R-00-11-21-10C1 - 11/21/2000E-XF, 2/2$10
Set No. 1
APPIAci
/2- 0o -ii -al -loci
CITY HALL MODIFICATIONS
Round Rock, Texas
Owner
CITY OF ROUND ROCK
221 East Main Street
Round Rock, Texas 78664
Tel: (512) 218 -5552; Fax: (512) 218 -5563
Architect
DANIEL J. CRISE ARCHITECT AIA
in association with
CHURCHILL & KAYE, L.P.
1111 N. IH -35, Suite 220
Round Rock, Texas 78664
Tel: (512) 341 -8300; Fax: (512) 341 -8305
PROJECT MANUAL
September 18, 2000
DIVISION 0 - GENERAL INFORMATION AND BIDDING REQUIREMENTS
00010 NOTICE TO BIDDERS
00100 INSTRUCTIONS TO BIDDERS
00300 BID FORM
00400 BID BOND
00500 AGREEMENT
00610 PERFORMANCE BOND
00620 PAYMENT BOND
00650 CERTIFICATE OF LIABILITY INSURANCE
00700 GENERAL CONDITIONS OF AGREEMENT
ATTACHMENT 1 — PREVAILING WAGE RATES
00800 SUPPLEMENTARY CONDITIONS
ATTACHMENT 1 — APPLICATION AND CERTIFICATION FOR PAYMENT
ATTACHMENT 2 — CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS
ATTACHMENT 3 — CONTRACTOR'S AFFIDAVIT OF RELEASE OF LIENS
ATTACHMENT 4 - CONSENT OF SURETY TO FINAL PAYMENT
DIVISION 1 - GENERAL REQUIREMENTS
01010 SUMMARY OF WORK
01200 PRICE AND PAYMENT PROCEDURES
01300 ADMINISTRATIVE PROCEDURES
01400 QUALITY REQUIREMENTS
01600 PRODUCT REQUIREMENTS
01700 EXECUTION REQUIREMENTS
01780 CLOSEOUT SUBMITTALS
DIVISION 2 — SITE CONSTRUCTION
02223 MINOR DEMOLITION FOR REMODELING
DIVISION 6 — WOOD AND PLASTICS
06114 WOOD BLOCKING
06200 FINISH CARPENTRY
DIVISION 7 - THERMAL AND MOISTURE PROTECTION
07212 BOARD AND BATT INSULATION
07900 JOINT SEALERS
DIVISION 8 - DOORS AND WINDOWS
08115 STEEL DOOR FRAMES
08211 FLUSH WOOD DOORS
08710 DOOR HARDWARE
TABLE OF CONTENTS
DIVISION 9 - FINISHES
09260 GYPSUM BOARD ASSEMBLIES
09511 SUSPENDED ACOUSTICAL CEILINGS
09680 CARPET
09900 PAINTS AND COATINGS
END OF SECTION
September 18, 2000
City Hall Modifications Table of Contents
TOC - 1
THIS IS A BLANK PAGE
September 11, 2000
City Hall Modifications Table of Contents
TOC - 2
Publish Dates:
Austin American Statesman:
September 18, 2000
September 25, 2000
SECTION 00010
NOTICE TO BIDDERS
September 18, 2000
Notice is hereby given that sealed bids addressed to the Purchasing Agent, City of Round Rock, 221 East
Main Street, Round Rock, Texas 78664, for fumishing all labor, material and equipment and performing all
work required for the project titled CITY HALL MODIFICATIONS will be received until 2:00 p.m., Tuesday,
October 3, 2000 (CDT). The bids will then publicly opened and read aloud at the City Hall Council
Chambers at the same address. Bid envelopes should state on the outside front the date and time of bid
and "Sealed Bid for Round Rock City Hall Modifications ". The clock located at the front reception desk
on the First Floor of the City Hall at 221 East Main Street, Round Rock, Texas will serve as the official clock
for the purpose of verifying the date and time of receipt of bids. No bids may be withdrawn after the
scheduled opening time. Any bids received after scheduled bid opening time will be returned unopened.
Bids must be submitted on City of Round Rock bid forms and must be accompanied by an acceptable bid
security as outlined in the Instructions to Bidders (Section 00100), payable to the City of Round Rock, Texas
equal to five percent (5 %) of the total bid amount. The Architect is Daniel J. Crise Architect AIA in
association with Churchill & Kaye, L.P. Bidding Documents consisting of Plans, Specifications, Bid Form,
and Instructions to Bidders may be obtained from the Architect at 1111 N. IH -35, Suite 220, Round Rock,
Texas 78664 (512 -341 -8300) beginning Monday. September 18. 2000 for a non - refundable charge of
$25.00 per set. Bidding Documents are also available for viewing free of charge at the F.W. Dodge Plan
Room located at 505 East Hunt Drive, Suite 310, Austin, Texas 78752. The telephone number of the
plan room is (512) 458 -5692.
In case of ambiguity, duplication, or obscurity in the bids, the City of Round Rock reserves the right to
construe the meaning thereof. The City of Round Rock further reserves the right to reject any or all bids and
waive any informalities and irregularities in the bids received.
The successful bidder will be expected to execute the standard contract prepared by the City of Round Rock,
and to furnish performance and payment bonds as described in the bid documents. Contractors and
subcontractors shall pay to laborers, workmen, and mechanics the prevailing wage rates as determined by
the City of Round Rock.
A Pre -Bid Conference and Project Walk Through will be held Tuesday, September 26, 2000, at 10:00 a.m.
(CDT) at the City Hall Council Chambers located at 221 East Main Street in Round Rock, Texas. A walk
through of the areas to be modified will be conducted at the conclusion of the Pre -Bid Conference.
Attendance at the pre -bid conference and project walk through is optional, but is encouraged for interested
bidders.
