-Facilities Building `6;•o m 3 Q �.SSOC am ass E PM.l_W. .. .. O Cr)O ...n,TY 73019 0101/ 0 \L—& T H E • C 1 T Y OF COPPELL B 8 , 9 a s CITY OF COPPELL, TEXAS STANDARD FIXED PRICE AGREEMENT FOR THE CONSTRUCTION OF EXTERIOR WALL RESTORATION AND WINDOW FLASHING AT CITY OF COPPELL FACILITIES BUILDING 265 PARKWAY BOULEVARD COPPELL, TEXAS 75019 BID NO: Q-0516-01 CITY OF COPPELL• PURCHASING DEPARTMENT •255 PARKWAY BOULEVARD • COPPELL,TEXAS 75019 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell,Texas DOCUMENT 00 41 13 BID FORM FOR BID NUMBER 0-0516-01 CITY OF COPPELL FACILITIES BUILDING 265 PARKWAY BOULEVARD,COPPELL,TEXAS 75019 EXTERIOR WALL WATERPROOFING AND WINDOW FLASHING PROJECT NUMBER: 15.01511 BID DA 1'E: Thursday,May 26,2016 at 2:00p.m. BID TO: Purchasing Department BID FROM: Kemco,Inc. City of Coppell 2420 Glenda Lane P. O. Box 9478 Dallas,Texas 75229 Coppell, TX 75019 pmPkemcoinc.com 972-488-2999 The undersigned Bidder declares that he has familiarized himself with the site, dimensions, and all conditions affecting the work. After having examined the Instructions to Bidders, Conditions of Contract, Specifications,Drawings,and Bidding Documents,the Bidder accepts them as sufficient for the purpose,and agrees to contract with City of Coppell to furnish all labor,materials,warranties,and incidentals necessary to do the work specified or indicated in the Drawings for the amounts listed below: Line Item Bids shall include the total lump-sum cost all work items, associated labor, materials, insurance, bonding costs, and other contractor costs. Refer to the Drawings and Specifications for the Work to be included. LINE ITEM BID#1: Exterior Wall Waterproofing and Window Flashing and associated work on the South,North,East and West Elevations Utilizing Solvent Based Repellant: Two Hundred Twenty Six Thousand Six Hundred Thirty Six Dollars and No Cents Dollars($ 220.636.00 ALTERNATE LINE ITEM BID #1: Exterior Wall Waterproofing and Window Flashing and associated work on the South, North, East and West Elevations Utilizing Water Based Repellant: Two Hundred Nineteen Thousand Eight Hundred Ten Dollars and No CenDollars($ 219,810.00 LINE ITEM BID #2: Removal of existing sheet metal parapet coping, installation of flashing membrane and reinstallation of parapet coping at South,North,East and West Elevations: Five Thousand Seven Hundred Dollars and No Cents Dollars($ 5,700.00 ) LINE ITEM BID #3: Removal of brick veneer, at base of perimeter walls installation of through wall flashing and reinstallation of brick veneer at base of wall at South, North, East and West Elevations: Thirty Two Thousand One Hundred Fifty Dollars and No Cents Dollars($ 32,150.00 15.01511 BID FORM 00 41 13- 1 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell,Texas TOTAL COST OF LINE ITEM BIDS 1, 2 AND 3: (Provide Lowest of Line Item Bid #1 and Alternate Line Item Bid#1: Two Hundred Fifty Three Thousand Four Hundred Eighty Six Dollars($ 253,486.00 ) SUBCONTRACTORS: The undersigned Bidder has predicated his Bid costs on and plans for each of the following work items to be performed by the listed firm (List your firm or the name of the subcontracting firm proposed for the work): Demolition: Kemco _ Masonry Removal: Kemco _ Flashing Installation: Kemco Sealant Installation: Kemco Repellent Installation: Kemco Painting Work: Kemco _ Other: Kemco Note: The bidding contractor shall coordinate the work of all trades on this project. It shall be the responsibility of the contractor to schedule subcontracted trades as to their portion of work. The contractor shall also be required to coordinate the work of the contract with the work of other contractors being executed simultaneously. UNIT PRICES: The Bidder agrees, if concealed unit items are found to be defective and at the opinion of the Consultant and Owner require replacing, or additional work, then the following unit prices for replacing existing deteriorated, damaged, or otherwise identified items shall be used to adjust the Contract Amount. Unit pricing shall apply only to concealed conditions and not to Work otherwise defined by the Contract. The Contract includes an Allowance from which to pay for work covered by unit pricing. Unit pricing shall include all fees, permits, bonding costs, insurance, and related costs to achieve completed work within the scope and requirements of the Contract. 1. Additional cost over above the contract amount for masonry tuckpointing: $ 2.73 Lin. Ft. 2. Additional cost over and above the contract amount for Removal,replacement of individual damaged brick: $ 50.00 each See Section 01 22 99 Unit Prices 3. Suspension of All Work: Cost per day per entire work crew when Owner cannot allow work due to facility functions and prior arrangements between Owner and Contractor have not been agreed and documented: $ 350.00 per work day of entire crew 4. Overtime Work: Additional cost over and above the contract amount for weekend or overtime work requested by Owner and approved in writing in advance by the Owner. $ 45.00 per man hr. 15.01511 BID FORM 00 41 13-2 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell,Texas INSURANCE AND BONDS: If the undersigned Bidder is notified of the acceptance of this Bid and intent to award a Contract, he agrees to provide within ten working days the required insurance coverage and the required bonds. In addition, he agrees to execute the Contract for the agreed compensations on the forms referenced in the Bidding Documents, for the Work referenced in the Project Manual and Drawings. TIME OF PERFORMANCE: The Contractor agrees that all Work described for the Base Bid, and Alternate Bid Items (assuming alternate bid items are awarded) shall reach Substantial Completion within 180 calendar days. After receipt of a Notice to Proceed or Letter of Authorization is issued from the Owner. LIQUIDATED DAMAGES: In agreeing to the Time of Performance noted above, the Contractor has noted that consequential damages shall be assessed$350.00 for each calendar day if required work for Substantial Completion, in accordance with the contractor's Pre-Contract Schedule, has not been achieved by the required completion dates as potentially adjusted due to bad weather days, Owner-imposed delays, and conditions beyond the Contractor's control (as determined by the Consultant). ACKNOWLEDGMENT OF ADDENDA: Acknowledgment is made of the followi9g addenda: Addendum No. 1 -Date Issued: May 10,2016 Initial: Addendum No. 2 -Date Issued: May 12.2016 Initial: G f ` Addendum No. 3 -Date Issued: May 23,2016 Initial: -? n/,y� Addendum No. 4 -Date Issued: May 27,2016 Initial: / OWNER'S AGREEMENT FORM: Prior to signing and submitting this bid, the bidder agrees that he has read the General Conditions of the Contract and the Owner's Agreement Form. If awarded the Contract, the bidder agrees that he will execute the Agreement for construction on the Owner's Agreement Form, without change or alternation to that form. BID AMOUNTS: Bid amounts as stated above include all sales taxes and any other taxes for labor, materials,and appliances to and upon which the taxes are levied,all permit costs,incidental costs,and bonding and insurance costs. The total costs are included in each of the line-item bid amounts and in all alternate bids amounts listed above. 15.01511 BID FORM 004113-3 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell,Texas BIDDERS UNDERSTANDING: Bidders agree that the Owner has the right to accept or reject any or all bids,to waive informalities,to consider the ability to meet an acceptable construction schedule more important than lowest bid, and is not obligated to award to the Contractor with the lowest bid. Respectfully sublTMl/ii*tted, I Mike Hinkle Signature of Officer of Company Printed or Typed Name of Signatory Vice President Kemco,Inc. Title of Signatory Company Name 2420 Glenda Lane Company Street Address Dallas,Texas 75229 Company City, State, and Zip Code ( 972 ) 488-2999 Area Code Telephone Number ( 972 ) 488-2929 * Seal (If Bidder is a Corporation) Area Code Facsimile Number END OF BID FORM 15.01511 BIDFORM 004113-4 Company Information Kemco, Inc. Company Name: Address: 2420 Glenda Lane Dallas,Texas 75229 Phone Number: 972-488-2999 Fax Number: 972-488-2929 Contact Person: Jimmy Alvey E-mail Address: pm@kemcoinc.com CITY OF COPPELL •PURCHASING DEPARTMENT•255 PARKWAY BOULEVARD•COPPELL,TEXAS 75019 COOPERATIVE PURCHASING As permitted under Government Code, Title 7, Chapter 791.025, other governmental entities may wish to cooperatively purchase under the same terms and conditions contained in this contract (piggyback). Each entity wishing to piggyback must have prior authorization from the City of Coppell and Contractor. If such participation is authorized, all purchase orders will be issued directly from and shipped directly to the entity requiring supplies/services. The City of Coppell shall not be held responsible for any orders placed, deliveries made, or payment for supplies/services ordered by these entities. Each entity reserves the right to determine their participation in this contract. IS YOUR FIRM WILLING TO ALLOW OTHER GOVERNMENTAL ENTITIES TO PIGGYBACK OFF THIS CONTRACT, IF AWARDED, UNDER THE SAME TERMS AND CONDITIONS? x YES NO CITY OF COPPELL• PURCHASING DEPARTMENT• 255 PARKWAY BOULEVARD • COPPELL,TEXAS 75019 CONFLICT OF INTEREST QUESTIONNAIRE - FORM CIQ For vendor or other person doing business with local governmental entity This questionnaire reflects changes made to the law by H.B.1491,80th Leg.,Regular Session. This questionnaire is being filed in accordance with chapter 176 of the Local Government Code by a person who has a business relationship as defined by Section 176.001(1-a)with a local governmental entity and the person meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local government entity not later than the 7th business day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006, Local Government Code. A person commits an offense if the person knowingly violates Section 176.006,Local Government Code. An offense under this section is a Class C misdemeanor. Name of person who has a business relationship with local governmental entity. None Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) AName of local government officer with whom filer has an employment or business relationship. N/A Name of Officer This section,(item 3 including subparts A,B,C&D),must be completed for each officer with whom the filer has an employment or other business relationship as defined by Section 176.001(1-a),Local Government Code. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income,other than investment income,from the filer of the questionnaire? Yes X No B. Is the filer of the questionnaire receiving or likely to receive taxable income,other than investment income,from or at the direction of the local government officer named in this section AND the taxable income is not received from the local governmental entity? Yes X No C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government officer serves as an officer or director,or holds an ownership of 10 percent or more? Yes X No D. Describe each affiliation or business relationship. N/A 4 X I have no Conflict of Interest to disclose. 5 7 06/02/2016 Signature of person doing business with the governmental entity Date CITY OF COPPELL •PURCHASING DEPARTMENT•255 PARKWAY BOULEVARD • COPPELL,TEXAS 75019 PF2QOCO 3741 Greenway Circle Lawrence, KS 66046 800 255 4255 prosocacorn May 31, 2016 To Whom It May Concern- This letter is to acknowledge Kemco Waterproofing as an experienced applicator of PROSOCO cleaners and protective treatments. While PROSOCO does not have an official approved applicator or certification program,we do actively evaluate and communicate our confidence in contractors utilizing our products. Our association with Kemco Waterproofing has been extremely positive.We would consider this organization a qualified contractor to properly apply our Sure Kleae Weather Seal products,Sure Klean6 cleaners&Enviro Klean®cleaners. If you have any questions concerning any of the above information, please do not hesitate to contact me. Sincerely, • lip Phil Ha •en Product Support Specialist STATE OF KANSAS }ss: COUNTY OF DOUGLAS STATE OF KANSAS; COUNTY OF DOUGAS)ss: This instrument was acknowledged before me on 31st day of May,2016,by Phil Harden, Product Support Specialist. a/so/J lg.9. P-Prr coni ) Notary Public J. J;'• pUguC •'�� dt: Appt. ' Z r 7 •......••'a�.•� eeeen+t++ BID BOND KNOW ALL MEN BY THESE PRESENTS, That we, Kemco, Inc. Specialty Contractors 2420 Glenda Lane Dallas, TX 75229 as Principal,hereinafter called the Principal, and U.S. Specialty Insurance Company 13403 Northwest Freeway Houston, TX 77040-6094 a corporation duly organized under the laws of the State of TX as Surety, hereinafter called the Surety,are held and firmly bound unto City of Coppell 255 Parkway Blvd Coppell, TX 75019 as Obligee,hereinafter called the Obligee, in the sum of Five Percent of Amount Bid Dollars($ 5% ) for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs , executors,administrators, successors and assigns,jointly and severally, firmly by these presents. WHEREAS.the Principal has submitted a bid for #Q-0516-01 Exterior Wall Restoration and Window Flashing NOW THEREFORE, the condition of this obligation is such that if the aforesaid Principal shall be awarded the contract the said Principal will, within the time required, enter into a formal contract and give a good and sufficient bond to secure the performance of the terms and conditions of the contract, then this obligation to be void; otherwise the Principal and Surety will pay unto the Obligee the difference in money between the amount of the bid of the said Principal and the amount for which the Obligee legally contracts with another party to perform the work if the latter amount be in excess of the former, but in no event shall liability hereunder exceed the penal sum hereof. Signed and sealed this 2nd day of June A.D 2016 Kemco, Inc. Specialty Contractors rincipal).7\ (Seal) f i ./"V By: v ,�vifness) (Title) U.S. Specialty Insurance Company a 'LIZ (Seal) Wes Price (witness) By: ,(M 4) 0. L3'LI�� -...0 Linda D. Whittington U (Attorney-in-Fact) • 440 HSC POWER OF ATTORNEY AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY UNITED STATES SURETY COMPANY U.S.SPECIALTY INSURANCE COMPANY KNOW ALL MEN BY THESE PRESENTS: That American Contractors Indemnity Company, a California corporation, Texas Bonding Company, an assumed name of American Contractors Indemnity Company, United States Surety Company, a Maryland corporation and U.S. Specialty Insurance Company, a Texas corporation (collectively, the "Companies"), do by these presents make, constitute and appoint: Linda D.Whittington its true and lawful Attomey(s)-in-fact, each in their separate capacity if more than one is named above, with full power and authority hereby conferred in its name, place and stead,to execute, acknowledge and deliver on its behalf: Surety Bond Number: Bid Bond Amount of Bond: See Bond Form Principal: Kemco, Inc. Specialty Contractors Obligee: City of Coppell This Power of Attorney shall expire without further action on December 20th,2017. This Power of Attorney is granted under and by authority of the following resolutions adopted by the Boards of Directors of the Companies: "Be it Resolved, that the President, any Vice-President, any Assistant Vice-President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attomey(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney-in-Fact may be given full power and authority for and in the name of and on behalf of the Company,to execute,acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings, including any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts, and any and all notices and documents canceling or terminating the Company's liability thereunder,and any such instruments so executed by any such Attorney-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved,that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attomey or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached." IN WITNESS WHEREOF,The Companies have caused this instrument to be signed and their corporate seals to be hereto affixed,this 1st day of December, 2014. AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING OMPANY UNITED STATES SURETY COMPANY U.S.SPECIALTY INSURANCE COMPANY ,,pHNOJIIp/Rpr, „p,„un4p,,, o•, i l._, "Jln"s" ,;4, State of California ........... . .y... .......... County of Los Angeles SS: it SE"705= �__� Z==�' rry 4_=� I = By: ; b. Fr; Daniel P.Aguilar,Vice President A Notary Public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. On this 1st day of December 2014, before me, Maria G. Rodriguez-Wong , a notary public,personally appeared Dan P.Aguilar,Vice President of American Contractors Indemnity Company, Texas Bonding Company, United States Surety Company and U.S. Specialty Insurance Company who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person,or the entity upon behalf of which the person acted,executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. MARIA G.ROORiGUEb40116 WITNESS my hand and official seal. i` Commission•2049771 z I• " Notary Public•California r:,j t oa ArwNaa Cowlry Signature Y�L>-;` (seal) C 20 7� I, Michael Chalekson, Assistant Secretary of American Contractors Indemnity Company, Texas Bonding Company, United States Surety Company and U.S. Specialty Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney,executed by said Companies,which is still in full force and effect;furthermore,the resolutions of the Boards of Directors, set out in the Power of Attorney are in full force and effect. In Witness Whereof, I have hereunto set my hand and affixed the seals of said Companies at Los Angeles, California this 2nd day of June 2016 „11.....1//,,, ,� .........