Round Rock Leader:
September 18, 2000
September 25, 2000
City Hall Modifications NOTICE TO BIDDERS
00010 - 1
THIS IS A BLANK PAGE
September 18, 2000
City Hall Modifications NOTICE TO BIDDERS
00010 - 2
PART 1 SUMMARY
1.01 RELATED DOCUMENTS
A. Section 00010 — Notice to Bidders
B. Section 00300 — Bid Form
C. Section 00400 — Bid Bond
1.02 BID SUBMISSION
1.04 AVAILABILITY
SECTION 00100
INSTRUCTIONS TO BIDDERS
September 18, 2000
A. Bids signed and under seal, executed, and dated will be received for City Hall
Modifications by the Purchasing Agent, City of Round Rock, 221 East Main Street, Round
Rock, Texas 78664, until 2:00 p.m. (CDT) on Tuesday, October 3, 2000, at which time they
will be publicly opened and read aloud at the City Hall Council Chambers at the same
address.
B. Bids shall be submitted in sealed envelopes plainly marked as follows:
"Sealed Bid for Round Rock City Hall Modifications
Architect's Project No. A00.11
Bid Opening: October 3, 2000 at 2:00 p.m."
C. Offers submitted after the above time shall be retumed to the Bidder unopened.
D. Bids may not be withdrawn after the scheduled opening time.
E. Bids shall be on a lump sum (stipulated price) basis. Segregated bids for portions of the
work will not be accepted.
1.03 INTENT
A. The intent of this Bid request is to obtain an offer to perform work required for renovation and
reconfiguration of offices and work areas in the existing Round Rock City Hall Building
located at 221 East Main Street, Round Rock, Texas for a Stipulated Sum contract, in
accordance with the Contract Documents.
A. The Architect is Daniel J. Crise Architect AIA in association with Churchill & Kaye, L.P. Bid
Documents may be obtained at the office of the Architect at 1111 N. IH -35, Suite 220, Round
Rock, Texas 78664. The telephone number for the Architect is (512) 341 -8300.
B. A nonrefundable cost of $25.00 in the form of a company check, cashiers check, or money
order payable to "City of Round Rock" will be required for each set of bid documents that is
issued.
C. Bid Documents are made available for the purpose of obtaining offers for this project. Their
use does not grant a license for other purposes.
City Hall Modifications INSTRUCTIONS TO BIDDERS
00100 - 1
1.05 GENERAL INSTRUCTIONS
September 18, 2000
A. Prior to submitting any proposal, bidders are required to read the plans, specifications,
proposal, contract and bond forms carefully; to inform themselves by their independent
research, test and investigation of the difficulties to be encountered and judge for
themselves of the accessibility of the work and all attending circumstances affecting the cost
of doing the work and the time required for its completion and obtain all information required
to make an intelligent proposal.
B. Should the bidder find discrepancies in, or omissions from the plans, specifications, or other
documents, or should he be in doubt and have questions or require clarifications as to the
meaning or intent of any part of the documents, he should notify the Architect in writing via
fax at (512) 341 -8305. Telephone inquires will not be accepted for responding to bidder
requests for responses or clarifications. Any verbal answers are not binding on any party.
C. Inquiries or other clarifications requested by Bidders must be in writing not less than 7 days
before the day set for receipt of bids. The written reply to questions and requests for
clarifications in the Bid Documents will be in the form of an Addendum prepared by the
Architect. Addenda will be issued to all recipients and holders of the Bid documents
recorded on the register maintained by the Architect. All addenda shall become part of the
Contract Documents.
D. It shall be the responsibility of the bidder to see that his bid is received at the place and time
indicated in the Notice to Bidders. Bids received after closing time will be retumed
unopened.
E. Bids shall be submitted in sealed envelopes plainly marked "Sealed Bid" and showing the
name of the project, the job number if applicable, and the opening date and time.
F. Bids shall be submitted on the Bid Form included in Section 00300 as part of the Bid
Documents.
G. All proposals shall be accompanied by a certified cashier's check upon a National or State
bank in an amount not less than five percent (5 %) of the total maximum bid price, payable
without recourse to the City of Round Rock, or a bid bond in the same amount from a
reliable surety company, as a guarantee that the bidder will enter into a contract and execute
Performance and Payment bonds, as stipulated by Paragraph K below, within ten (10) days
after notice of award of contract to him. Proposal guarantees must be submitted in the same
sealed envelope with the proposal. Proposals submitted without check or bid bonds will not
be considered.
H. All bid securities will be retumed to the respective bidders within twenty-five (25) days after
bids are opened, except those which the owner elects to hold until the successful bidder has
executed the contract. Thereafter, all remaining securities, including security of the
successful bidder, will be retumed within sixty (60) days. Until the award of the contract, the
City of Round Rock reserves the right to reject any and all proposals and to waive
technicalities; to advertise for new proposals; or to do the work otherwise when the best
interest of the City of Round Rock will be thereby promoted.
In case of ambiguity or lack of clarity In the statement of prices in the bids, the City of Round
Rock reserves the right to consider the most favorable analysis thereof, or to reject the bid.
Unreasonable (or unbalanced) prices submitted in a bid may result in rejection of such bid or
other bids.
City Hall Modifications INSTRUCTIONS TO BIDDERS
00100 - 2
September 18, 2000
J. Award of the contract, if awarded, will be made within sixty (60) days after opening of the
proposals, and no bidder may withdraw his proposal within said sixty (60) day period of time
unless a prior award is made.
K Within ten (10) days after written notification of award of the contract, the successful bidder
must furnish a Performance Bond and a Payment Bond in the amount of one - hundred
percent (100 %) of the total contract price if the contract value is 5100,000.00 or greater. If
the total contract value is less than 5100,000.00, the Performance Bond can be waived. If
the contract value is 525,000.00 or less, the Performance and Payment bonds will not be
required. Said Performance Bond and Payment Bond shall be from an approved surety
company holding a permit from the State of Texas, with approval prior to bid opening,
indicating it is authorized and admitted to write surety bonds in this state. In the event the
bond exceeds $100,000.00, the surety must also (1) hold a certificate of authority from the
United States secretary of the treasury to qualify as a surety on obligations permitted or
required under federal law, or (2) have obtained reinsurance for any liability in excess of
5100,000.00 from a reinsurer that is authorized and admitted as a reinsurer in this state and
is the holder of a certificate of authority from the United States secretary of the treasury to
qualify as a surety or reinsurer on obligations permitted or required under federal law.
In determining whether the surety or reinsurer holds a valid certificate of authority, the City of
Round Rock may rely on the list of companies holding certificates of authority as published
in the Federal Register covering the date on which the bond is to be executed.
L. If the total contract price is fess than 525,000.00, the Performance and Payment Bond
requirement will be waived by the City of Round Rock.
M. Failure to execute the construction contract within ten (10) days of written notification of
award or failure to fumish the Performance Bond, or letter of credit if applicable, and
Payment Bond as required by Paragraph K above, shall be just cause for the annulment of
the award. In case of the annulment of the award, the proposal guarantee shall become the
property of the City of Round Rock, not as a penalty, but as a liquidated damage.
N. No contract shall be binding upon the City of Round Rock until it has been signed by its
Mayor after having been duly authorized to do so by the City Council.
O. The Contractor shall not commence work under this contract until he has fumished
certification of all insurance required and such has been approved by the City of Round
Rock, nor shall the Contractor allow any subcontractor to commence work on his
subcontract until proof of all similar insurance that is required of the subcontractor has been
fumished and approved. The Certificate of Insurance form included in the contract
documents must be used by the Contractor's insurer to furnish proof of insurance.
P. Any quantities given in any portion of the contract documents, including the plans, are
estimates only, and the actual amount of work required may differ somewhat from the
estimates. The basis for the payment shall be the actual amount of work done and/or
material furnished.
Q. Bids shall be submitted on a separated contract basis. No Texas sales tax shall be included
in the prices bid for materials consumed or incorporated into the finished product under this
contract. This contract is issued by an organization which is qualified for exemption
pursuant to the provisions of Section 151.309(5) of the Texas Tax Code. The City of Round
Rock will issue an exemption certificate to the Contractor. The Contractor must then issue a
resale certificate to the material supplier for materials purchased. The Contractor must have
a valid sales tax permit in order to issue a resale certificate.
City Hall Modifications INSTRUCTIONS TO BIDDERS
00100 - 3
R. No conditional bids will be accepted.
END OF SECTION
September 18, 2000
In obtaining consumable materials, the Contractor will issue a resale certificate in lieu of
payment of sales tax, and the following conditions shall be observed;
1. The contract will transfer title of consumable, but not incorporate, materials to the City of
Round Rock at the time and point of receipt by the Contractor;
2. The Contractor will be paid for these consumable materials by the City of Round Rock
as soon as practicable. Payment will not be made directly but considered subsidiary to
the pertinent bid item. The Contractor's monthly estimate will state that the estimate
includes consumables that were received during the month covered by the estimate; and
3. The designated representative of the City of Round Rock must be notified as soon as
possible of the receipt of these materials so that an inspection can be made by the
representative. Where practical, the materials will be labeled as the property of the City
of Round Rock.
S. If the bidder's insurance company is authorized, pursuant to its agreement with Bidder, to
arrange for the replacement of a loss, rather than by making a cash payment directly to the
City of Round Rock, the insurance company must furnish or have fumished by Bidder, a
Performance Bond in accordance with Section 2253.021(b), Texas Govemment Code, and a
Payment Bond in accordance with Section 2253.021(c).
City Hall Modifications INSTRUCTIONS TO BIDDERS
00100 - 4
1 September 18, 2000
' SECTION 00300
BID FORM
PROJECT NAME: CITY HALL MODIFICATIONS
• PROJECT LOCATION: Round Rock, Williamson County, Texas
OWNER: City of Round /�7 gq Ro , 4! /d ck, Texas /
1 BIDDER: (Full Name) • ie �,�1J 7• -1 C ✓a J IC S
(Address) la7/ 1) Fr+, e PIA
' Ike/ /,o)) � T• 7 6 / 7
BIDS DUE: Tuesday, October 3, 2000 at 2:00 p.m. (CDT)
TO: Purchasing Agent
City of Round Rock
221 East Main Street
1 Round Rock, Texas 78884
Pursuant to the foregoing Notice to Bidders and Instructions to Bidders, the undersigned bidder hereby
' proposes to perform all the work, to furnish all necessary superintendence, labor, machinery, equipment,
tools, materials, insurance and miscellaneous items, to complete all the work on which he bids as provided
by the attached summary of work and specifications, and as shown on the plans for the construction of City
Hall Modiflcatlons and binds himself on acceptance of this proposal to execute a contract and bond for
▪ completing said project within the time stated, for the following fixed sum (stipulated price), induding
▪ associated profit and overhead, in the amount of
BASE BID
' TOTAL BASE BID: 71 ,it qi
(Words)
r ued iTv { d 8$ { a 7 9P• 9 c
STATEMENT OF SEPARATE CHARGES:
Materials: $ SO 0 a 00
All Other Charges: $ / 7 90 D o
' Total: $ r2/ 96e do
' ALTERNATES:
If accepted by the Owner as altemates, the undersigned Bidder agrees to perform all work required to
' complete the following for the amounts listed below. Contractor agrees that the costs identified below will not
be part of their construction bid for purposes of evaluation for low bid. Any alternates selected by the Owner
will be after bids are evaluated and prior to contract award. Selected alternates will be made part of the
contract.
' City Hall Modifications BID FORM
00300 -1
Alternate No. 1 - Carpet on Second Floor
Alternate No. 2 - Carpet on Third Floor
ADDENDA:
ATTACHMENTS:
The undersigned has attached the following, which is a condition of the bid:
ACCEPTANCE:
September 18, 2000
Furnish and install new carpet and base in accordance with Specification Section 09680 on Second Floor in
Rooms 201(Entry), 202 (Storage), 206 (Offices) and Room 203A (Computer Room Vestibule) as shown on
Drawing A2.1. Include In work the removal of existing carpet and pad. Existing fixtures, fumiture and
equipment in above spaces will be moved by the Owner in coordination with carpet installation date
scheduled by the Contractor. O/}
ADD: Dollars$ 36f9.00
Furnish and install new carpet and base in accordance with Specification Section 09680 on Third Floor in
Rooms 301 (Hall), 304A (Support), 304B (Public Relations), 305 (Conference Room), 306 (Coffee Bar), 307
(Storage), 309 (City Manager Office), 310 (Mayor /Council Office), and 311 (Communications Director) as
shown on Drawing A2.2. Include in work the removal of existing carpet and pad. Existing fixtures, furniture
and equipment in above spaces will be moved by the Owner in coordination with carpet installation date
scheduled by the Contractor.