„� 14, 1 fl/I/r, .....111J,/,,,' Corporate Seals o, Syo.- 0`N "'�« RFry,, ,`,v°•���s�ra P, `�..a'gPCTOq ,�0.pING ```�.��5$U SYf ewomurm 11:1: C.' p9- _C. SEPL:5.1990 .• �: . =_W: :�_=N' a ;; Michael Chalekson, Assistant Secretary •°' ..o..�P o, �r�Tf OF }P�' ''',7••••••.. T2, ..5..••• HCCSPOACONSOLEBONDSP2015.04 4GF RN �!n1r, "'/rlrrll111,\5„"� 11111(11111,\,""" riilrl)rtr,tf\„�"`` rl! It1t,es" Bid#Q-0516-01 Exterior Wall Restoration and Window Flashing TRANSMITTAL OF ADDENDUM 1 INSTRUCTIONS: 1. ACKNOWLEDGE RECEIPT OF ADDENDUM IN PROPOSAL, ON OUTER ENVELOPE OF BID. I acknowledge the receipt of Addendum No. 1 City of Coppell PROJECT NAME: Exterior Wall Restoration and Window Flashing May 10,2016 ( I jCont : - is Signatu,a Company Name CHRISTA CHRISTIAN PURCHASING DEPARTMENT (972) 304-3643 Page 1 of 2 CITY OF COPPELL• 255 PARKWAY BOULEVARD •COPPELL,TEXAS 75019 Bid#Q-0516-01 Exterior Wall Restoration and Window Flashing TRANSMITTAL OF ADDENDUM 2 Nommonommasmommimmissommo INSTRUCTIONS: 1. ACKNOWLEDGE RECEIPT OF ADDENDUM IN PROPOSAL,ON OUTER ENVELOPE OF BID. imumeasmummuumu I acknowledge the receipt of Addendum No.2 City of Coppell PROJECT NAME: Exterior Wall Restoration and Window Flashing May 12,2016 p Contra is Signat'ur Company Name CHRISTA CHRISTIAN PURCHASING DEPARTMENT (972) 304-3643 Page 1 of 1 CITY OF COPPELL• 255 PARKWAY BOULEVARD •COPPELL,TEXAS 75019 Bid#Q-0516-01 Exterior Wall Restoration and Window Hashing TRANSMITTAL OF ADDENDUM 3 INSTRUCTIONS: 1. ACKNOWLEDGE RECEIPT OF ADDENDUM IN PROPOSAL,ON OUTER ENVELOPE OF BID. I acknowledge the receipt of Addendum No.3 City of Coppell PROJECT NAME: Exterior Wall Restoration and Window Flashing May 23,2016 `%' ontractor' Signatre Company Name PURCHASING DEPARTMENT (972) 304-3644 CITY OF COPPELL• 255 PARKWAY BOULEVARD •COPPELL,TEXAS 75019 • Bid#Q-0516-01 Exterior Wall Restoration and Window Flashing TRANSMITTAL OF ADDENDUM 4 INSTRUCTIONS: 1. ACKNOWLEDGE RECEIPT OF ADDENDUM IN PROPOSAL,ON OUTER ENVELOPE OF BID. I acknowledge the receipt of Addendum No. 4 City of Coppell PROJECT NAME: Exterior Wall Restoration and Window Flashing May 27,2016 /44 —C.6ntritctofs Signatur J Company Name PURCHASING DEPARTMENT (972) 304-3644 CITY OF COPPELL• 255 PARKWAY BOULEVARD •COPPELL,TEXAS 75019 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell,Texas SECTION 02 41 13 SELECTIVE DEMOLITION OF MASONRY PART 1 - GENERAL 1.01 SUMMARY: A. This Section requires the selective removal, salvage, cataloging or subsequent offsite disposal of the following: 1. Isolated areas of damaged masonry veneer as noted on the drawings to be repaired. 2. Removal and protection of existing fixtures, materials, and equipment items. 1.02 SUBMITTALS: A. General: Submit the following in accordance with Conditions of Contract and Division 1 Specification Sections. B. Schedule indicating proposed sequence of operations for selective demolition work to tie Owner for review prior to start of work. 1. Provide detailed sequence of demolition and removal work to ensure uninterrupted progress of Owner's on-site operations. 2. Coordinate with Owner's continuing occupation of portions of existing building and with Owner's partial occupancy of completed work. 3. Contractor shall review with the Owner the types of equipment which he proposed to u e during operations and obtain Owner's approval for such use. C. Photographs of existing conditions of structure surfaces, equipment and adjac t improvements that might be misconstrued as damage related to removal operations shall e furnished by the Contractor. File with the Owner prior to start of work. D. Shoring plans and details signed and sealed by a professional engineer registered in the project's jurisdiction for all masonry shoring required for construction. 1.03 JOB CONDITIONS: A. Occupancy: Owner will occupy the portions of the building immediately adjacent to, below and above areas of selective demolition for brick, removal and replacement and other work required. Conduct selective demolition work in manner that will minimize need r disruption of Owner's normal operations. Provide minimum of 72 hours advance notice to Owner of demolition activities that will affect Owner's normal operations. B. Condition of Structures: Owner assumes no responsibility for actual condition of items or structures to be demolished. 1. Examine areas and conditions under which the Work is to occur. Notify the Owner immediately in writing of any conditions detrimental to the proper and timely completion of this Work. 2. Proceed with the Work only after unsatisfactory conditions have been acceptably remedied. 15.01511 SELECTIVE DEMOLITION 02 41 13 - 1 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell,Texas 3. Conditions existing at time of inspection for bidding purposes will be maintained by Owner insofar as practicable. However, minor variations within structure may occur by Owner's removal and salvage operations prior to start of selective demolition work. C. Partial Removal and Reinstallation: Items indicated to be removed and reinstalled may be removed from structure as work progresses. Contractor shall be fully responsible for dama:e of removed items and shall replace with like kind all damaged items or systems. D. Protections: Provide temporary barricades and other forms of protection to protect Owne 's personnel and general public from injury due to selective demolition work. 1. Provide protective measures as required to provide free and safe passage of Owne 's personnel and general public to occupied portions of building. 2. Erect temporary covered passageways as required by authorities having jurisdiction. 3. Provide shoring, bracing or support to prevent movement, settlement, or collapse •f masonry veneer or elements to be demolished and adjacent facilities or work to remain. 4. Protect from damage existing finish work, signs, windows, doors, plantings, parki g equipment, etc.that is to remain in place during demolition operations. 5. Protect roof surfaces with suitable coverings when necessary. 6. Construct temporary insulated dustproof partitions where required by Owner to sepal-.to areas where noisy or extensive dirt or dust operations are performed. 7. Provide temporary weather protection during interval between demolition and removal of existing construction on exterior surfaces and installation of new construction to ensure that no water leakage or damage occurs to structure or interior areas of existing building. 8. Remove protections at completion of work. 9. Protect adjoining properties, public thoroughfares, sidewalks and utilities from damage due to demolition operations. 10. Take adequate precautions to prevent unauthorized personnel from entering the job site. E. Damages: Promptly repair damages caused to adjacent facilities by demolition work. F. Traffic: Conduct selective demolition operations and debris removal to ensure minimum interference with roads, streets,walks, and other adjacent occupied or used facilities. 1. Do not close, block, or otherwise obstruct streets, walks, or other occupied or used facilities without written permission from Owner. Provide alternate routes around closed or obstructed traffic ways if required by governing regulations or Owner. 2. Protect vehicles and their occupants within or adjacent to the building from hazards or damages. Provide clean and unobstructed driveways and parking areas. G. Flame Cutting: Do not use cutting torches for removal until work area is cleared f flammable materials. At concealed spaces, verify condition of hidden space before starti g flame-cutting operations. Maintain portable fire suppression devices during flame-cutti g operations. H. Utility Services: Maintain existing utilities indicated to remain in service and protect th m against damage during demolition operations. 15.01511 SELECTIVE DEMOLITION 02 41 13 -2 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell,Texas 1. Do not interrupt utilities serving occupied or used facilities, except when authorized in writing by the Owner and authorities having jurisdiction. Provide temporary services during interruptions to existing utilities, as acceptable to Owner. 2. Maintain fire protection services during selective demolition operations. I. Environmental Controls: Use water sprinkling, temporary enclosures and other methods to limit dust and dirt migration. Comply with governing regulations pertaining to environmental protection. 1. Do not use water when it may create hazardous or objectionable conditions such as ice, flooding, and pollution. 2. Provide necessary protection to prevent airborne construction material, debris, fumes, etc from entering adjacent building, air intakes, etc. 3. Provide necessary ventilation systems, independent of building systems, to remove dust and fumes from work area. PART 2 -PRODUCTS (Not Applicable) PART 3 -EXECUTION 3.01 PREPARATION: A. General: Provide exterior shoring, bracing, or support to prevent movement, settlement, or collapse of areas to be demolished and adjacent facilities to remain. 1. Cease operations and notify Owner immediately if safety of structure appears to be endangered. Take precautions to support structure until determination is made for continuing operations. 2. Provide weatherproof closures for exterior openings resulting from demolition work. 3. Locate, identify, stub off, and disconnect utility services that are not indicated to remain. a. Provide bypass connections as necessary to maintain continuity of service to occupied areas of building. Provide minimum of 72 hours advance notice to Owner if shutdown of service is necessary. 3.02 DEMOLITION: A. General: Perform selective demolition work in a systematic manner. Use such methods as required to complete work indicated on Drawings in accordance with demolition indicated and governing regulations. 1. Remove masonry and cast stone in small sections. Cut concrete and masonry and cast stone at existing joints with construction to remain using power-driven masonry saw or hand tools. 2. The Contractor shall size and locate demolition equipment throughout structure and promptly remove debris in a manner to avoid imposing excessive loads on supporting walls, floors, or framing. 3. Provide services for effective air and water pollution controls as required by local authorities having jurisdiction. 4. Perform demolition using procedures and equipment which will avoid spalling, cracking or other damage to existing concrete or finishes. 15.01511 SELECTIVE DEMOLITION 02 41 13 - 3 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell,Texas B. If unanticipated mechanical, electrical, or structural elements that conflict with intended function or design are encountered, investigate and measure both nature and extent of the conflict. Submit report to the Owner in written, with accurate detail. Pending receipt of directive from the Owner, rearrange selective demolition schedule as necessary to continue overall job progress without undue delay. C. Perform selective partial demolition of delaminated or spalled areas of the concrete structure to prepare the areas for repair in accordance with the Drawings and the following Article 3.03. D. Provide permanent marking on concealed faces of removed cast stone that indicate location of material for subsequent reinstallation at exact location. E. Provide photographic documentation and catalog record of each section of material remove 3.03 DISPOSAL OF DEMOLISHED MATERIALS: A. Remove from building site debris, rubbish, and other materials resulting from demolitiiin operations. Transport and legally dispose off site. 1. If hazardous materials are encountered during demolition operations, comply w. h applicable regulations, laws, and ordinances concerning removal, handling, . d protection against exposure or environmental pollution. 2. Burning of removed materials is not permitted on project site. B. Salvage, catalog, and store all materials scheduled for reinstallation. Install in exact locati,in from which material was removed. 3.04 CLEANUP AND REPAIR: A. General: Upon completion of demolition work, remove tools, equipment, and demolished materials from site. Remove protections not required for subsequent construction activities and leave interior areas broom clean. 1. Repair demolition performed in excess of that required. Return elements of construction and surfaces to remain to condition existing prior to start operations. Repair adjacent construction or surfaces soiled or damaged by selective demolition work. 2. Clean adjacent facilities of dust, dirt and debris resulting from demolition operations. END OF SECTION 15.01511 SELECTIVE DEMOLITION 02 41 13 -4 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell,Texas SECTION 04 0120.52 WASHING AND CLEANING OF BUILDING PART 1 -GENERAL 1.01 SUMMARY: A. Restoration cleaning of exterior masonry, cast stone and building surfaces by use of restoration cleaners and paint strippers. B. In preparation for applications of paint, coatings, and other remedial finishes, wash existi g finishes as required to achieve surfaces required to receive new finishes and acceptable fi al appearance. C. To allow acceptable final appearance, wash existing finishes which are to remain for an acceptably clean appearance. 1.02 RELATED SECTIONS: A. SECTION 02 41 13 - Selective Demolition. B. SECTION 04 01 20.91 -Masonry Restoration. C. SECTION 05 01 70—Restoration of Metal Surfaces. D. SECTION 08 01 80 - Glass Cleaning. E. SECTION 09 91 00 -Painting. 1.03 DESCRIPTION OF WORK: A. Wash and clean substrates including masonry, cast stone, metal and other exterior finishes and materials in preparation of receiving repellents, elastomeric coating, paint, or other products. Wash all surfaces of building as required to achieve acceptable final appearance. B. Cleaning and washing Work includes the following: 1. Removal of plant growth. 2. Removal of extraneous items such as abandoned anchorage devices, brackets, flag supports,plant hangers, vine supports, and other items mounted to face of building which are abandoned or no longer required. 3. Cleaning masonry surfaces. 4. Cleaning pre-cast surfaces. 5. Clean glass surfaces. 6. Cleaning facility as required to receive new products and achieve acceptable appearance. 1.04 QUALITY ASSURANCE: A. Installation Qualifications: Work shall be performed by a firm having not less than 5 years successful experience in comparable masonry and restoration projects and employing personnel skilled in the washing and cleaning processes and operations indicated. 15.01511 WASHING AND CLEANING OF BUILDING 04 01 20.52 - 1 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell,Texas B. Qualifications. 1. Cleaning materials and washing procedures shall be applied and performed by a contractor previously certified or approved by the dampproofing, water based acrylic coating, elastomeric coatings, and paint material manufacturers to prepare surfaces to receive specified materials. 2. A letter from the manufacturers' representatives shall be submitted with the bid stating that the firm designated to perform building washing and cleaning procedures in preparation of receiving the specified waterproofing and finish materials is approved for the level of warranty required by this Contract. 3. A letter from the manufacturer's representative of the specified cleaning products shall be submitted with the bid stating that the firm designated to perform building washing, cleaning, and paint removal procedures is known to be experienced with the use of specified products for the anticipated final appearance and application of new products. 4. Contractor and potential subcontractors shall be pre-approved prior to bidding. C. Pre-Application Meeting: Convene a pre-application meeting scheduled with the Architect and Project Manager before the start of exterior washing and cleaning. Require attendance of parties directly affecting Work of this SECTION and related SECTIONS including the Contractor, Architect, Project Manager, applicator, and cleaning product manufacturer's representative. Review environmental regulations, test panel procedures, protection of surrounding areas and non-masonry surfaces, surface preparation, application, and coordination with other Work. 1.05 ENVIRONMENTAL REGULATIONS: A. Comply with applicable Federal, State, and local environmental regulations regarding testing, handling, treatment, containment, collection, transport, disposal, and discharge of hazardous wastes and cleaning effluents. 