ADD: Dollars $ t / 2 d ry ` ' 00
The Bidder acknowledges receipt of the following Addenda. The modifications to the Bid Documents noted
therein have been considered and / costs thereto are included in the Base Bid.
Addendum No. 1 Dated: Of/0.0
Addendum No. Dated:
Addendum No. Dated:
1. A copy of this Bid Form with all blanks appropriately filled in. The submitted Bid form is
required to be signed, dated, and sealed (if a corporation) as indicated below,
2. Required Bid Security in the form of a cashier's or certified check, or acceptable Bid Bond in
the amount of 5% of maximum bid.
It is understood that this Bid shall be open to acceptance and may not be altered or withdrawn for a period
for sixty (60) days from the Bid closing date.
If this proposal Is accepted, the undersigned agrees to execute the contract and provide necessary bonds
and insurance certification as per the Instructions to Bidders and commence work within seven (7) days after
written Notice to Proceed. The undersigned further agrees to complete the work in full within
-(24) calendar days after the date of the written Notice-to-Proceed. edf ee .h• 1J / 57 i ..g , a tov 9S
The undersigned certifies that the bid prices contained in the proposal have been carefully checked and are
submitted as correct and final. The Owner reserves the right to reject any or all bids and may waive any
informalities.
City Hall Modifications BID FORM
00300 - 2
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Respectfully Submitted,
Signature
4/11
Printed Name of Authorized Person
Title for
"et fAte. (te(7 J 'C
Name of Firm
094/
Date
City Hall Modifications
/VP/ A d /.L
Business Address
De) t4 )k 1 71i/7
(57a).29.7 h;/.17..7),? / 7f1
Tele one and Fax Numbers
AK yA,./ 1.. /I 7 „d .
ecretary, if Cont = or is a Corporation
Corporate Seal
Cdf/a CAi 716 4 9/ 9646 2t
September 18, 2000
BID FORM
00300 - 3
THIS IS A BLANK PAGE
September 18, 2000
City Hall Modifications BID FORM
00300 - 4
September 18, 2000
SECTION 00400
BID BOND
KNOW ALL MEN BY THESE PRESENTS THAT tNE, M.B. Home Construction Serivice,Incas
PRINCIPAL and Commercial Indemnity Insurance Company
Bond No. BD44232
as SURETY, are held and
firmly bound unto the city of Round Rock hereinafter
referred to as the "OWNER ", In the penal sum of five percent (5 %) of the total amount of the bid of the
PRINCIPAL submitted to the OWNER, for the work described below, for the payment of which sum In lawful
money of the United States of America, well and truly to be made, we bind ourselves, our hairs, executors,
administrators, successors and assigns, jointly end severally, firmly by these presents. In no case shall the
liability of the SURETY hereunder exceed the sum of $ 5%
The CONDITIONS OF THIS OBLIGATION ARE SUCH, THAT whereas, said PRINCIPAL has submitted the
above mentioned bid to the OWNER, for construction and renovation work under the "CITY HALL
MODIFICATIONS" for which bids are to be opened at the office of the OWNER at 2:00 p.m. (CDT) on
October 3, 2000.
NOW THEREFORE, If the PRINCIPAL Is awarded the contract, and within the time and manner required
under the heading "Instructions to Bidders" (Section 00100), after the prescribed forms are presented to him
for signature, enters Into a written agreement, substantially In the form contained In the Specifications, in
accordance with the bid and files the two (2) bonds with the OWNER, one to guarantee faithful performance
and the other to guarantee payment for labor and materials. then this obligation shall be null and void,
otherwise, It shall be and remain In full force and effect.
In the event suit Is brought upon this bond by the OWNER and judgement Is recovered, said SURETY shall
pay all costs incurred by the OWNER In such sult, Including a reasonable attorney's fee to be fixed by the
Court.
City Hall Modifications
(Seal)
(Seal)
October 2, 2000.
In WITNESS WHEREOF, we have hereunto set our hands and seals this day of i
Prindp Home Construction Surety: rf mpany I d Insurance
By: C d e r By: �.. (.)
(Signature) (Signature)
6 e/f t 4 /fj John N. Schuler, Attorney - In - Fact
„ (Printed Name) (Printed Narne)
BID BOND
00400 . 1
I Commercial Indemnity Insurance Company COMMERCIAL
2550 S. IH 35, Suite 100 INDEMNITY INSURANCE CO.
' Austin, Texas 78704
KNOW ALL MEN BY THESE PRESENTS:
That the Commercial Indemnity Insurance Company, a Corporation duly organized and existing under the laws of the State of Texas, having
its principal office in Austin, Texas, pursuant to the following resolution, adopted by the Board of Directors of the said Company on the 7`"
day of April, 1999, to wit:
I "Resolved, that any officer of the Company shall have authority to make, execute and deliver a Power of Attorney constituting as Attorney -
In -Fact, such persons, firms, or corporations as may be selected from time to time.
' Be It Further Resolved, that the signature of any officer and the Seal of the Company may be affixed to any such Power of Attorney or any
certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall
be valid and binding upon the Company and any such powers so executed and certified by facsimile signature or facsimile seal shall be valid
' and binding upon the Company in the future with respect to any bond or undertaking to which it is attached." Commercial Indemnity
Insurance Company does hereby make, constitute and appoint:
I John W. Schuler
State of Texas its true and lawful attomey(s) -in -fact, with full power and authority hereby conferred in its name, place and stead, to sign,
execute, acknowledge and deliver in its behalf, and its act and deed, as follows:
The Obligation of the Company under this power of attorney shall not exceed one million ($1,000,000.00) Dollars.
And to bind Commercial Indemnity Insurance Company thereby as fully and to the same extent as if such bond or undertaking was signed by
I the duly authorized officer of the Commercial Indemnity Insurance Company, and all the acts of said Attomey(s) pursuant to the authority
herein given, are hereby ratified and confirmed.