1.06 TEST PANELS: A. Before full scale application, review manufacturer's product data sheets to verify the suitability of each product for the specific surfaces. Apply each cleaner and paint stripper product to test panels to verify dilution rates, dwell times, number of applications, compatibility, effectiveness, application procedures, effects of pressure rinsing, and desired results. B. Apply cleaners and paint stripper products to test panels in accordance with manufacture 's instructions and these specifications. Allow 48 hours, or until test panels are thoroughly d;y, before evaluating final appearance and results. Do not begin full-scale application until t;st panels are inspected and approved by the Architect and Project Manager. 1. Size: Minimum 4 feet by 4 feet each, or size suitable for items being cleaned. 2. Locations:As determined by the Project Manager. 3. Cleaner Product: Test panels are required to completely test each restoration cleaner w th each type of substrate and with each type of material or stain to be cleaned. 4. Paint Strippers: Test panels as required to completely test each paint stripped with ea h type of substrate and with each type of coating or paint to be stripped. 15.01511 WASHING AND CLEANING OF BUILDING 04 01 20.52 -2 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell,Texas C. Test cleaning effluents generated by the cleaning and paint stripping procedures on the tst panels to determine any hazardous characteristics. Comply with applicable Federal, Sta e, and local environmental regulations regarding testing, handling, treatment, containme t, collection,transport, disposal, and discharge of hazardous wastes. D. Retain and protect approved test panels in undisturbed condition during the Work of this SECTION as a standard for judging the final cleaning Work. 1.07 SUBMITTALS: A. Submit in accordance with SECTION 01 33 00. B. Product Data: Submit manufacturer's technical data for each product indicated including recommendations for their application and use. Include test reports and certifications substantiating that products comply with requirements. C. Provide Safety Data Sheets (SDS) for all products proposed for use. D. Applicator Qualifications: Submit qualifications of applicator. 1. Certification that applicator is experienced in the application of the specified products. 2. List of recently completed exterior masonry and renovation project cleaning projects, including project name and location, names of owner and architect, and description of cleaning products used, substrates, environmental regulations, and application procedures. 1.08 DELIVERY, STORAGE AND HANDLING: i A. Deliver cleaning materials to site in manufacturer's original and unopened containers and packaging,bearing labels as to type and names of products and manufacturers. B. Storage and Handling: Store containers upright in a cool, dry,well ventilated place, out of the sun. Store away from other chemicals and potential sources of contamination. Keep lights, fire, sparks, and heat away from containers. Do not drop onto or slide across sharp objects. Keep containers tightly closed when not in use. Store and handle materials in accordance with manufacturer's instructions. 1.09 PROJECT CONDITIONS: A. Protect persons, motor vehicles, surrounding surfaces of building whose masonry and other surfaces are being renovated, building site, and surrounding buildings from injury resulting from washing and cleaning Work at building exterior. B. Prevent chemical cleaning solutions from coming into contact with pedestrians, motor vehicles, landscaping,buildings and other surfaces which could be injured by such contact. C. Do not wash or clean building exterior during winds of sufficient force to spread cleaning solutions to unprotected surfaces. 15.01511 WASHING AND CLEANING OF BUILDING 04 01 20.52 -3 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell,Texas D. Dispose of run-off from cleaning operations by legal means and in manner which prevents soil erosion, undermining of paving and foundations, damage to landscaping, and water penetration into building interiors. E. Erect temporary protection covers over pedestrian walkways and at points of entrance a d exit for persons and vehicles which shall remain in operation during course of washing a d cleaning Work. F. Wash and clean building surfaces only when air temperatures are 40°F (4°C) and above a d shall remain so until masonry has dried. Allow adequate time for masonry to thaw if freezing conditions exist prior to application. PART 2 -PRODUCTS 2.01 CLEANING MATERIALS AND EQUIPMENT: A. Water for Cleaning: Clean,potable, free of oils, acids, alkalis, salts, and organic matter. B. Warm Water: Heat water to temperature of 140°F-180°F (60°-82°C) when warm water is required with specific cleaning operation. C. Brushes: Fiber bristle only. D. Acidic Cleaner: Manufacturer's standard strength acidic masonry restoration cleaner composed of hydrofluoric acid blended with other acids including trace of phosphoric acid and combined with special wetting systems and inhibitors. E. It is the intent of this specification to use the "weakest" cleaning solution capable of achieving adequate cleaning. Contractor shall clean and wash test areas for review and approval by Architect and Project Manager. Areas of staining shall be washed and cleaned with cleaning solutions and procedures required to remove staining. The use of the "weakest" cleaning solution is not intended to be interpreted as authorization to eliminate cleaning solutions without written approval from Architect. F. Spray Equipment: Provide equipment for controlling spray application of water and chemical cleaners, at rates indicated for pressure,measured at spray tip, and for volume. G. For spray application of chemical cleaners provide low-pressure tank or chemical pump suitable for chemical cleaner indicated, equipped with cone-shaped spray-tip. H. For spray application of water, provide fan-shaped spray-tip which disperses water at angle of not less than 15 degrees. I. For spray application of heated water (when heated water is required), provide equipm nt capable of maintaining temperature, at flow rates indicated, between 140°and 180°F (60° d 82°C). 15.01511 WASHING AND CLEANING OF BUILDING 04 01 20.52 - 4 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell,Texas 2.02 MANUFACTURERS: A. ProSoCo, Inc.,PO Box 171677, Kansas City, Kansas 66117. 2.03 RESTORATION CLEANER PRODUCTS: A. Multi-Use Cleaner: 2010 All Surface Cleaner, general purpose product for cleaning and degreasing light to heavily soiled stone,tile and masonry. 1. Form: Clear liquid. 2. Color: Green. 3. pH, 10:5 Dilution: 1:10. 4. Specific Gravity: 1.070. 5. Flash Point:>200°F. PART 3 -EXECUTION 3.01 EXAMINATION: A. Verify by examination that masonry and other surfaces to be cleaned are acceptable to receive the specified restoration cleaners and paint strippers. 3.02 PROTECTION: A. Protect surrounding areas, landscaping, building occupants, pedestrians, vehicles, and non- masonry surfaces during the Work from contact with chemical restoration cleaners and paint strippers, residues, rinse water, fumes, wastes, and cleaning effluents in accordance with manufacturer's instructions. B. Divert and protect pedestrian and auto traffic. C. Avoid wind drifting of spray of chemical cleaning products, residues, and rinse water. D. Protect glass, unpainted metal trim and polished stone from contact with acidic chemical cleaners by covering with liquid strippable masking agent or polyethylene film and waterproof masking tape. Apply masking agent to comply with manufacturer's recommendations. Do not apply liquid masking agent to painted or porous surfaces. E. Protect unpainted metal from contact with alkali chemical cleaners by covering either w th liquid strippable masking agent or polyethylene film and waterproof masking tape. F. General: Comply with recommendations of manufacturers of chemical cleaners is protecting building surfaces against damage from exposure to their products. 3.03 WASHING AND CLEANING EXISTING MASONRY AND BUILDING FINISHES: A. Cleaning, General: 1. Proceed with cleaning in an orderly manner; work from top to bottom and from one e d of each elevation to the other. 2. It shall be the responsibility of the Contractor to determine the method of cleaning bas-d upon adjoining materials, site conditions, and manufacturer's requirements. Procedu -s shall be reviewed by Architect and Project Manager prior to proceeding with Work. 15.01511 WASHING AND CLEANING OF BUILDING 04 01 20.52 - 5 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell,Texas 3. Metal surfaces shall be cleaned by Commercial Blast Cleaning (SSPC-SP6), by hand or power tool cleaning (SP2-SP3), as required to accept primer. It shall be the responsibility of the Contractor to determine the method of cleaning based upon adjoining materials, site conditions, and manufacturer's requirements. 4. Contractor shall verify that surfaces to receive dampproofing agents, paint, or waterproof coatings are clean, free of efflorescence, stains, mildew, grime, dirt, tar, oil, grease, or other foreign matter and/or discoloration detrimental to application. 5. Perform each washing and cleaning procedure required at masonry in a manner which results in uniform coverage of dampproofing products at all surfaces, including corners, moldings, interstices and which produces an even effect without streaking or damage to masonry,plaster, or other building surfaces. 6. Rinse off chemical residue and soil by working upwards from bottom to top of each treated area. Final rinse shall be from top down. B. Water Washing Methods: 1. Spray Applications: Spray-apply water to building surfaces to comply with requirements indicated for location, purpose, water temperature, pressure, volume and equipment. Unless otherwise indicated, hold spray nozzle not less than 6" from surface of masonry or surface to be cleaned and apply water from side to side in overlapping bands to produce uniform coverage and an even effect. 2. Low Pressure Spray: 400 psi to 1000 psi. C. Masonry Cleaner Application Methods: 1. General: Apply masonry cleaners to masonry and other surfaces to comply with specifications and chemical manufacturer's recommendations using brush or spray application methods, unless otherwise indicated. Do not allow chemicals to remain on surface for periods longer than that indicated or recommended by manufacturer. 2. Spray Application: Apply chemical cleaners at pressures not exceeding 50 psi, unless otherwise indicated. 3. Reapplication of Chemical Cleaners: Do not apply chemical cleaners to same surfaces more than twice. If additional cleaning is required use method coordinated between manufacturers of cleaning agents and Architect. 4. Cleaning shall be performed prior to tuckpointing procedures and installation of new sealants,with water wash performed prior to repellent application. 3.04 APPLICATION OF RESTORATION CLEANERS: A. General: Apply restoration cleaners to substrates in accordance with manufacturer's instructions,''environmental regulations, and application procedures determined from test panel results approved by the Architect. Consult manufacturer's instructions for information on equipment to be used and precautions to be taken with the specified products. B. 2010 All Surface Cleaner: 1. 2010 All Surface Cleaner is anticipated for use at all brick surfaces, and where greater cleaning is required at areas of the exterior. 2. Wet thoroughly the area to be cleaned. 3. Use in concentrate. Use the mildest solution that effectively cleans. 4. Apply cleaning solution liberally. 15.01511 WASHING AND CLEANING OF BUILDING 04 01 20.52 - 6 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell,Texas 5. Allow dwell time of approximately three minutes and rinse with pressure spray not greater than 1,000 psi. 6. Do not allow cleaning solution to dry on masonry. 7. Apply a second liberal application of cleaning solution, if required. 8. Allow dwell time of approximately two minutes. 9. Rinse using low pressure water flood rinse to remove initial residue. 3.05 FIELD QUALITY CONTROL: A. Inspection: Inspect the restoration cleaning work with the Architect, Project Manager, a d cleaning product manufacturer's representative, and compare with approved test pane s. Determine if the substrates are suitably prepared to start masonry restoration. B. Manufacturer's Field Services: Provide the services of a manufacturer's authorized field representative to verify specified products are used, and to ensure test panels, protectio , surface preparation, and application of restoration cleaners and paint strippers are 'n accordance with manufacturer's instructions. 3.06 FINAL CLEANING: A. Clean site of unused chemical cleaning products, residues, rinse water, wastes, and cleani g effluents in accordance with environmental regulations. B. Remove and dispose of materials used to protect surrounding areas and surfaces followi g completion of the Work of this SECTION. END OF SECTION 15.01511 WASHING AND CLEANING OF BUILDING 04 01 20.52 - 7 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell,Texas SECTION 04 01 20.91 MASONRY RESTORATION PART 1 - GENERAL 1.01 SUMMARY: A. Repair masonry surfaces as required at removed,damaged and deteriorated areas of brick and at mortar joints requiring attention to achieve a watertight status, all levels, all elevations. B. Prior to application of water repellent,replace broken brick and repair brick, mortar, and other masonry as required to achieve a watertight facility. Water tightness shall be achieve a and verified by the Contractor prior to application of water repellent products. 1.02 RELATED DOCUMENTS: A. SECTION 02 41 13 - Selective Demolition. B. SECTION 04 01 20.52 -Washing and Cleaning of Building. C. SECTION 07 92 13 -Exterior Joint Sealers. 1.03 DESCRIPTION OF WORK: A. Cleaning Work at masonry restoration areas shall be washing and cleaning as required to properly conduct specified restoration procedures. B. Repairing damaged masonry. C. Removal and replacement of brick. D. Repointing mortar joints. E. Installation of loose steel shelf angles above window openings. F. Installation of self-adhered through wall flashing at all window heads and base of exterior wall. G. Installation of window flashing tape at all sides existing window flange. 1.04 QUALITY ASSURANCE: A. Installation Qualifications: Work shall be performed by a firm having not less than 5 years successful experience in comparable masonry restoration projects and employing personnel skilled in the restoration processes and operations indicated. B. Qualifications: 1. Materials shall be applied by a contractor previously approved and invited to bid as a prime contractor. All contractors shall be pre-approved prior to bidding. 15.01511 MASONRY RESTORATION 04 01 20.91 - 1 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell,Texas 1.05 SUBMITTALS: A. Product Data: Submit manufacturer's technical data for each product indicated or required, including recommendations for their application and use. Include test reports and certifications substantiating that products comply with requirements. B. Each new exposed masonry material to be used for replacing existing materials. C. Each type mortar for pointing and masonry rebuilding and repair, in form of 6" long by 1/2' wide sample strips of mortar set in aluminum or plastic channels. After mortar sample has been approved, Contractor shall install a sample in an area at least 4'x 4' on the building at the work site for approval to serve as a sample of the quality and type of Work to be deeme acceptable. D. Each type of masonry anchor proposed for use. E. Safety Data Sheets (SDS) for all products proposed for use. 1.06 DELIVERY, STORAGE AND HANDLING: A. Deliver materials to site in manufacturer's original and unopened containers and packaging, bearing labels as to type and names of products and manufacturers. B. Carefully handle masonry units and accessories. Handle to prevent chipping and breakage. C. Deliver other materials to site in manufacturer's original and unopened containers and packaging, bearing labels as to type and names of products and manufacturers. D. Protect masonry and related materials during storage and construction from wetting by rain, snow or ground water, and from staining or intermixture with earth or other types of materials. E. Protect grout,mortar, and other materials from deterioration by moisture and temperature. Store in a dry location or in waterproof containers. Keep containers tightly closed and away from open flames. Protect liquid components from freezing. Comply with manufacturer's recommendations for minimum and maximum temperature requirements for storage. 1.07 PROJECT CONDITIONS: A. Protect persons,motor vehicles, surrounding surfaces of building whose masonry or other surfaces are being restored,building site, and surrounding buildings from injury resulting from masonry work. B. Prevent cleaning solutions from coming into contact with pedestrians,motor vehicles, landscaping,buildings and other surfaces which could be injured by such contact. C. Do not clean masonry or other surfaces during winds of sufficient force to spread cleaning solutions to unprotected surfaces. 15.01511 MASONRY RESTORATION 04 01 20.91 - 2 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell,Texas D. Dispose of run-off from cleaning operations by legal means and in manner which prevents soil erosion,undermining of paving and foundations, damage to landscaping, and water penetration into building interiors. E. Erect temporary protection covers over pedestrian's walkways and at points of entrance and exit for persons and vehicles which shall remain in operation during course of masonry restoration work. F. Work masonry surfaces only when air temperatures are 40°F (4°C) and above and will remain so until masonry has dried out, but for not less than seven (7) days after completion. G. Do not repoint mortar joints or repair masonry unless air temperatures are between 40° (4°C) and 80°F (27°C) and will remain so far at least 48 hours after completion of Work. H. Prevent grout or mortar used in repointing and repair from staining face of surrounding masonry and other surfaces. Remove immediately grout and mortar in contact with expose,' masonry and other surfaces. I. Protect sills, ledges and projections from mortar droppings. 1.08 SEQUENCING/SCHEDULING: A. Perform masonry restoration work in the following sequence. 1. Repair existing masonry including replacing existing broken masonry with new maso , materials. 2. Rake out 1" depth of all existing mortar from, a. Masonry to cast stone joints schedule, b. Cast stone to cast stone joints, clean joint to receive new mortar and sealants. c. Dynamic crack joins at masonry to masonry joints. 3. Repoint and install backer rod and sealant seal all mortar joints of, a. Masonry to cast stone joints b. Cast stone to cast stone joints, and units that are cracked or otherwise not watertight c. Dynamic crack joints at masonry to masonry joint. 4. Clean masonry and surrounding surfaces affected by restoration procedures. Clean excess mortar from masonry surfaces. PART 2 -PRODUCTS 2.01 MASONRY MATERIALS: A. Face Brick and Accessories: Provide face brick and accessories where required to complet. masonry restoration work. 1. Provide units with color, surface texture and size to match existing brick and with physical properties not less than those determined from preconstruction testing, or selected existing units. 2. Provide units with color, surface texture, and physical properties to match existing in- place brick. 15.01511 MASONRY RESTORATION 04 01 20.91 -3 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell,Texas B. Building Brick: Provide building brick complying with ASTM C 62 for masonry work concealed from view, of same vertical dimension as face brick. 1. Contractor shall provide replacement brick to match the size,texture and finish as closely as possible with the bricks being replaced. Bricks shall be replaced in a manner to matci existing coursing. 2.02 MORTAR MATERIALS: A. Portland Cement: ASTM C 150, Type II. 1. For masonry indicated,provide nonstaining white cement complying with staining requirement of ASTM C 91 for not more than 0.03%water soluble alkali. B. Hydrated Lime: ASTM C 207, Type S. C. Aggregate For Mortar: ASTM C 144, unless otherwise indicated. D. Colored Mortar Aggregate: Natural or manufactured hand selected to produce mortar color to match existing. 1. For pointing mortar provide sand with rounded edges. 2. Match appearance of existing mortar as closely as possible. E. Colored Mortar Pigment: Natural and synthetic iron oxides and chromium oxides, compounded for use in mortar mixes. Use only pigments with record of satisfactory performance in masonry mortars. F. Water: Clean, free of oils, acids, alkalis and organic matter. G. Aggregate for Grout: ASTM C 404. H. Historic Pointing Mortar. 1. Cathedral Stone Jahn, M110 Pointing Mortar. 2.03 CLEANING MATERIALS AND EQUIPMENT: A. Water for Cleaning: Clean,potable, free of oils, acids, alkalis, salts, and organic matter. B. Brushes: Fiber bristle only. C. Multi-Use Cleaner: 2010 All Surface Cleaner, general purpose product for cleaning and degreasing light to heavily soiled stone,tile and masonry. 1. Form: Clear liquid. 2. Color: Green. 3. pH, 10:5 Dilution: 1:10. 4. Specific Gravity: 1.070. 5. Flash Point: >200°F. D. Mild Detergent and Acid Cleaners as required to achieve masonry surfaces which will accept masonry restoration procedures. 15.01511 MASONRY RESTORATION 04 0120.91 »4 Nib City of Coppell Facilities Building Exterior Wall Waterproofing Coppell,Texas 2.04 MORTAR MIXES: A. General: 1. Measurement and Mixing: Measure cementitious and aggregate material in a dry condition by volume or equivalent weight. Do not measure by shovel, use known measures. Mix materials in a clean mechanical batch mixer. 2. Mixing Pointing Mortar: Thoroughly mix cementitious and aggregate materials togethe before adding water. Then mix again adding only enough water to produce a damp, unworkable mix which shall retain its form when pressed into a ball. Maintain mortar i this dampened condition for 1-to-2 hours. Add remaining water in small portions until mortar of desired consistency is reached. Use mortar within 30 minutes of final mixing do not retemper or use partially hardened material. 3. Colored Mortar: Produce mortar of color required by use of selected ingredients. Do nut adjust proportions without Architect's approval. 4. Color Pigmented Mortar: Where colored mortar pigments are indicated do not exceed pigment-to-cement ratio of 1-to-10,by weight. 5. Do not use admixtures of any kind in mortar,unless otherwise indicated or approved in j writing by Architect. B. Mortar Proportions: 1. Pointing Mortar for Brick: One(1)part white Portland cement, 2 parts lime, and 6 part colored mortar aggregate. a. Add colored mortar pigment to produce mortar colors required. b. Adjust proportions of pointing mortar as required by site conditions as coordinated with and approved by Architect. PART 3 -EXECUTION 3.01 PREPARATION: A. General: Comply with recommendations of mortar manufacturers and masonry trade organizations for protecting building surfaces and installation procedures. B. Protect glass,unpainted metal trim and other materials from contact with acidic chemical cleaners and mortar by covering with liquid strippable masking agent or polyethylene film and waterproof masking tape. Apply masking agent to comply with manufacturer's recommendations. Do not apply liqui masking agent to painted or porous surfaces. C. Protect unpainted metal from contact with alkali chemical cleaners by covering them either with liquid strippable masking agent or polyethylene film and waterproof masking tape. 3.02 CLEANING EXISTING MASONRY: A. Cleaning General: 1. It shall be the responsibility of the Contractor to determine the method of cleaning base II upon adjoining materials, site conditions, and product manufacturer's requirements. Masonry cleaning for this SECTION of the specification is required on all masonry surfaces. 15.01511 MASONRY RESTORATION 04 0120.91 5 City of Coppell Facilities Building Exterior Wall Waterproofi g Coppell,Texas 2. Provide water pressure washing,hand brush cleaning, chemical cleaning, or other approved method which shall clean substrate. Use restoration cleaning products and chemical cleaners as required according to product manufacturer's recommendations an guidelines. 3. Metal surfaces adjacent to or embedded in masonry may be cleaned by Commercial Blast Cleaning(SSPC-SP6), by hand or power tool cleaned(SP2-SP3). It shall be the responsibility of the Contractor to determine the method of cleaning based upon adjoining materials site conditions, and manufacturer's requirements. 4. Contractor shall verify surfaces to be restored are suitably clean, free of efflorescence, stains,mildew, grime, dirt,tar, oil, grease, or other foreign matter and/or discoloration. 5. Additional water wash shall be performed after all masonry restoration is completed pri'r to repellent application. 3.03 MASONRY REMOVAL AND REBUILDING: A. Masonry Removal: 1. Carefully remove by hand at locations of the window opening at the building exterior . d brick which is broken, cracked, damaged, spalled and deteriorated. Cut out full units from joint to joint and in manner to permit replacement with full size units. 2. Support and protect masonry indicated to remain which surrounds removal area. 3. Clean remaining brick at edges of removal areas by removing mortar, dust, and loose debris in preparation for rebuilding. B. Masonry Rebuilding: 1. Install new brick to replace and match size and coursing of removed brick. Fit replacement units into bonding and coursing pattern of existing arch, continue arched brick reinstallation to surface of lintel, extend removed areas of running bond pattern to radius termination. If cutting is required use motor driven saw designed to cut masonry with clean, sharp unchipped edges. 2. Lay replacement brick with completely filled bed, head and collar joints. Butter ends with sufficient mortar to fill head joints and shove into place. Wet clay brick which have ASTM C 67 initial rates of absorption(suction)of more than 30 grams per 30 sq. in.pe minute. Use wetting methods which ensure that units are nearly saturated but surface d y when laid. Maintain joint width for replacement units to match existing. 3. Tool exposed mortar joints in repaired areas to match joints of surrounding existing brickwork. 4. Repoint new mortar joints in repaired area to comply with requirements for repointing existing masonry, except rake out joints before mortar sets. 3.04 REPOINTING EXISTING MASONRY: A. Joint Raking: 1. Provide joint raking at all brick veneer to cast stone, and cast stone to cast stone joints a all facades of all buildings. Remove and replace cracked or damaged brick,repair all cast stone damage. 2. Cut out old mortar by hand with chisel and mallet or approved mechanical method. 3. Power operated rotary hand saws and grinders will be permitted on review by Architect and Project Manager based on submission by Contractor of a satisfactory quality contro program and demonstrated ability of operators to use tools without damage to masonry. 15.01511 MASONRY RESTORATION 04 0120.91 6 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell,Texas Quality control program shall include provisions for supervising performance and preventing damage due to worker fatigue. 4. Rake out mortar from joints to depths equal to 2-1/2 times their widths but not less than 1" or less than that required to expose sound,unweathered mortar. 5. Remove Mortar from masonry surfaces within rake-out joints to provide reveals with square backs and to expose masonry for contact with pointing mortar. Brush or flush joints to remove dirt and loose debris. 6. Do not spall edges of masonry units or widen joints. Replace masonry units which become damaged. 7. At all masonry to cast stone joints, cast stone to cast stone joints, clean, and dynamic joints in masonry prime, and install backer rod and silicone sealant. Sealant to match color of existing mortar. 3.05 FINAL CLEANING: A. After mortar has fully hardened,thoroughly clean exposed masonry and concrete surfaces op excess mortar and foreign matter using stiff nylon or bristle brushes and clean water, spray applied at 50 PSI pressure. END OF SECTION II 15.01511 MASONRY RESTORATION 04 0120.91 - 7 111111 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell,Texas SECTION 04 05 23 MASONRY ACCESSORIES PART 1 - GENERAL 1.01 RELATED DOCUMENTS: A. Drawings and general provisions of Contract including General and Supplement Conditions and Division- 1 Specification Sections apply to work specified in this Section. 1.02 GENERAL DESCRIPTION OF WORK OF THIS SECTION: A. Work includes furnishing and installing masonry accessories and related work. 1.03 RELATED WORK OF OTHER SECTIONS: A. 04 01 29.91 Masonry Restoration. 1.04 QUALITY ASSURANCE: A. Pre-installation Conference shall be conducted prior to the installation of the through wall flashing with representatives from all related trades associated with the exterior wall system. B. Contractor shall prepare sample wall assemblies for approval of the Architect prior to commencing masonry work. Wall condition at lintel angle flashing installation at curtain wall system, and cast stone conditions shall be fabricated in separate mockups carefully incorporating system components and quality craftsmanship. 1.05 SUBMITTALS: A. Manufacturer's Product Data for each product required along with application instructions. B. Shop drawings indicating manufacturer's installation instructions, details showing separate conditions, and other information required for installation. 1.06 DELIVERY, STORAGE,AND HANDLING: A. Deliver materials in manufacturer's original undamaged package or containers. B. Store packaged materials to protect them from the elements and physical damage. PART 2 -PRODUCTS 2.01 THROUGH WALL FLASHING: A. Through Wall type flashing — 40 mil. self-adhered UV resistant, waterproof membr e including end dams, inside corners and outside corner conditions. B. Manufacturer: Hohmann &Barnard, Inc.,Hohmann&Barnard Flex-Flash Flashing. 2.02 WINDOW FLASHING TAPE: A. 40 mil. self-adhered 100%butyl backed waterproof flashing membrane. B. Manufacturer: Dupont FlexWrap NF. 15.01511 MASONRY ACCESSORIES 04 05 23 - 1 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell,Texas 2.03 RESTORATION ANCHORS: A. Hohmann&Barnard Blok-Lok 520 series anchor for stud back-up. 2.04 STEEL LINTELS: A. Hot rolled steel fabrications conforming to ASTM A36, 5" vertical leg x 3" horizontal leg x 1/4" thick length determined on site, providing 4" min. bearing on each side of window. Coordinate with existing brick coursing. Lintel shall terminate at head joint of existing running board masonry. PART 3 -EXECUTION 3.01 EXAMINATION: A. The installer shall become thoroughly familiar with conditions present related to installation of the masonry accessories and bring discrepancies to the immediate attention of the Consultant. B. Contractor shall verify condition of through-wall flashing at all exterior window locations and install head flashing between veneer and steel shelf angle. C. Contractor shall verify condition of through wall flashing at base of wall locations. Ins 11 flashing between veneer and concrete grade beam. 3.02 INSTALLATION OF WINDOW FLASHING TAPE: A. Expose existing window mounting flange and existing weather-resistant sheet membrane. B. Prepare damaged weather barrier membrane within area exposed by masonry removal y laying folded edges smooth and flat to underlying substrates. C. Provide primer at all areas of exposed sheathing. D. Apply membrane to prepared weather barrier and existing window flanges (remove all dint, dust and moisture)per manufacturer's instructions. E. Install membrane at lowest level of window frame and continue installation vertically, providing"shingled" laps at each transition and/or termination. F. Roll membrane into place with rubber faced rollers, eliminating all wrinkles, voids and fish mouths. 3.03 INSTALLATION OF STEEL LINTEL: A. Expose masonry bearing surfaces during demolition of stucco, arched masonry and runni g bond masonry below arch. B. Clean and prepare existing masonry surfaces to provide a firm and level surface for lintel support. 15.01511 MASONRY ACCESSORIES 04 05 23 - 2 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell,Texas C. Place lintel on each jamb of existing window with either 4" bearing or 8" bearing, depending on coursing of brick. At all locations, steel lintel shall terminate at bearing brick head joint. D. Secure into place by reinstallation of masonry veneer with coordinated through wall flashing and weep holes 16" o.c. E. Paint exposed areas of steel lintel with 2 coat finish. 3.04 INSTALLATION OF THROUGH WALL FLASHING: A. Coordinate placement of self-adhered UV resistant membrane with erection of maso veneer. B. Install membrane tight and smooth to underlying substrates,providing watertight end dams at terminations and providing watertight corner transitions at all exterior and interior corners. C. Provide a minimum of 1" of additional membrane extending beyond exterior plane •f masonry wall. D. Extend membrane on horizontal bearing surface,turning up at each end and back plane. E. Back plane shall extend up 8" and terminate with a mechanically fastened term bar and tip edge sealant. F. All end laps of membrane shall be sealed watertight per manufacturer's recommendations. 