I IN WITNESS WHEREOF, the Commercial Indemnity Insurance Company has caused these presents to be signed by any officer of the
Company and its Corporate Seal to be hereto affixed.
1
1
1
I Commission Expires 8 -26 -2000
1
1
State of Texas
County of Travis
BD44232
John W. Schuler. President
POWER OF ATTORNEY
' On this 7'" day of April, in the year 1999, before me Sandra L. Denton, a notary public, personally appeared John W. Schuler, personally
known to me to be the person who executed the within instrument as President, on behalf of the Corporation therein named and
acknowledged to me that the Corporation executed it.
Sandra L. Denton, Notary Public
CERTIFICATE
1 I, the undersigned, Secretary of Commercial Indemnity Insurance Company, DO HEREBY CERTIFY that the foregoing and attached Power
of Attorney and Certificate of Authority remains in full force and has not been revoked:
' Signed and Sealed at the said Company at Austin, Texas dated this 2nd day of October 20 00
Joel T. Massey, Secretary
SANDRA L PUBLIC
'( NOTARY 0000 of PUBLIC
7 Stets of Texas
Comm. E • . 0 8-20-2000
THE STATE OF TEXAS §
COUNTY OF WILLIAMSON §
AGREEMENT
THIS AGREEMENT, made and entered into this 21st day of November ,
2000, by and between (Owner) City of Round Rock, Texas of the State of Texas, acting
through Robert A. Stluka, Jr., Mayor, thereunto duly authorized so to do, hereinafter termed
OWNER, and (Contractor) M.B. Home Construction Services of Del Valle Texas,
County of Travis . and State of Texas, hereinafter termed CONTRACTOR
WITNESSETH: That for and in consideration of the payments and agreements
hereinafter mentioned, to be made and performed by OWNER, and under the conditions
expressed in the bond bearing even date herewith, CONTRACTOR hereby agrees with the
said OWNER to commence and complete the construction of certain improvements described
as follows:
Further described as the work covered by this specification consists of fiunishing all the
materials, supplies, machinery, equipment, tools, supervision, labor, insurance, and other
accessories and services necessary to complete the said construction, in accordance with the
conditions and prices stated in the Proposal attached hereof, and in accordance with the
Notice to Contractors, Instructions to Bidders, General Conditions of Agreement, Special
Conditions, Technical Specifications, Plans, and other drawings and printed or written
explanatory material thereof, and the Specifications and Addenda therefor, as prepared by
Daniel J. Crise, Architect AIA in association with Churchill & Kaye, L.P.
herein entitled the ARCHITECT, each of which has been identified by the
CONTRACTOR'S written Proposal, the General Conditions of the Agreement, and the
Performance, Payment, and Maintenance Bonds hereof, and collectively evidence and
constitute the entire contract.
The CONTRACTOR hereby agrees to continence work within seven (7) calendar days
after the date written notice to do so have been given to him, and to complete the same
within forty -five (45) calendar days after the date of the written Notice to Proceed,
subject to such extensions of time as are provided by the General and Special Conditions.
poAbid.mal/sec master
City Hall Modifications
At 221 E. Main Street, Round Rock, Texas
PBD -1
The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown
in the Proposal, which forms a part of this Contract, such payments to be subject to the
General and Special Conditions of the Contract.
IN WITNESS WHEREOF, the parties to these presents have executed this Agreement in the
year and day first above written.
CITY OF ROUND ROCK. TEXAS M.B. Home Construction Services. Inc.
(OWNER) (CONTRACTOR)
ATTEST:
Mayor
C Secretary
Z
B, Q�
ATTEST:
(The following to be executed if the Contractor is a Corporation.)
I, Rosemary Ballerino , certify that I am the Secretary of the Corporation named
as Contractor herein; that Carl Ballerino , who signed this Contract on behalf
of the Contractor was then President (official title) of said Corporation, that
said Contract was duly signed for and in behalf of said Corporation, that said Corporation
by authority of its governing body, and is within the scope of its corporate powers.
Corporate Seal
postn a.m.u.p master
Signed:
PBD -2
Carl Ballerino its President
(Typed name) (Title)
Rosemary Ball nno
Secretary, if Contractor is a
Corporation or otherwise registered
with the Secretary of State
THE STATE OF TEXAS
COUNTY OF WILLIAMSON
SECTION 00610
PERFORMANCE BOND
September 18, 2000
Bond No. BD44601
KNOW ALL MEN BY THESE PRESENTS: That M.B. Home Construction of the City of
Del Valle , County of Tra,,; s and gawp ' Inc Texas as Principal, and
Yommercia
l Indemn lb orized under the law of the State of Texas to act as surety on bonds for
nsurance
principals, are held and firmly bound unto THE CITY OF ROUND ROCK, TEXAS, (Owner), in the penal sum
of Twenty One Thousand Seven Hundred dollars ($ 21,798.00 ) for the payment
Ninety Eight and 00/100's
whereof, well and truly to be made the said Principal and Surety bind themselves, and their heirs,
administrators, executors, successors and assigns, jointly and severally, by these presents:
WHEREAS, the Principal has entered into a certain written contract with the Owner dated the
21st day of November 20 00 to which the contract is hereby
referred to and made a part hereof as fully and to the same extent as if copied at length herein consisting of:
City Hall Modifications
At 221 East Main Street, Round Rock, Texas
NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION IS SUCH, that if the said Principal shall
faithfully perform said Contract and shall, in all respects, duly and faithfully observe and perform all and
singular the covenants, conditions and agreements in and by said Contract, agreed and covenanted by the
Principal to be observed and performed, including but not limited to, the repair of any and all defects in said
work occasioned by and resulting from defects in materials furnished by or workmanship of, the Principal in
performing the work covered by said Contract and occurring within a period of twelve (12) months from the
date of the contract Completion Certificate and all other covenants and conditions, according to the true
intent and meaning of said Contract and the Plans and Specifications hereto annexed, then this obligation
shall be void; otherwise to remain in full force and effect
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Chapter 2253, Texas
Government code, as amended, and all liabilities on this bond shall be determined in accordance with the
provisions of said Chapter 2253 to the same extent as if it were copied at length herein.
Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to
the term of the contract, or to the work performed thereunder, or the plans, specifications, or drawings
accompanying the same, shall in anywise 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 to be
performed thereunder.
City Hall Modifications PERFORMANCE BOND
00610 - 1
l
IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this
1st day of December 20 00
M.B. Home Construction
Service, Inc.
Principal
By: `/fJ ///
L
12801 FM 812
Resident Agent of Surety:
John W. Schuler
Printed Name
1507 South IH35
Address
Austin, Texas 78741
Commercial Indemnity Insurance Company
Surety
Title Title
torney -In -Fact
1507 South 1835
Address Address
John W. Schuler
Del Valle, Texas 78617 Austin, Texas 78741
September 18, 2000
City Hall Modifications PERFORMANCE BOND
00610 - 2
1
1
1
1
1
1
1
1
1
1
THE STATE OF TEXAS
COUNTY OF WILLIAMSON
SECTION 00610
PERFORMANCE BOND
ti
September 18, 2000
Bond No. BD44601
KNOW ALL MEN BY THESE PRESENTS: That M.B. Home Construction of the City of
Del Valle County of Tra, ; a and gffig4 Inc. Texas as Principal, and
lY ommercial C�. ndemn lhorized under the law of the State of Texas to act as surety on bonds for
nsurance
principals. are held and firmly bound unto THE CITY OF ROUND ROCK, TEXAS, (Owner), in the penal sum
of Twenty One Thousand Seven Hundred dollars ($ 21,798.00 ) for the payment
Ninety Eight and 00 /100's
whereof, well and truly to be made the said Principal and Surety bind themselves, and their heirs,
administrators, executors, successors and assigns. jointly and severally, by these presents:
WHEREAS, the Principal has entered into a certain written contract with the Owner dated the
21st day of November 20 00 to which the contract is hereby
referred to and made a part hereof as fully and to the same extent as if copied at length herein consisting of:
City Hall Modifications
At 221 East Main Street, Round Rock, Texas
NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION IS SUCH, that if the said Principal shall
faithfully perform said Contract and shall, in all respects, duly and faithfully observe and perform all and
singular the covenants, conditions and agreements in and by said Contract, agreed and covenanted by the
Principal to be observed and performed, including but not limited to, the repair of any and all defects in said
work occasioned by and resulting from defects in materials furnished by or workmanship of, the Principal in
performing the work covered by said Contract and occurring within a period of twelve (12) months from the
date of the contract Completion Certificate and all other covenants and conditions, according to the true
intent and meaning of said Contract and the Plans and Specifications hereto annexed, then this obligation
shall be void; otherwise to remain in full force and effect
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Chapter 2253, Texas
Govemment code, as amended, and all liabilities on this bond shall be determined in accordance with the
provisions of said Chapter 2253 to the same extent as if it were copied at length herein.
Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to
the term of the contract, or to the work performed thereunder, or the plans, specifications, or drawings
accompanying the same, shall in anywise affect its obligation on this bond, and it does hereby waive notice
of any such change, extension of time, alteration or addition to the terns of the contract, or to the work to be
performed thereunder.
City Hall Modifications PERFORMANCE BOND
00610 - 1
M.B. Home Construction
Service, Inc.
Principal Surety
By:
Title Title
12801 FM 812
Address Address
Del Valle, Texas 78617 Austin, Texas 78741
Resident Agent of Surety:
John W. Schuler
Printed Name
1507 South IH35
Address
Austin, Texas 78741
C ty, State & Zip Code
nature John W. Schuler ----------
City Hall Modifications
Commercial Indemnity Insurance Company
John W. Schuler
Attorney -In -Fact
1507 South IH35
September 18, 2000
IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this
1st day of December 20 00
PERFORMANCE BONO
00610 - 2
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
I
1
1
1
1
1
1
1
1
1
1
1
1
* * ** Commercial Indemnity Insurance Company
SECTION 00620
PAYMENT BOND
THE STATE OF TEXAS
COUNTY OF WILLIAMSON
Bond No. BD44601
September 18, 2000
M.B. Home Construction
KNOW ALL MEN BY THESE PRESENTS: That Service. Inc. of the City of
Del Valle County of Travis and State of Texas as Principal,
and * * ** authorized under the laws of the State of Texas to act as Surety on Bonds for
Principals, are held and firmly bound unto THE CITY OF ROUND ROCK, (OWNER), and all subcontractors,
workers, laborers, mechanics and suppliers as their interest may appear, all of whom shall have the right to
sue upon this bond, in the penal sum of Fi eht 1(tti��d Seven Hundred Ninety Dollars
($ 21, 798.00 ) for the payment whereof, well and truly be made the said Principal
and Surety bind themselves and their heirs, administrators, executors, successors, and assigns, jointly and
severally, by these presents:
WHEREAS, the Principal has entered into a certain written contract with the Owner, dated the
21st day of November 20 00 to which Contract is hereby referred to
and made a part hereof as fully and to the same extent as if copied at length herein consisting of:
City Hall Modifications
At 221 East Main Street, Round Rock, Texas
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall well
and truly pay all subcontractors, workers, laborers, mechanics, and suppliers, all monies to them owing by
said Principals for subcontracts, work, labor, equipment, supplies and materials done and fumished for the
construction of the improvements of said Contract, then this obligation shall be and become null and void;
otherwise to remain in full force and effect.
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Chapter 2253, Texas
Govemment code, as amended, and all liabilities on this bond shall be determined in accordance with the
provisions of said Chapter 2253 to the same extent as if it were copied at length herein.
Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to
the terms of the contract, or to the work performed thereunder, or the plans, specifications or drawings
accompanying the same shall in anywise affect it's 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 to be
performed thereunder.
City Hall Modifications PAYMENT BOND
00620 - 1
IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this Instrument this
1st day of December 20 00
M.B. Home Construction
Service, Inc.