3.05 INSTALLATION: A. Flexible through-wall flashing (H&B Flex Flash with end dams) shall be installed •er manufacturer's written instructions with installation of end dams included at all terminatio s above exterior windows. Membrane shall extend up wall sheathing and be secured wit a horizontal term bar. B. For bidding purposes, install masonry repair stabilization anchors in masonry veneer at 16" on center horizontally and vertically at reinstalled masonry. Generally, stabilization anchors may be required at end wall condition. Stabilization anchors may be required at masonry restoration conditions where new bricks are installed at repairs. 3.06 PROTECTION: A. Extreme care shall be maintained by the Contractor to prevent damage to flashing and other masonry accessories as described herein. B. Cracks, splits, or punctures of any kind shall be immediately repaired per manufacture 's written repair guide prior to placing remaining masonry veneer. END OF SECTION 15.01511 MASONRY ACCESSORIES 04 05 23 -3 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell,Texas SECTION 07 19 19 SILICONE WATER REPELLENTS PART 1 -GENERAL 1.01 SECTION INCLUDES: A. Water repellent coatings on the entire exterior of the building. 1.02 RELATED SECTIONS: A. Section 04 01 20.91 -Masonry Restoration. 1.03 SUBMITTALS: A. Submit under provisions of Section 01 33 00. B. Product Data: Manufacturer's data sheets on each product to be used, including: 1. Preparation instructions and recommendations. 2. Storage and handling requirements and recommendations. 3. Submit description for protection of surrounding areas and non-masonry surfaces, surface preparation, application and final cleaning. 4. Pre-approval of warranty application confirmation. 5. Environmental Certification: Submit applicable certificates of environmental regulations testing and compliance acceptable to Authority Having Jurisdiction(AHJ). 6. VOC Certification: Submit certification that water repellents furnished comply with regulations controlling content of volatile organic compounds (VOC). C. Notice of Warranty: Submit project warranty information. 1.04 QUALITY ASSURANCE: A. Manufacturer's Qualifications: B. Installer Qualifications: 1. Submit qualifications of applicator; stating application has a minimum of three (3) year' experience using the specified or a similar product. Provide a list of several most recently completed projects, including project name and location, names of owner and architect and description of products used, substrates and method of application. 2. Employs persons trained for the application of the specified or similar products. 3. Comply with applicable federal, state and local environmental regulations. C. Pre-Application Meeting: Convene a pre-application meeting before the start of application of water repellents. Require attendance of parties directly affecting work of this section, including the Contractor, architect, applicator and manufacturer's representative. Review environmental regulations,test panel procedures,protection of surrounding areas and non- masonry surfaces, surface preparation, application, field quality control, final cleaning and coordination with other work. 15.01511 SILICONE WATER REPELLENTS 07 19 19 - 1 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell,Texas D. Mock-Up: Provide a mock-up for evaluation of surface preparation techniques and application workmanship. 1. Finish areas designated by Architect. 2. Apply each product application required to test panels to determine appropriate strength. coverage rates, compatibility, effectiveness, surface preparation, application procedures and desired results. 3. Apply products to test panels in accordance with manufacturer's written instructions. Allow 5 days or until test panels are thoroughly cured before evaluating final appearanc- and results. 4. Rilem Test: Perform test to evaluate water repellent performance using RILEM Test Method 11.4. 5. Do not begin full-scale application until test panels are inspected and approved by the Architect. 6. Refinish mock-up area as required to produce acceptable work. 1.05 DELIVERY, STORAGE AND HANDLING: A. Delivery: Deliver materials to the jobsite in original,tightly sealed,unopened containers with labels clearly identifying product name and manufacturer. Verify that the product matches that of the original sample applied on the test panel. B. Storage and Handling: Store containers upright in a cool, dry place. Keep away from spark and open flame. Store and handle materials in accordance with manufacturer's written instructions. C. Store and dispose of solvent-based materials and materials used with solvent-based materials, in accordance with requirements of local authorities having jurisdiction. 1.06 PROJECT CONDITIONS: A. Maintain environmental conditions (temperature and ventilation)within limits recommende by manufacturer for optimum results. Do not install products under environmental conditions outside manufacturer's absolute limits. B. Product can be applied at any temperature providing that there is no frozen moisture presen in the substrate. When applied at temperatures below 40 degrees F,the product may cure a a slower rate. Optimal application temperatures shall be above 40 degrees F (5 degrees C) or below 95 degrees F (35 degrees C). C. Do not apply material if the substrate is wet or contains frozen moisture. Allow substrate to dry for a minimum of 48 hours after rain or 72 hours after power washing. D. Do not apply material during inclement weather or if precipitation is expected within 12 hours. E. Do not use spray method of application under windy conditions. 15.01511 SILICONE WATER REPELLENTS 07 19 19 -2 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell,Texas 1.07 WARRANTY: A. Manufacturer's Warranty: 1. Water Repellents: Manufacturer warrants the performance of the products for a period specified from the date of application(Warranty Date). The product,when applied in accordance with application instructions,will prevent water penetration for the full warranty period. If the product fails to perform as stated,manufacturer will provide sufficient product to retreat the specific area where product has failed. 2. This warranty excludes labor costs, direct, incidental or consequential damages. Manufacturer expressly disclaims all liability for: a. Pre-existing surface damage. b. Damage resulting from natural disasters. c. Structural failures to include cracking. d. Damage resulting from new construction or any new installation on or through surfaces to which product has been applied. e. Unsatisfactory results caused by coatings applied prior to or after the warranted product. f. Unsatisfactory results caused by alteration of the product prior to application. 3. This warranty is not transferable. 4. This warranty is expressly in lieu of any other warranties, including any implied warranty of merchantability or fitness. 5. Water Repellent Warranty for Vertical Applications: 10 years. PART 2 -PRODUCTS 2.01 MANUFACTURERS: A. Acceptable Manufacturer: Professional Products of Kansas, Inc.,which is located at: 4456 S. Clinton,Wichita,KS 67216; Toll Free Telephone: 800-676-7346; Telephone: 316- 522-9300; Fax: 316-522-9346; Email: request info: Web: www.watersealant.com B. Acceptable Alternate Manufacturer:ProSoCo,which is located at: 3741 Greenway Circle, Lawrence, KS 66046; 800-255-4255. 2.02 WATER REPELLENTS: A. The water repellent product specified is selected as a standard of quality and based on manufacturer's recommendations for execution. Application procedure and coverage rates shall be in accordance with effectiveness of testing samples submitted, recommendations of applicable rates, approved manufacturer's standards and, at a minimum that specified herein. B. Performance: 1. Water repellent shall penetrate the surface of the material to which it is applied. The active ingredients react to form silicone rubber,which remains below the surface and prevents water from penetrating while permitting water vapor transmission. The silicone rubber retains its characteristic 400 percent elongation for bridging of hairline cracks, expansion and contraction,building movement and extremes of temperature. 15.01511 SILICONE WATER REPELLENTS 07 19 19 -3 City of Coppell Facilities Building Exterior Wall Waterproofi>g Coppell,Texas 2. Water repellent shall be unaffected by ultraviolet light, ozone,water, deicers and acids. 3. Water repellent shall cure to a clear,flat finish. Slight darkening or enhancement is acceptable. C. Professional Water Sealant, PWS-8 Extra Strength: (Basis of Design) 1. Form: Liquid. 2. Color: Clear. 3. Active Substance: RTV Silicone Rubber. 4. Percent Active Material: 8 percent. D. ProSoCo Blok Guard and Graffity Control II 1. Form: Liquid. 2. Color: Clear. 3. Active Substance: Water based silicone emulsion. 4. Percent Active Material: 6 percent. PART 3 -EXECUTION 3.01 EXAMINATION: A. Do not begin installation until substrates have been properly prepared. 1. The required joint sealants have been installed. 2. Masonry and mortar has cured a minimum of 28 days. 3. Surface to be treated is clean, dry and contains no frozen moisture. 4. Environmental conditions are appropriate for application. B. If substrate preparation is the responsibility of another installer, notify Architect of unsatisfactory preparation before proceeding. 3.02 PROTECTION: A. Special precautions shall be taken to avoid fumes from entering the building being treated. Ventilation systems and fresh air intakes shall be turned off and covered. B. Protect shrubs,metal, glass,vehicles and other building hardware from overspray. 3.03 PREPARATION: A. Clean all dirt, oil, grease, mildew, efflorescence or any other coating or material from surfaces that interfere with penetration,performance, adhesion or aesthetics of water repellents. Rinse thoroughly, using pressure water spray to remove cleaner residues. Allo surfaces to dry completely before application of water repellents. B. Repair,patch and fill all cracks,voids, defects and damaged areas in surface as approved b the Architect. Allow repair materials to cure completely before application of water repellents. 1. Allow new masonry and concrete construction and repointed surfaces to cure for a minimum of 28 days before application of water repellents. 15.01511 SILICONE WATER REPELLENTS 07 19 19 - 4 City of Coppell Facilities Building Exterior Wall Waterproofs g Coppell,Texas 3.04 INSTALLATION: A. Install in accordance with manufacturer's instructions. B. Comply with applicable federal, state and local environmental regulations. C. Store containers upright in a cool, dry place. Keep away from sparks and open flame. Store and handle materials in accordance with manufacturer's written instructions. Use product within 48 hours of opening container. Use PWS-8 Super Strength(8 percent solids)within 8 hours of opening. 3.05 WATER REPELLENTS: A. Apply water repellents to substrates in accordance with manufacturer's written instructions, environmental regulations and application procedures determined from the test panel result' approved by the Architect. 1. Apply to clean, dry, cured and properly prepared surfaces approved by Architect. 2. Apply material as shipped by the manufacturer. Do not dilute. 3. Do not apply to below-grade surfaces. 4. Do not apply to painted surfaces. 5. Do not apply to compensate for structural or material defects in substrates. 6. Do not apply to substrates such as asphalt or polystyrene which may be affected by the solvent carrier. B. Apply material using a high-volume, low-pressure,pump-up sprayer(between 40 and 60 p i) with a fan tip and solvent-resistant fittings. Roller, or natural bristle brush or foam may be used in areas where spray application is not appropriate. Do not use airless spray equipment. 1. Vertical Applications: When spraying, material shall be applied from the top down, in even strokes, allowing for a 4 to 6 inch(102 mm to 152 mm)run down to ensure adequate penetration and saturation. Work all the way down the building covering the run down as you go. Avoid excessive overlapping. a. Some substrates may require back rolling after product is applied to smooth out any run down lines. b. Brush any excess product that may accumulate on ledges and other areas that may hold excess material. 2. Horizontal Applications: If surface pooling or puddling appears, back-roll, brush or broom away excess material. Complete penetration shall occur. Material curing on surface may cause whiting or slickness. 3. Apply at the rate of 100 sq. ft./gallon. 3.06 FINAL CLEANING: A. Upon completion of all work covered in a specification,the Contractor shall remove all equipment, material and debris, leaving the area in an undamaged and acceptable condition. Dispose of material containers according to state and local environmental regulations. B. Repair, restore or replace to the satisfaction of the Architect, all materials, landscaping and non-masonry surfaces damaged by exposure to material application. END OF SECTION 15.01511 SILICONE WATER REPELLENTS 07 19 19 - 5 City of Coppell Facilities Building Exterior Wall Waterproofi i g Coppell, Texas SECTION 07 92 13 EXTERIOR JOINT SEALERS PART 1 -GENERAL 1.01 SECTION INCLUDES: A. Removal and replacement of existing sealants and installation of sealant at joints indicated in drawings and specifications, or identified during Pre-Bid meeting, all levels, all elevations. 1.02 RELATED SECTIONS: A. SECTION 04 01 20.52 - Washing and Cleaning of Building. B. SECTION 04 01 20.91 -Masonry Restoration. C. SECTION 09 91 00 -Painting. 1.03 SYSTEM PERFORMANCES: A. Provide joint sealers that have been produced and installed to establish and maintain watertight and airtight continuous seals. B. It is the intent of this specification to replace existing sealants with new urethane sealant . d provide new urethane sealant joints as noted, detailed, and required. C. Joint Preparation to receive sealants shall comply with these specifications, unless manufacturer's requirements exceed these specifications. Procedures which differ from these specifications shall be submitted in writing and be approved by Architect in writing. 1.04 QUALITY ASSURANCE: A. Installation Qualifications: Work shall be performed by a firm having not less than 5 years successful experience in comparable waterproofing projects and employing personnel skilled in the operations indicated. It is anticipated that this Work shall be performed by the prime contractor. B. Contractor shall assign a full-time site superintendent to the project whose qualifications have been submitted to and approved by the Project Manager and Architect. This site superintendent shall have a minimum of five-years experience in similar work and must have been in the employment of this Contractor for at least one year. C. The Contractor shall be approved by the sealant manufacturer to install the Work and qualify for the specified warranties. D. During the course of sealant work, the contractor shall perform field adhesion tests in addition to testing performed by the manufacturer and the Architect. 1. Field adhesion tests shall be made and documented as outlined by the manufacture 's representative. The contractor shall confirm successful adhesion tests for each 100 lin al feet for the first 1,000 feet of sealant work installed for each type sealant and for ea h 1,000 lineal feet thereafter. 15.01511 EXTERIOR JOINT SEALERS 07 92 13 - 1 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell,Texas 2. These adhesion test results shall be submitted to both the manufacturer and the Architect in writing on a monthly basis. The reports shall be submitted to the Architect with pr prior to submittal of the pay request in order for payment to be made on that Work. E. Single Source Responsibility for Joint Sealer Materials: Obtain joint sealer materials from a single manufacturer for each different product required. 1.05 SUBMITTALS: A. Site superintendent's qualifications. B. Product Data: Submit manufacturer's technical data for each joint sealer product requir-d, including instructions for joint preparation and joint sealer application. Submit data in cleaning materials, primers, and related products. Submit in accordance with SECTION 11 33 00. C. Safety Data Sheets: Submit SDS sheets on all products including cleaning products. D. Samples for Initial Selection: Submit manufacturer's standard bead samples consisting •f strips of actual products showing full range of colors for each product exposed to vie . Submit in accordance with SECTION 01 33 00. E. Certificates: Submit certificates from manufacturers of joint sealers attesting that th,it products comply with specification requirements and are suitable for the use indicated. F. Submit written evidence that contractor is pre-approved by the manufacturer for applicati•n of the products for the specified warranty. 1.06 DELIVERY, STORAGE,AND HANDLING: A. Deliver materials to project site in original unopened containers or bundles with lab is informing about manufacturer, product name and designation, color, expiration period is use,pot life, curing time, and mixing instructions for multi-component materials. B. Store and handle materials to prevent their deterioration or damage due to moist e, temperature change, contaminants, or other causes. 1.07 PROJECT CONDITIONS: A. Environmental Conditions: Do not proceed with installation of joint sealers under e following conditions: 1. When ambient and substrate temperature conditions are outside the limits permitted .y joint sealer manufacturers. 2. When joint substrate are wet due to rain, frost, condensation, or other causes. B. Joint Width Conditions: Do not proceed with installation of joint sealers when joint wid s are less than allowed by joint sealer manufacturer for application indicated. 15.01511 EXTERIOR JOINT SEALERS 07 92 13 -2 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell,Texas 1.08 WARRANTY: A. Contractor shall provide Owner a written warranty against leakage and defects n workmanship or materials for a period of five (5)years from the date of final completion. B. Manufacturer shall provide Owner a written warranty against leakage and defects in materials for a period of twenty (20) years from the date of final completion. Warranty sh 11 state that manufacturer shall pay unrestricted costs for labor and material to replace fail-d sealant materials. C. Failure of materials or workmanship shall include,but not limited to: 1. Water penetration into the building. 2. Air infiltration into the building due to improper sealant joint. 3. Adhesive or cohesive failure of sealants. PART 2 -PRODUCTS 2.01 MATERIALS, GENERAL: A. Compatibility: Provide joint sealers, joint fillers, and other related materials that .re compatible with one another and with joint substrate under conditions of service a d application, as demonstrated by testing and field experience as supplied and warranted p y one manufacturer. B. Colors: Provide color of exposed joint sealer indicated or, if not otherwise indicated, .s selected by Architect.Available colors to choose from shall extend to full color wheel. C. All colors shall be submitted and approved by Owner prior to installation. D. Related Materials: 1. Vertical Joint Backing: Open or closed cell backer rod as recommended and approved .y sealant manufacturer. 2. Horizontal Joint Backing: Closed cell backer rod as recommended and approved 'y sealant manufacturer. 3. Bond Preventative Materials: Polyethylene Bond Breaker tape. 4. Primer: As recommended by sealant manufacturer for weather and substrate conditions a. Recommendation from manufacturer shall be for exact primer product. Use of pri er shall be required. 5. Related materials shall be as recommended by and approved by sealant manufacturer. E. Mixing: Mix multi-component products as directed by manufacturer. 2.02 ACCEPTABLE MANUFACTURERS: A. Available manufacturers: Subject to compliance with single source materials and twe ty (20) year warranty requirements,manufacturers offering products which may be incorpora d in the Work include,the following: 1. Silicone Sealants: Dow Coming a. Dow 795 All Surfaces with Dow Corner Primer,primer on porous materials. 15.01511 EXTERIOR JOINT SEALERS 07 9213 - 3 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell, Texas PART 3 -EXECUTION 3.01 EXAMINATION AND PREPARATION: A. Examine joints for defects that would adversely affect quality of installation. B. Additional joint preparation, beyond that outlined in the specifications, shall be provided s required by sealant manufacturer recommendations and field adhesion tests. C. Sealant material manufacturer representatives shall not have the right or authority to redu e the specified joint preparation without written approval of those techniques by the Architec . 3.02 PREPARATION: A. Removing existing sealants. 1. Cut out and completely remove existing sealants, backer rods, bond breaker tapes, and other materials to a depth as required to install backer rod and sealant which shall typically be approximately 1", or additional depth when required by sealant manufacturer. a. In limited locations where use of bond breaker tape is allowed, existing materi is shall be removed to a minimum of 1/2" depth. 2. Remove debris from job site. 3. Do not remove more sealant than can be replaced in the same day. 4. Cleaning operations shall comply with procedures developed in accordance w th Architect, Manufacturer, and specified requirements. The procedures shall e coordinated with Manufacturer and submitted in writing by Contractor to Architect r approval prior to start of Work. B. New sealant joints. 1. Remove existing mortar and sawcut as required to install sealant joint at the following: a. All joints between brick veneer and cast stone. b. All joints between cast stone to cast stone,brick veneer to brick veneer. c. All joints between brick veneer and vinyl window frames. d. All joints between cast stone and wood frames, brick veneer and metal store front frames. e. All joints between cast stone and metal frames, brick veneer and miscellaneous w;11 accessories. f. All joints between brick veneer and coping knuckle at exterior side of wall. g. All joints/laps in reinstalled sheet metal coping. h. Joints identified on drawings or during Pre-Bid conference. 2. At these locations, remove existing mortar and related materials to a minimum depth 1- 1/4"to allow for installation of backer rod and sealant. 3. Do not remove more mortar and related material than can be replaced with sealant in e same day. 4. Cleaning operations shall comply with procedures developed in accordance w th Architect, Manufacturer, and specified requirements. The procedures shall se coordinated with Manufacturer and submitted in writing by Contractor for approval prier to start of Work. 15.01511 EXTERIOR JOINT SEALERS 07 92 13 - 4 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell,Texas C. Preparation of joints. 1. Mechanically grind and scrape joint to a sound, clean surface. Take care to not damage finished surfaces to remain. Verify cleaning procedures with sealant manufacturer's representative for additional requirements. 2. Remove dust and debris from joint. 3. Using a wire brush and solvent, abrade and remove old sealant and other materials and wipe with a clean cloth. 4. Wipe joint surfaces clean with solvent or cleaner recommended by sealant manufacturer using clean cloths and eliminate residue. a. The intent is for the manufacturer to review and approve the cleaning products, not to reduce the requirement to provide cleaning. 5. Prime joints to receive silicone sealant with Dow Corning Primer P (or primer recommended by manufacturer). a. Do not thin primer. b. Apply at approximate rate of 35-40 square feet per pint or approximately 450 linear feet per pint. c. Allow primer to dry tack feel before applying sealant(approximately 30 minutes) d. Sealant shall be installed the same day as primer. e. Do not apply primer to backer rod or bond breaker tape. f. Joints to receive sealant shall be primed unless otherwise specifically approved in writing by Architect. Joints sealed without primer shall be cleaned and resealed after application of primer. g. If manufacturer's representative determines primer shall be detrimental 'to performance of the joint, Architect shall issue a change order to eliminate primer at specific joints. Primer shall be required unless deleted by change ord•r. Manufacturer's communications in reference to primers shall be to Architect, not to Contractor. 3.03 JOINT SIZES: A. Sealant: Depth as recommended by sealant manufacturer or equal to width (minimum). B. Depth of web joint to be approximately 1/2 the width of joint opening. C. All joints less than proper depth shall be rejected, removed, and replaced. D. No sealant joint thickness of less than 1/4" depth will be accepted regardless of joint width. E. No sealant joint thickness of more than 1/2" depth will be accepted regardless of joint widt . F. No sealant joint with bond line prepared surface receiving sealant of less than 1/4" will .e accepted, regardless of joint thickness or width. 3.04 APPLICATION: A. General: 1. Joint Backing: Install backer-rod. Maintain proper joint depth ratio at 1/1 the width of the joint with a maximum depth of 1/2" and a minimum of 1/4". Where mortar is partially removed, install bond preventative material in joint. 15.01511 EXTERIOR JOINT SEALERS 07 92 13 - 5 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell,Texas a. Do not apply primer to backer-rod or bond-breaker tape. 2. Bond Breaker Tape: Where joint is too narrow or too shallow to allow installation of backer rod(in general less than 1/4" in width) and cannot be corrected by typical grinding or saw cutting procedures, install bond breaker tape in manner and of width approved by sealant manufacturer to prevent three point adhesion. 3. Sealant: a. Apply sealant to joints using pressure gun with nozzle sized for joint width. b. Apply sealant to joints following these specifications and manufacturer's instructions for specific type sealant. c. All sealant joints shall be tooled. B. Joint Backing: 1. Restrict depth of joints with backer rod where required to achieve proper joint depth. 2. Select type backer-rod recommended by sealant manufacturer for each specific type joint. 3. Size backer rod to allow for thirty per cent (30%) minimum compression of backer rod when installed. Smaller diameter backer rods twisted together in lieu of larger properly sized rod shall not be accepted. 4. Install backer rod as a continuous element from one end of exposed joint to other end. 5. Use push gauge to install backer rod to proper position to insure proper depth of sealant. 6. Where installation of backer rod is not feasible due to insufficient clearance, and required to prevent three sided adhesion, apply bond breaker tape prior to application of sealant. 7. Installation of sealant joints with potential three sided adhesion shall not be permitted and shall be cause for rejection of work. C. Bond Breaker Tape: 1. Install bond breaker tape in areas which will not accept backer rod and where required to prevent three sided adhesion. Locations for use of bond breaker tape shall be approved by manufacturer's representative and Architect. 2. Install into joint substrate in such a manner as to not contaminate adhesion zone or joint wall facings, or the bond breaker tape. 3. Place release strips in disposal bag. D. Sealant: 1. Verify that temperature and moisture conditions are within manufacturer acceptable limits. 2. Using fresh sealant and clean equipment, fill joint with sealant as to not leave entrapped air,but without changing the depth of the joint backer materials and in sufficient amounts that the tooled joint shall have proper depth and profile and shall terminate against the joint substrates facing in a concave profile. 3. Provide uniform cross sectional shapes and depths relative to joint widths d configuration which allow optimum sealant movement capability. E. Tooling: Y 1. Tool joints to required configuration in accordance with manufacturer's recommendations. 2. Completed sealant application shall resemble an extruded product. 3. Use tools of proper widths to coordinate with each individual joint width at project site. 15.01511 EXTERIOR JOINT SEALERS 07 92 13 - 6 City of Coppell Facilities Building Exterior Wall Waterproofi l g Coppell,Texas 4. Tooling Non-Sag Sealants: a. Immediately after sealant application and prior to time skinning or curing begins,t••1 sealants to a smooth, uniform bead of required configuration. b. Eliminate air pockets and ensure contact and adhesion of sealant with sides of joint. c. Remove excess sealant from surfaces adjacent to joint. d. Do not use tooling tools or procedures which discolor sealants or adjacent surfaces sr affect sealant curing/adhesion. Use procedures approved by sealant manufacturer. e. Protect fresh sealant from impact and dust until surface sets. 3.05 INSPECTION: A. Contractor: During the execution of the Work, the contractor shall inspect the Work of is employees to assure compliance with the manufacturer's guidelines, the specifications wh-n they exceed the manufacturer's guidelines, and good construction practice. 1. The Contractor shall make his staff available to allow inspections of Work and to assist in testing requested by the manufacturer's representative,Architect, or Project Manager. B. Manufacturer: The manufacturer's technical representative shall visit the project site at least once every two weeks with intervals not to exceed sixteen days to assure the work is installed according to the manufacturer's guidelines. 1. Manufacturer's representative shall conduct pull tests and remove portions of sealant to observe installation methods and to satisfy warranty requirements. Contractor shall repair test areas. 2. Manufacturer's representative shall provide consultant with written reports of site visits and observations. 3. It shall be the Contractor's responsibility to coordinate and schedule manufacturer's inspections and to assure that manufacturer's written reports are distributed to the Architect. Payment shall not be approved to the Contractor if inspections are not conducted by the manufacturer and reports not prepared and distributed. C. Architect: The Architect will make visits to the site to inspect the progress of Work. 1. The Architect may choose to conduct pull tests and remove portions of sealant to observe installation methods. Contractor shall repair test areas. D. Faulty Work: Should inspections by the Project Manager, Architect, or manufacturer's representative reveal faulty work or Work not installed according to the specifications, the Contractor shall be required to remove all adjacent work until a place is reached where installation was performed properly. The Contractor shall then assist in spot checking the remainder of the Work. 3.06 PROTECTION: A. Protect all -Work from contaminating substances and damage resulting from other construction operations or other causes so that they are without deterioration or damage at time of substantial completion. 15.01511 EXTERIOR JOINT SEALERS 07 92 13 - 7 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell,Texas 3.07 CLEANING: A. Remove excess sealant from adjacent surfaces immediately after contact use solvent clean=rs as recommended by sealant manufacturer as cleaning agent. B. Remove debris and containers from job site. END OF SECTION 15.01511 EXTERIOR JOINT SEALERS 07 92 13 - 8 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell,Texas SECTION 08 01 80 GLASS CLEANING PART 1 -GENERAL 1.01 DESCRIPTION OF WORK: A. Clean glass as the last item of Work after all other Work has been completed and prior to date scheduled for inspection to establish date of substantial completion. Clean all openings and fixed glass at all levels, all elevations of the entire building. 1.02 QUALITY ASSURANCE: A. Standards: Test prior to beginning full scale cleaning operations to determine dilution ra io of detergents, compatibility with glass surface, and to establish an acceptable standard r glass cleaning. Allow test panels of glass to dry thoroughly before inspection and evaluation of final appearance and results. Review cleaned area of glass with Project Manager to determine acceptability. B. Installation Qualifications: Work shall be performed by a firm having not less than five years successful experience in comparable projects and employing personnel skilled in the cleaning processes and operations indicated. C. Provide cleaning products and materials approved for use by the Architect and Project Manager based on review of sample areas of cleaned glass. 1.03 SUBMITTALS: A. Product Data: Submit manufacturer's technical data for each type cleaning material product required, including application and storage instructions. B. Submit Safety Data Sheets (SDS) for all products used in conjunction with this project. 1.04 DELIVERY, STORAGE,AND HANDLING: A. Protect glass cleaning materials during delivery, storage and handling to comply with manufacturer's directions and as required to prevent damage to cleaning materials. 1.05 PROJECT CONDITIONS: A. Avoid application to surfaces in direct sunlight or high winds. Where necessary to apply in sunlight, the glass shall be cooled by pre-wetting with clean water to below 90° before applying cleaning solution. 1.06 PROJECT PRECAUTIONS: A. Protect surrounding metal, masonry, painted surfaces, wood, adjacent plant life, and other sensitive materials from exposure to cleaning solutions. B. Protect all concrete, masonry, plaster, elastomeric coating, painted surfaces, and metal surfaces to assure cleaning solutions do not stain or discolor finished surfaces. 