Title
Address
Address
Ae-v
12801 FM 812
Del Valle, Texas 78617
Resident Agent of Surety:
John W. Schuler
Printed Name
1507 South IH35
Austin, Texas 78741
qty, State & Zip Code
ignature John W. Schuler
Commercial Indemnity Insurance Company
ohn W. Schuler
Attorney -In -Fact
Title
1507 South 1H35
Address
Austin, Texas 78741
September 18, 2000
City Hall Modifications PAYMENT BOND
00620 - 2
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
' Commercial Indemnity Insurance Company COMMERCIAL BD44601
1 1507 South IH -35 INDEMNITY INSURANCE CO. POWER OF ATTORNEY
Austin, Texas 78741
I KNOW ALL MEN BY THESE PRESENTS:
That the Commercial Indemnity Insurance Company, a Corporation duly organized and existing under the laws of the State of Texas, having
its principal office in Austin, Texas, pursuant to the following resolution, adopted by the Board of Directors of the said Company on the 7°'
1 day of April, 1999, to wit:
"Resolved, that any officer of the Company shall have authority to make, execute and deliver a Power of Attomey constituting as Attorney-
I In -Fact, such persons, firms, or corporations as may be selected from time to time.
Be It Further Resolved, that the signature of any officer and the Seal of the Company may be affixed to any such Power of Attorney or any
certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall
' be valid and binding upon the Company and any such powers so executed and certified by facsimile signature or facsimile seal shall be valid
and binding upon the Company in the future with respect to any bond or undertaking to which it is attached." Commercial Indemnity
Insurance Company does hereby make, constitute and appoint:
John W. Schuler
State of Texas its true and lawful attomey(s) -in -fact, with full power and authority hereby conferred in its name, place and stead, to sign,
' execute, acknowledge and deliver in its behalf, and its act and deed, as follows:
The Obligation of the Company under this power of attorney shall not exceed one million ($1,000,000.00) Dollars.
I And to bind Commercial Indemnity Insurance Company thereby as fully and to the same extent as if such bond or undertaking was signed by
the duly authorized officer of the Commercial Indemnity Insurance Company, and all the acts of said Attorney(s) pursuant to the authority
herein given, are hereby ratified and confirmed.
' IN WITNESS WHEREOF, the Commercial Indemnity Insurance Company has caused these presents to be signed by any officer of the
Company and its Corporate Seal to be hereto affixed.
1
' State of Texas
County of Travis
John W. Schuler. President
On this 7 day of April, in the year 1999, before me Sandra L. Denton, a notary public, personally appeared John W. Schuler, personally
known to me to be the person who executed the within instrument as President, on behalf of the Corporation therein named and
' acknowledged to me that the Corporation executed it.
1
' CERTIFICATE
1, the undersigned, Secretary of Commercial Indemnity Insurance Company, DO HEREBY CERTIFY that the foregoing and attached Power
of Attorney and Certificate of Authority remains in full force and has not been revoked:
I Signed and Sealed at the said Company at Austin, Texas dated this 1st day of December 20 00
1
1
Commission Expires 8 -26 -2000 Sandra L. Denton, Notary Public
�cct�I� L.
Joel T. Massey, Secretary
.r SANDRA L DENTON
NOTARY PUBLIC
state of Tesas
CComm. E • OD- 25-2000
COMMERCIAL INDEMNITY
Insurance Company
IMPORTANT NOTICE
To obtain information or make a complaint:
You may contact John W. Schuler, President of Operations, whose direct dial
number is 512- 447 -7773. You may also fax us information at 512 -440-
0989. You may also call Commercial Indemnity Insurance Company's toll -
free telephone number for information or to make a complaint at:
1- 800 - 365 -6065
You may also write to Commercial Indemnity Insurance Company : 1 507
South IH35, Austin, Texas 78741
You may contact the Texas Department of Insurance to obtain information
on companies, coverages, rights or complaints at:
1- 800 - 252 -3439
You may also write the Texas Department of Insurance: P.O. Box 149104,
Austin, Texas 78714 -9104, Fax # 512 - 475 -1771.
PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your
premium or about a claim you should contact the company first. If the
dispute is not resolved you may contact the Texas Department of Insurance.
ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information
only and does not become a part of condition of the attached document.
12/19/2000 12:39 FAX 5122185563
11Y1n. IOyCP JOIV l..1 noel an lrs.sgeI*T.0 10..
Arm CERTIFICATE OF
nohow.
Ed Wceraa Infur.nae Agency Inc
R. 0. ADS 14444
Susan TI 76961.
Shane! 512 - 654 -5265
COVCRAaCI
mg PO:JODI or INSURANCE LICE0 AITI R a REMENT, TERM OR cora: IOH OF MY COfJTP.aC OR OM ER DOCLNF+.T WITH CCT 'MANCH THIS CERTIFICATE +AY Be ISCUED0
M PERTAIN THE IN9URONCE AFFORDED 0Y 711E POLICIESDESERT BED HEREIN la EIJIJCCT To ALL THE TERM4. EXCLUSKINIII AND CaNDmCN OF OMRI
FONCIE6.AGGREOATD LIMITI SHO,•H AMY HAVE EE04 REDl10ED EY PAP CLAllr9.
I, jnr•— .. ?TPa01 r.rr MI= MINIM
I 4.1.Ta
TVARAaanQ
OviFnLwTiITT
Lo. Amt•ALC41401 L L. IJm
�
t I tae.4.c Ueecc
.
I
DRF..ilinXI EJ.1n. PF4a1 PCP.
1 1 LOC
I I �ITOIM1GK1WaElrT
1 � 1 :1±D��4:/±0
I�''�'II P' /YO 4, OF
I soyoLD1A•04
)WE']Y.m;
•
Et•ti'NrlM MTJO
a �
.Ae1Oa La.CMT
J I 1v. M O
M t. JAM RV
r "Wale wet
• antlrt■
TRMPan EY]An04■101
•aLO.a•t LOar.IN
Eon:012 -454 -3819
MS Moro Construction Services,
Co } g I/a11e TX 75517
CERTIFICATE HOLOER
ACORD ?5S ITJ91
City of Round Bock
221 E. Pain Ct.
Round Rock tI 78866
misp0051O1733.