15.01511 GLASS CLEANING 08 01 80 - 1 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell,Texas C. Take precautions to avoid harm to building occupants, pedestrians, near-by prope , automobiles, and surfaces by contact with cleaner, rinse water, or fumes. D. Beware of drifting of sprayed material or rinse water. Pedestrian and auto traffic shall e diverted or protected. E. When working over traffic, clean only when traffic is at a minimum and protect carefully. PART 2 -PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS: A. Cleaning Solutions 1. Subject to cleaning a test panel of glass and establishing acceptability with the Proj-ct Manager and Architect, the following cleaning solutions are acceptable for glss cleaning. a. Areal Chemicals, Inc.: PG Glass Cleaner - liquid non-acid concentrate w. h ammonia. b. ProSoCo, Inc.: Light Duty Restoration Cleaner for removing calcium stains, wh to scum, and other staining from window glass. c. Products of other manufacturers tested at the site and submitted to Architect or review. B. Contractor shall work with cleaner manufacturers for test cleaning of glass to establi h weakest solution that will satisfactorily clean glass as judged by Project Manager d Architect. 2.02 GLASS CLEANER: A. General: Comply with recommendations of cleaning solution manufacturers, window manufacturer, door manufacturer, and glass manufacturers for selection of glass cleaning products and procedures which have performance characteristics suitable to properly clean the glass under conditions present at time of cleaning. B. Compatibility: Select type of cleaner and ratio of dilution that has proven compatibil. with glass surfaces contacted and under service conditions indicated, as demonstrated y testing and field experience. PART 3 -EXECUTION 3.01 APPLICATION: A. Test prior to beginning full scale cleaning operations to determine dilution rate a d compatibility with glass surfaces. To evaluate final appearance and results, allow t.st panels to dry thoroughly before inspection. 3.02 DILUTIONS: A. Dilution shall be as recommended and approved by cleaning solution manufacturer .s conditions dictate and as approved by Architect. 15.01511 GLASS CLEANING 08 01 80 -2 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell,Texas B. In most cases, a solution of one part concentrate to eight parts clean water will produce acceptable results. Severe scum or stains shall require a stronger solution. C. When diluting,pour water into empty bucket first,then carefully add concentrate. 3.03 APPLICATION: A. After protecting sensitive surfaces, and when the proper strength solution has been prepared,proceed with glass cleaning operations. B. Procedure: 1. Work shall proceed in sections. Do not allow cleaner to dry on surface, when required. 2. Pre-wet surface to be cleaned and the areas directly beneath with pressurized cold water. If application is done in direct sunlight, pre-wet in sufficient quantity to cool glass surface. 3. Apply solution of cleaner in a gentle, circular, scrubbing manner using a soft bristled washing brush. Dwell time shall be as established with cleaning solution manufacturer in cleaning of test areas, but in no case shall cleaning solution to be allowed dry on glass. 4. Rinse all traces of cleaning agents and residue with pressurized water at pressure not to exceed 400 psi. Squeegee excess water from glass. Dry with clean lint-free cloth. C. Rinse procedures shall extend to rinsing all affected surfaces of the building to remove traces of cleaning products and resultant dirt. Final appearance of building shall be clean. D. Repeat application and cleaning procedures if necessary for removal of persistent stains sr deposits. END OF SECTION 15.01511 GLASS CLEANING 08 01 80 -3 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell,Texas SECTION 09 91 00 PAINTING PART 1 —GENERAL 1.01 SECTION INCLUDES: A. Field applied painting and finishing of and exterior surfaces of installed steel lintels as indicated on Drawings. B. Surface preparation, if not prepared under other specifications sections. 1.02 RELATED SECTIONS: A. Factory Primed and Prefinished Products: Check all specifications sections to determine items furnished factory primed or prefinished. B. SECTION 01 50 00 - Temporary Facilities and Controls: Temporary heating and lighting. 1.03 WORK NOT TO BE PAINTED: A. Prefinished Products: 1. Vinyl windows. 2. Glass and plastic glazing. 3. Prefinished metal roofing,flashing, and counterflashing. B. Work indicated to remain unfinished. C. Operating mechanisms (i.e., valve and damper operators, linkages, sensing devices, mo I•r and fan shafts, and other similar operating mechanisms). D. Required labels (i.e., Underwriters' Laboratories, Inc., Factory Mutual, and other co s e required labels, and equipment names, identification, performance rating, or nomenclat le plates) and operating instructions. E. Surfaces specified or scheduled to receive other finishes. F. Finished mechanical and electrical equipment (i.e., light fixtures, switchgear, fire sprink er heads, and other similar equipment), except as specified in this Section. G. Concealed surfaces in inaccessible areas. 1.04 REFERENCES: A. American National Standards Institute (ANSI) Z53.1 - Safety Color Code for Marki g Physical Hazards. B. American Society for Testing and Materials (ASTM): 1. D 16 - Standard Definitions of Terms Relating to Paint, Varnish, Lacquer, and Relat-d Products. 2. D 523 - Standard Test Method for Specular Gloss. 3. D 2016 - Standard Test Methods for Moisture Content of Wood. C. Occupational Safety and Health Administration (OSHA) Safety and Health Standards ('9 CFR 1910). 1.05 DEFINITIONS: A. Conform to ASTM D 16 for interpretation of terms used in this Section. 15.01511 PAINTING 09 91 00 1 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell,Texas 1.06 SUBMITTALS: A. General: Comply with requirements of SECTION 01 33 00. B. Color and Texture Samples: Before starting work, secure instructions and prepare duplicate 12" square stepped color and texture samples of each color and finish required, complete with primers and block fillers. 1. Prepare on materials corresponding to those to be finished. 2. Mark each sample set for identification and use location, and submit for approval. 3. Remake rejected samples and resubmit until approved, at no additional cost. Approved samples will be retained (one by Contractor and one by Architect) and used as basis for acceptance or rejection of completed work. 4. Include with each sample set a list of materials and application for each coat identified as to finish, formula, color name and number, sheen name and gloss units, and number of coats for each coat. C. Materials List: 1. Before starting work, provide listing and receive approval of all materials intended for use. a. For each product include: 1) Manufacturer's name. 2) Product brand names,types, numbers, colors, sheens, and grades. 3) Label analysis. 4) Cross reference of coatings to specific finish systems and applications. 5) Installation substrates and locations where products are to be installed, includi g number of coats for each product. 2. Architect will review materials listing for compliance with requirements. Archit ct reserves right to rejected products not representing manufacturer's top-of-the-line quality of their respective kinds for use under service conditions indicated, and to direct their replacement at no additional cost. 3. Make no deviations from approved materials list without written approval from Architect. D. Product Data: Manufacturer's specifications and technical data for all products, includi g substrate preparation and installation instructions, required minimum wet film thickness r installation to achieve minimum dry film thicknesses specified, and applicable Mater al Safety Data Sheets. E. Certification: Manufacturer's written certification attesting that products supplied corn ly with local regulations controlling use of volatile organic compounds (VOCs). F. Hazardous Materials and VOC Compliance Certification: Manufacturer's written certification attesting that all products supplied are free of lead, chromates, and mercury in accordance with current government standards and that all products supplied do not exceed 3.5 lbs. per gallon (420 grams per liter) maximum allowable Volatile Organic Compound (VOC) content. Local restrictions may be more stringent 1.07 QUALITY ASSURANCE: A. Single Source Responsibility: Obtain materials for each type coating system required from one source from single primary manufacturer, as standard product of manufacturer, with primers and undercoat materials produced by manufacturer of finish coats. Use only thinn rs recommended by coating manufacturer and only within recommended limits. 15.01511 PAINTING 09 91 00 -2 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell,Texas B. Paint Manufacturer: Company specializing in manufacturing quality paint and finish products and whose products are distributed nationally, or Architect approved equal regional paint manufacturer with 15 years documented experience in production of type field applied finishes required. C. Applicator: Company specializing in commercial painting and finishing with 5 years documented experience. D. Custom Colors: Where custom color is indicated or specified, provide custom color selected by Architect and Owner from color chips available for purchase from: Plochere Color System 1818 Hyperion Avenue Los Angeles, CA 90027 (213) 661-0070 1.08 PROTECTION: A. Protect surfaces, objects, adjacent work and finishes, and storage areas from dama 'e. Provide drop cloths, shields,masking, coverings, and other protection required. 1. Coordinate work with other trades. Remove electrical outlet and switch plat s, mechanical diffusers, escutcheons, registers, surface hardware, fittings, fastenings, li ht fixtures and other finished items which are not to be job site finished. a. Carefully clean and store removed items. Do not use cleaning agents detrimental to permanent [lacquer] finishes. b. Reinstall removed items after completion of job site finishing in each area. B. Place cotton waste, cloths, and other material which may constitute a fire hazard in closed metal containers. 1.09 DELIVERY, STORAGE AND HANDLING: A. Deliver products to site in original, sealed containers bearing legible labels indicating manufacturer; type of finish material (generic classification or binder type); brand name, brand code or stock number; color name and number; label analysis; date of manufacture; shelf life; coverage rates; drying time; and instructions for surface preparation, mixing, reducing(where applicable), application, and cleanup. B. Store in dry, well ventilated space at minimum 45 degrees F. and maximum 90 degrees . ambient temperatures, unless otherwise allowed or required by manufacturer's instructions. C. Take precautions to avoid freezing and danger of fire and spontaneous combustion. D. Keep storage areas clean. 1.10 ENVIRONMENTAL CONDITIONS: A. Lighting: Maintain 80 foot candles minimum on surfaces being finished. B. Ventilation and Heating: Provide as required to maintain following surface and ambient temperatures for 24 hours before, during, and 48 hours after application of finishes, unless otherwise allowed or required by manufacturer's instructions: 1. Latex Paints: Between 50 degrees F. and 90 degrees F. for interior or exterior. 15.01511 PAINTING 09 91 00. 3 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell,Texas 2. Varnish and All Other Solvent Thinned Coatings: Between 60 degrees F. and 90 degrees for interior or exterior. C. Do not apply coatings to damp or wet surfaces, during rain or snow, when relative humidi is above 85%, or at temperatures less than 5 degrees F. above dew point, unless otherwi e allowed by manufacturer's instructions. 1.11 EXTRA MATERIAL: A. Provide extra materials matching each product installed in color, material type, sheen, and finish texture, equaling 5 gallons or 2%of total quantity installed,whichever is greater. B. Package extra material in sealed containers legibly labeled to indicate manufacturer, materal name or title designations, stock number,product description(generic classification or binder type), date of manufacture, label analysis, shelf life, precautions, and original installation location. C. Deliver extra material to Owner's designated on-site place of storage. 1.12 WARRANTY: A, Warrant paint for one year against loss of adherence, blisters, running, peeling, scali g, chalking, streaks, stains, or other defects detrimental to performance or appearance. B. Refinish defective and unsatisfactory work at no additional cost to Owner. PART 2 -PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS: A. Nationally Distributed Paint Manufacturers: 1. THE SHERWIN-WILLIAMS CO. B. Regional Paint Manufacturers: 1. KELLY-MOORE PAINT CO., INC. 2. TNEMEC COMPANY, INC. C. Substitutions: Comply with requirements of SECTION 01630. D. Certain products are scheduled by proprietary listing of manufacturer and product name •r number. Provide scheduled product or substitution under provisions of SECTION 01630. E. Where name of manufacturer is not scheduled, provide products known to be of suita le quality and recommended by manufacturer for use intended, as produced by one f following: 1. Nationally Distributed Paint Manufacturers: a. THE SHERWIN-WILLIAMS CO. 2. Regional.Paint Manufacturers: a. KELLY-MOORE PAINT CO., INC. b. TNEMEC COMPANY, INC. c. Substitutions: Comply with requirements of SECTION 01630. 15.01511 PAINTING 09 91 00 - 4 City of Coppell Facilities Building Exterior Wall Waterproofiig Coppell,Texas 2.02 MATERIALS: A. Coatings: Top-of-the-line quality products of their respective kinds, exhibiting good flow and brushing properties and capable of drying or curing free from streaks, sags, and other defects detrimental to installed appearance. 1. Provide factory mixed and tinted coatings. Field mixing, tinting and thinning will not be accepted, unless otherwise required by manufacturer for products which cannot be factory mixed or tinted. B. Accessory Materials: Commercial quality linseed oil, shellac, thinners, turpentine, and other materials not specifically indicated but required to achieve finishes specified, suitable for use intended and produced by manufacturer of finish coating system with which used. 2.03 FINISHES: A. Provided to Contractor before starting work. PART 3 -EXECUTION 3.01 INSPECTION: A. Examine installation areas and surfaces indicated to receive field applied finishes. Report unsatisfactory conditions in writing to Architect. Do not proceed until unsatisfactory conditions have been corrected. 1. Verify that surfaces are ready to receive field applied finishes, as required and instructed by product manufacturers. 2. Alkali Content: Use litmus paper to test concrete, masonry, plaster, and other cement based] surfaces for high alkalinity conditions. pH level greater than 10 indicates high alkalinity and that surfaces are not suitable for coating. B. Starting installation constitutes acceptance of surfaces and conditions as satisfactory or installation of field applied finishes by Contractor, who shall correct damage d unacceptable or defective work at no additional cost. 3.02 PREPARATION: A. General: 1. Comply with coating manufacturer's substrate preparation and application instructions. 2. Clean substrates of powder residue, dirt, dust, oil, grease, wax, loose and unbonded coatings and finishes, efflorescence, mildew, loose particles, stains, mortar and other contamination or conditions detrimental to application, performance, or appearance of finishes. 3. Rake out and fill holes, checks, splits, cracks and other surface irregularities with suitable patching compound; finish repairs to match adjacent surface profile, color, and texture. 4. Remove damaged, unfirm, blistered, and scaling paint. Sand surfaces and edges to give bite to new paint and to smooth out edges of existing paint. 5. Neutralize alkali conditions. 6. Etch glossy, glazed or dense surfaces. 7. Seal marks. 8. Verify compatibility of primer and sealer coats with subsequent finishing materials. 9. Where existing paints have been removed down to surface of bare substrate material, prime with primer compatible with substrate and subsequent top coat material and spot paint to build up to level of original paint. 15.01511 PAINTING 09 91 00 - 5 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell,Texas 10. Perform coating compatibility and adhesion tests on prepared substrates in inconspicuo s locations, to determine primer compatibility with substrates and adhesion of primers a d subsequent field applied finishes. B. Steel and Iron: 1. Prepare exterior metal per SSPC-SP3 and SSPC-SP-1. After rust build up is ground off to underlying metal,verify sectional area of structural member. 2. Shop Primed Surfaces: Clean ruptured, abraded, chipped, damaged, defective or unacceptable areas of shop prime coats down to bare metal, including welded areas. Spot prime with primer scheduled. 3. Uncoated Surfaces: Clean; remove rust, mill-scale and weld splatters. Prime with primer scheduled. C. Galvanized Metal: Thoroughly solvent clean. Touch-up deficient areas as scheduled a d apply 1 coat of vinyl wash primer. 3.03 APPLICATION: A. Apply products in compliance with manufacturer's instructions. B. Apply finishes only to surfaces that are clean and dry. C. Apply each coat to uniform finish, of approved color, smooth, free from runs, sags, dro u s, ridges,waves, laps, skips, defective brushing and clogging, and with clean-cut edges. D. Spray painting,unless specifically called for,will not be accepted. E. Apply each coat of paint slightly darker than preceding coat, unless otherwise approved. F. Lightly sand or rub with steel wool between coats on wood and metal surfaces before applying subsequent coats. G. Allow each coat to thoroughly dry before applying subsequent coats. D. Paint edges of doors occurring between areas having different finishes to match color finish of room or space from which door edges are visible when doors are in partly opened positi.n. E. Unless otherwise specified, except where primers are specified in other specifications sections, provide materials for succeeding coats on a surface as produced by manufacturer furnishing previous coats. 3.04 CLEANING: A. Promptly remove paint, oil and stains where spilled, splashed, or spattered on adjac nt finishes. Use cleaning materials and methods recommended by manufacturers of materi is being cleaned. 1. If adjacent finishes cannot be successfully cleaned, remove fouled materials and finis s and replace with new materials and finishes as originally specified at no additional cost to Owner. 15.01511 PAINTING 09 91 00 - 6 City of Coppell Facilities Building Exterior Wall Waterproofing Coppell,Texas B. Maintain premises free of unnecessary accumulations of tools, staging, scaffolding, equipment, surplus materials, and debris. C. Collect cotton waste, cloths, and material which may constitute a fire hazard; remove from site at end of each work day and legally dispose of them. 3.05 SCHEDULE: A. General: 1. Number of coats specified in this Section are minimum. Apply additional coats .s required to cover completely and comply with quality specified. 2. Apply each coat of finish in minimum dry film thickness specified in this Section, unl:ss greater thickness is recommended by manufacturer of coating material being applied. 3. Gloss Levels: Gloss Name ASTM D 523 Gloss Range Test Method Semi-Gloss 60°meter 30 to 65 B. Exterior Surfaces: 1. Steel -Unprimed: a. One coat macro-epoxy 646 b. Two coats A100 exterior latex. 2. Steel - Shop Primed: c. Touch-up with original primer. d. Two coats alkyd enamel; semigloss. 3. Steel - Galvanized: a. Touch-up with vinyl wash etching primer. b. Two coats alkyd enamel; semigloss. END OF SECTION 15.01511 PAINTING 09 91 00 - 7 ARNOLD ArlISSOCIATES 14275 Midway Road,Suite 170 Addison,Texas 75001 INC. 972/991-1144 800/535-6329 FAX: 9721991-7302 ADDENDUM NO. 1 May 10, 2016 To the Drawings and Specifications for: EXTERIOR WALL WATERPROOFING AND WINDOW FLASHING CITY OF COPPELL FACILITIES BUILDING 265 PARKWAY BLVD. COPPELL,TEXAS 75019 To All Bidders: This addendum supplements and amends the original Drawings and Specifications of Project Manual No.15.01511 dated May 2, 2016, and shall be taken into account in preparing proposals and shall become a part of the contract documents. CHANGES TO PROJECT MANUAL Item#1: Owner's Invitation to Bid Instructions/Terms of Contract Specifications Bid Sheets for Bid NO. Q-0516-01, Page 7, remove and replace page in its entirety, attached behind this Addendum. Item#2: Section 04 01 20.91; Masonry Restoration, Paragraph 2.01.B, add paragraph 2 to read as follows: 2. Existing brick is believed to be Cloud Ceramics, Old Rose Velour Modular General Shale Brick Co. Colonial Grain Modular, distributed by Blackson Brick, Dallas,Texas,214-855-5051. HERE ENDS ADDENDUM NO. 1 ARNOLD&ASSOCIATES, INC. 14275 Midway Road, Suite 170 Addison,Texas 75001 NOTE: This Addendum is being sent to the City of Coppell for Distribution *,• ! _. '' N • •. 3•b'•99 e •ltI ' OF�•s' ' ' .. ' 1 O MEMBER OF;AMERICAN INSTITUTE OF ARCHITECTS•ROOF CONSULTANTS INSTITUTE• CONSTRUCTION SPECIFICATIONS INSTITUTE•NATIONAL ROOFING CONTRACTORS ASSOCIATION• ASSOCIATION FOR PRESERVATION TECHNOLOGY INTERNATIONAL• AMERICAN SOCIETY FOR TESTING MATERIALS City of Coppell Exterior Wall Waterproofing and Window Flashing At City of Coppell Facilities Building 265 Parkway Boulevard Coppell, Texas 75019 Bid#Q-0516-01 THURSDAY,MAY 26,2016 AT 2:00 P.M. Solicitation Schedule Dates Bid Issued May 6,2016 Pre-Bid Conference(Mandatory) Thursday,May 19,2016 at 2:00 p.m. Deadline for Questions Friday,May 20,2016 at 4:00 p.m. Final Posting of Answers to Questions Received or Monday,May 23,2016 at 2:00 p.m. Addenda issued Sealed Bids Due to the City Thursday,May 26,2016 at 2:00 p.m. Announcement of Apparent Successful Proposer/Bidder Thursday,June 16,2016 Contract Award/Proposed Council Approval July 2016 Start Implementation August 2016 *Estimate The dates BEFORE bid opening are firm unless changed through an Addendum. Dates after bid opening are proposed dates and the City reserves the right to modify this schedule at the City's discretion. Notification of changes in the response due date would be posted on Bidsync.com and the City website or as otherwise stated herein. All times and dates are Central Standard Time. CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL,TEXAS 75019 RNOLD ATM SSOCIATES 14275 Midway Road,Suite 170 Addison, Texas 75001 INC_ 972/991-1144 800/535-6329 FAX: 972/991-7302 ADDENDUM NO.2 May 11, 2016 To the Drawings and Specifications for: EXTERIOR WALL WATERPROOFING AND WINDOW FLASHING CITY OF COPPELL FACILITIES BUILDING 265 PARKWAY BLVD. COPPELL,TEXAS 75019 To All Bidders: This addendum supplements and amends the original Drawings and Specifications of Project Manual No.15.01511 dated May 2, 2016, and shall be taken into account in preparing proposals and shall become a part of the contract documents. CHANGES TO PROJECT MANUAL Item#1: Owner's Invitation to Bid Instructions/Terms of Contract Specifications Bid Sheets for Bid NO. Q-0516-01, Page 9, remove and replace page in its entirety, attached behind this Addendum. Item#2: Section 04 01 20.91; Masonry Restoration, Paragraph 2.01.B, add paragraph 2 to read as follows: 2. Existing brick is believed to be Cloud Ceramics, Old Rose Velour Modular General Shale Brick Co. Colonial Grain Modular, distributed by Blackson Brick, Dallas,Texas,214-855-5051. HERE ENDS ADDENDUM NO. 2 ARNOLD&ASSOCIATES, INC. 14275 Midway Road, Suite 170 Addison,Texas 75001 ,„'••�����t NOTE: This Addendum is being sent to the City of Coppell for Distribution lD 4q stye iW' , Z.1;10 :C] :.4 !j miy m'"1* ti4, '.11..c°.;: oF Vslork 1iv MEMBER OF:AMERICAN INSTITUTE OF ARCHITECTS•ROOF CONSULTANTS INSTITUTE• CONSTRUCTION SPECIFICATIONS INSTITUTE•NATIONAL ROOFING CONTRACTORS ASSOCIATION• ASSOCIATION FOR PRESERVATION TECHNOLOGY INTERNATIONAL• AMERICAN SOCIETY FOR TESTING MATERIALS City of Coppell Exterior Wall Waterproofing and Window Flashing At City of Coppell Facilities Building 265 Parkway Boulevard Coppell, Texas 75019 Bid#Q-0516-01 THURSDAY,MAY 26,2016 AT 2:00 P.M. Solicitation Schedule Dates Bid Issued May 6,2016 Pre-Bid Conference(Mandatory) Thursday,May 19,2016 at 2:00 p.m. Deadline for Questions Friday,May 20,2016 at 4:00 p.m. Final Posting of Answers to Questions Received or Monday,May 23,2016 at 2:00 p.m. Addenda issued Sealed Bids Due to the City Thursday,May 26,2016 at 2:00 p.m. Announcement of Apparent Successful Proposer/Bidder Thursday,June 16,2016 Contract Award/Proposed Council Approval July 2016 Start Implementation August 2016 *Estimate The dates BEFORE bid opening are firm unless changed through an Addendum. Dates after bid opening are proposed dates and the City reserves the right to modify this schedule at the City's discretion. Notification of changes in the response due date would be posted on Bidsync.com and the City website or as otherwise stated herein. All times and dates are Central Standard Time. CITY OF COPPELL • PURCHASING DEPARTMENT• 255 PARKWAY BOULEVARD • COPPELL,TEXAS 75019 RNOLD SSOCIATES 14275 Midway Road,Suite 170 Addison, Texas 75001 INC. 972/991-1144 800/535-6329 FAX: 972/991-7302 ADDENDUM NO.3 May 23, 2016 To the Drawings and Specifications for: EXTERIOR WALL WATERPROOFING AND WINDOW FLASHING CITY OF COPPELL FACILITIES BUILDING 265 PARKWAY BLVD. COPPELL,TEXAS 75019 To All Bidders: This addendum supplements and amends the original Drawings and Specifications of Project Manual No.15.01511 dated May 2, 2016, and shall be taken into account in preparing proposals and shall become a part of the contract documents. CHANGES TO PROJECT MANUAL PROJECT MANUAL: Item#1: Owner's Invitation to Bid Instructions/Terms of Contract Specifications Bid Sheets for Bid NO. Q-0516-01, Submission of Bids revise to read: Submission of Bids: Sealed bids shall be submitted no later than Thursday, June 2, 2016, at 2:00 P.M.,to the address as follows: City of Coppell Purchasing Department 255 E. Parkway Blvd. Coppell, Texas 75019 Item#2: Owner's Invitation to Bid Instructions/Terms of Contract Specifications Bid Sheets for Bid NO. Q-0516-01, Solicitation Schedule, Sealed Bids Due to the City, Thursday, June 2,2016,at 2:00 p.m. Item#3: Document 00 41 13, Bid Form, revise bid date to Thursday,June 2,2016. Item #4: Section 01 11 13, Summary of Work, 1.02 Work Covered by Contract Documents, paragraph A, shall be revised to read: A.Work in this project includes, but is not limited to, overhead protection, scaffolding and/or rigging to access areas of work; cleaning of masonry veneer; tuckpointing of masonry veneer; removal and replacement of window perimeter sealants;wet sealing of glass to vinyl frame, removal and replacement of masonry veneer at window openings; installation of window flange flashing; installation of masonry lintels; and painting of steel lintels. Removal and replacement of existing steel angle below cantilevered masonry veneer. Additional work as noted in the Contract Documents and as required to complete specified work shall also be required. MEMBER OF:AMERICAN INSTITUTE OF ARCHITECTS•ROOF CONSULTANTS INS11TUTE• CONSTRUCTION SPECIFICATIONS INSTITUTE•NATIONAL ROOFING CONTRACTORS ASSOCIATION• ASSOCIATION FOR PRESERVATION TECHNOLOGY INTERNATIONAL• AMERICAN SOCIETY FOR TESTING MATERIALS �AM04D Arm me.Item#5: Section 01 11 13, Summary of Work, paragraph 1.07 Hours of Work, paragraph A revise to read: A. Work shall be permitted during the hours of 7:00 a.m. to 7:00 p.m. on weekdays and 9:00 a.m.to 3:00 p.m. on weekends. Item #6: Section 02 21 16 Drawings, add paragraph 3.02, The above listed drawings have been reformatted onto 24"x 36"sheets and are bound separately. A. FP1.01 Floor Plans and Elevations. B. D2.01 Details C. D2.02 Details DRAWINGS Item#7: Issuance of 24"x 36"drawings sheets for convenience of contractor only. Item#8: Drawing EL2.01Elevations insert Bid Quantities of Potential Repairs attached. CLARIFICATIONS Item#1: Federal funds are not being used for this project, as such the contractor shall use prevailing wage rates established under chapter 2258 of the Texas Government Code. Item#2: Bid Bond of 5%is required per City of Coppell Invitation to Bid. Item#3: Request for cost savings to perform all desired Line Items is provided on Bid Form. Item#4: Landscape modifications shall be performed by City of Coppell. Item#5: Additional site visits/roof access will be provided at 10:00 a.m.on Wednesday,May 25, 2016. HERE ENDS ADDENDUM NO. 3 ARNOLD &ASSOCIATES, INC. 14275 Midway Road, Suite 170 Addison, Texas 75001 NOTE: This Addendum is being sent to the City of Coppell for Distribution t �ti�1 •444, I *A .r (PO i • 1� nRNOLD SSOCIATES 14275 Midway Road,Suite 170 Addison,Texas 75001 INC. 972/991-1144 800/535-6329 FAX:972/991-7302 A E1.1: Q1.44N1 1 t l E OF fi'OtENM 1,4L 1RE ',4I RE REMOVAL 4 REPLACEMENT 30 BRICKS (NOT ASSOCIATED WITH WINDOWS) MASONRY TUCKPOINTIN& o BRICK VENEER....................K__... 10,500 LIN. PT. MASONRY TUCKPOINTING 0 CAST STONE_....................230 LIN. PT. VERTICAL MASONRY JOINTS AT PILASTERS_.�............._.....2,3G 0 LIN_ PT. e TUCKPO INT 4 SEALING (FER EXPANSION JOINT - CORNER CONDITION) MEMBER OF: AMERICAN INSTITUTE OF ARCHITECTS•ROOF CONSULTANTS INSTITUTE• CONSTRUCTION SPECIFICATIONS INSTITUTE•AMERICAN SOCIETY FOR TESTING MATERIALS 1111601. i 000 � R1x 00000'000 W c-- Q. f P - -7 0' e�i ehxsOO :?i ' FQ O 0 ° D 0 r OO OO •'� Oi O il p00.: i . R Q . .o ° • 0 H2 O GA!0::o0 r ra0Iii ° .AQO �` CO..' :;) , O 00 i r /. y ::5:'5:1 I' �� TA_ 4 P :1 .1 ¶J1' 1 111*0 Jj 1?ii •r. /IW :1i ...I it go g: ,,,, �- • 0:0_I ) OL 00 00 O I OC' Awn) I 00 a'0.0 MI il Ilii Ci :::, . :, I lig ii oo- o' :P:1 .:u I o0 o'o r sl :::1 I� ; 0 i1r 0 of o= T 000c�o ©1 ©! 01 0 o. 00000 v © lei of 000 .11 111 ' tD5o. °. .4 ° o,- o_ o o : e Q: ©: 005-000 O+4e1AO' 0 0 s e IJ r- =y © O.0.0 'GQ �OIIFt AO' 0 rOA 0 ig 0 Q,CQ s l • j s . 2 do ',,,La4 la 2 o 4" lin 1 L rP':1 l i I 00 ii i 11 I sg• O 00 0: Fmk,1 I .� I ' o0 l O,- 11 g: f 00; °' •11 I e�0,•I O, 0 00 _ � ,1rt1 A i . eIL�". �Sco O OHO o_ °t Oi' - O I v I.G 4° ill O - 0000 @ 0 0,. 00000 0. 0' 01 O,_ O oj= O,+ O O 0• O $ O O 0 o �' A of o i 9iiihl - 0 0 0g 0 0 0 0 k 0000 000 0 0 0 0 0 00 k U @ a $o' n G V U Rae Am V; €� $ i = R F - a>_gR v lISh i � ¢ lire ! e 1 Pili li 1E1 ! 1 �aR 11 REFAI/1 IT II R 1 l !•� QEF g 1! s��� �� 8 g d �� ax�-9 a €i� � � � � � � � � i�€�" g 141 Mil 1 ui .1 I lili III 11 i g, Gi€ 6Iy � �11114,:r. eli ; �6A5 945 3 41i! 011 $� RR All 333 3 i �g k 3 o s ; WO 1 ' e 11 e Y I el4R f 81 r ' 'g 11 e v i s Aic. gl 1R@ i 64 1 Rmya g 51110 & a a 11 i,Rt Ip.-g a41 w 6It 's FI Si${iA QF i € °til g 1 e , a 4 $$ ;l a ARNOLD Aw��ne CONSTRUCTION DOCUMENTS FOR EXTERIOR WALL WATERPROOFING S WINDOW FLASHING: o I N j o ^ AN i �RsoCIAT City of Coppell-Facilities Building _ V f yF 0 ©0 c r • ritil 11121 slie sic N a o pi O ©E1 q �gp 3 II ,te - `1' i i b'_; a® �R :i i i �r i i i el11, et ,.1=11111 WL TTS, r !A ti:, . _ _ - ,_. --m- -firs ....,.�.rl.. lid I NI\71111119 ,,„,,,,,,,,eirgi 11 \\ I1� P "4 aaQ• 4 a s P �J r r tii szb Pi! 1 aa'X "e ill 1 11x1121$ 2 31 1°' ' m � iii Fla ka � A'i iii kb CO Ws Wf r I roirilif fill* N filltill tR „A LC: 11111.11114k 111111111;11,' ;on ffillrjrag, ,N, oilIN a s m' s a�g :a n� Q g # g ,� RI # ill' nil Rmil to p!'§ii l pi! i g $ I i .4f• 0 ail li 1 li do g-gig .r1 11 Pi I gq _ g gg W m e € 0' Fgi 8 , -,,Res. A sgI i a it .3 i 1 , s °sgrrn t • $�R . 9 a all O �HNOLD CONSTRUCTION DOCUMENTS FOR EXTERIOR WALL WATERYROOFIN6&WINDOW FLASHING; 21 6 a N i o f IV City of Coppell-Facilities Building ?� Po' ;s Csociacia%s re e ..,r.. D e 1U N ry :q r 1 71 . ill1 ei4. G t 'a r . ,—77\ u F F ---_"\ [ P 9 ',44 '1(41 it kaliti 1 II 1: MI ki 116.\.. . tg 9g g 2v i it B`A T ii ; .11, LL i, 84 �9 A gtmi q11 i 91- „ ,, De i o W —I RRil IR RgR JPqqqP § i \ill 1.17 7if]1 3 G 0 _,_,,t— r \ 3 ii 11 itlRg tl .`. 10 , I = 711 2t*0 1 5 i,.,4 ibl§ 71 i 3I - 3' r-3 910a g ; 6 F 99 ; Ilit ”: Q1�5j �k¢p O o !. py_Q Q6gg6q�RRi I Ili •: y 3$ s' $ // le 11 - 1 to O //� € y V * ■ � � 6 fig€ $� pAp PI l n y c g 1 )1 L• TA 414. 0, ;i r g yr r F o i' 0 �flNOLD w.0 . CONSTRUCTION DOCUMENTS FOR EXTERIOR WALL WATERPROOFING R WINDOW FLASHING! q B s N k ';1 SSOgATES City of Coppell-Facilities Building =b D — RNOLD SSOCIATES 14275 Midway Road,Suite 170 Addison, Texas 75001 INC. 972/991-1144 800/535-6329 FAX: 972/991-7302 ADDENDUM NO. 4 May 27, 2016 To the Drawings and Specifications for: EXTERIOR WALL WATERPROOFING AND WINDOW FLASHING CITY OF COPPELL FACILITIES BUILDING 265 PARKWAY BLVD. COPPELL,TEXAS 75019 To All Bidders: This addendum supplements and amends the original Drawings and Specifications of Project Manual No.15.01511 dated May 2, 2016, and shall be taken into account in preparing proposals and shall become a part of the contract documents. CHANGES TO DRAWINGS Item#1: Drawing 2.01 Elevations Quantity of Potential Repairs, add 200 lin.ft. of dynamic masonry cracks to list. These shall be separate from repairs required at masonry pilasters. CLARIFICATIONS Item#1: Item #4 of Addendum No. 3 incorporating wet sealing of window glazing shall be included in Line Item Bid#1. Item#2: Wet sealing of window glazing shall only occur at perimeter of window. Divided light trim is located between panes of glass. Reference details 4 and 6 of sheet D2.01 on reissued drawings. Item#3: All Contractor guarantees shall be on the incorporated work. Which will include the performance of repellant and sealants on all facades. HERE ENDS ADDENDUM NO. 4 Q,% O 0 ' ARNOLD&ASSOCIATES, INC. i(.7.•4i / • t• V 14275 Midway Road, Suite 170 i cc;C� I� ,� 0.� 10 Addison, Texas 75001m. , t �t t . • NOTE: This Addendum is being sent to the City of Coppell for Distribution { • r• ��:q r lye 3 99 Tr MEMBER OF AMERICAN INSTITUTE OF ARCHITECTS•ROOF CONSULTANTS INSTITUTE• CONSTRUCTION SPECIFICATIONS INSTITUTE•NATIONAL ROOFING CONTRACTORS ASSOCIATION• ASSOCIATION FOR PRESERVATION TECHNOLOGY INTERNATIONAL• AMERICAN SOCIETY FOR TESTING MATERIALS