I TT 1 mentor/. nova=, ara/■1F 1e.7•1:
CORR PUBLIC WORKS + SHEF __ __,_• „ IJ 002
LIABILITY INSURANCE IR�,r®DM?1. 0 12/10 00
TMS CIRTIFICAT! Is mono As A MATtER of INFORMATION
ONLY AND CONFERS NO MOWS UFOTI THi CERTIFICATE
HOLDG. TUC CERTIFICATE OOCS NOT AMPS. IXTIN0 OR
ALTER THE COVERAGE AFFORDEO 0Y TIME POLICIES BELOW.
EMORERS AFFORDING COVERAGE
CITTEes -
OOtaPYTIW N aP1aLM4aaxA71=6.E tecytt n. ADD. ar.,Olna1RS.TIM• DL PnONO
City Ha11 Modification
Ts Weakaca Colopaasation mind
EACH MOCI.YVEV:E
Is
EAe 66104E Rnr.Fn -, I
RV P. Nwwe Mom 1
Fan4041L143
6E14 aaLAaOaTR�i
.P.COLIC CLIME Wa Is
� 1
AANERT O.MW
tAa•aecwl.•
..root tC- SmOGOVCF
WSW aE'
! I T
041'70 _
1uwlxtlwx ^e
Aoc.tGVE
•
' w: e,.nr. "
03/16104 I 03/16/01 1500,000
I EI eax•teovar
I E 1. oaalME.emafters. 1540,000
. IEL06EVC•DWC1LMr C000,000.,___
OANCELLAT'IDH
vtO 4.w T. MICA La 0P T. MICA POIJPR M TP
= aa1MaLLID aaral .1.4010n
10 11A•t T00'Tn
Sato TRaNIDI. T4 E gau11C I41N1AlwL aYMY'/aETM MAT. Ta 610 Ha1
H•TIt To M alITIIKATE HOLM tia.4516 rag Lem sO 1MOW f �
P.M IA 011.1*.C11 pa4.111II.g MT Ana WON TM I$W15I81 MOM an
VI• et T L
ATIA1
E ile-A.Are"T1 - X It.i .....'
CACUR con•ORATIGN inn
12/19/2000 TUE 11:14 ITX /Rli NO 50931 14002
SECTION 00650
CERTIFICATE OF LIABILITY INSURANCE
September 18, 2000
The following Certificate of Liability Insurance form shall be used by the Contractor's insurer to furnish proof
of insurance in accordance with Instructions to Bidders.
City Hall Modifications CERTIFICATE OF LIABILITY INSURANCE
00650 - 1
THIS IS A BLANK PAGE
September 18, 2000
City Hall Modifications CERTIFICATE OF LIABILITY INSURANCE
00650 - 2
1�
1 CERTIFICATE OF LIABILITY INSURANCE
PRODUCER
DESCRIPTION OF OPERATIONS /LOCATIONS/VEHICLES/SPECIAL ITEMS/EXCEPTIONS
Date:
September 18, 2000
A American Indemnity
12/1/00
COMPANIES AFFORDING COVERAGE
I B
INSURED M Home Construction Services C
Home Construction, Inc.
12801 FM 12,Del Valle, TX 78617 D
I THIS IS TO CERTIFY THAT the Insured named above is insured by the Companies listed above with respect to the
- - business operations hereinafter described, for the types of insurance and in accordance with the provisions of the standard
1 policies used by the companies, and further hereinafter described. Exceptions to the policies are noted below.
I CO TYPE OF INSURANCE POLICY EFFECTIVE EXPIRATION LIMITS
LTR NUMBER DATE DATE
GENERAL LIABILITY GENERAL AGGREGATE $ 2,000,000
1 20121677 10/02/00 10/02/01 PRODUCTS- COMP/OPAGG. $ 2,000,000
PERSONAL & ADV. INJURY S 1,000,000
EACH OCCURRENCE S 1,000,000
1 FIRE DAMAGE (Any one fire) S 10, 000
MED. EXPENSE (Any one person) S 5,0000
' AUTOMOBILE LIABILITY COMBINED SINGLE UMIT S 1, 000, 000
12014632 10/02/00 10/02/01 BODILY INJURY (Per person) S
BODILY INJURY (Per accident) S
PROPERTY DAMAGE S
I EXCESS LIABILITY EACH OCCURRENCE S
AGGREGATE S
WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY STATUTORY LIMITS
EACH ACCIDENT S
DISEASE - POLICY LIMIT S
DISEASE - EACH EMPLOYEE S
OTHER
i
The Cit of Round Rock is named as additional insured with respect to all policies except Workers' Compensation and Employers' Liability. Should any
of the above described policies be cancelled or changed before the expiration date thereof the issuing company will mail thirty (30) days written notice
to the certificate holder named below.
CERTIFICATE HOLDER: City of Round Rock SIGN 1ALTIHO REP ATIVE
221 E. Main Street
Round Rock, Texas 78664
attn: Joanne Land
T ame: John W. Schuler
Title: --
City Hall Modifications CERTIFICATE OF LIABILITY INSURANCE
1
1 SECTION 00700
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
PART 1 CONTENTS
1. Definition of Terms
1.01 - Owner, Contractor and Architect
1.02 - Contract Documents
1.03 - Subcontractor
1.04 - Sub - Subcontractor
1.05 - Written Notice
1.06 -Work
1.07 - Extra Work
1.08 - Working Day
1.09 - Calendar Day
1.10 - Substantially Completed
GENERAL CONDITIONS OF AGREEMENT
2. Responsibilities of the Architect and the Contractor
2.01 - Owner- Architect Relationship
2.02 - Professional Inspection by Architect
2.03 - Payments for Work
2.04 - Initial Determinations
2.05 - Objections
2.06 - Lines and Grades
2.07 - Contractor's Duty and Superintendence
2.08 - Contractor's Understanding
2.09 - Character of Workers
2.10 - Contractor's Buildings
2.11 - Sanitation
2.12 - Shop Drawings
2.13 - Preliminary Approval
2.14 - Defects and Their Remedies
2.15 - Changes and Alterations
2.16 - Inspectors
3. General Obligations and Responsibilities
3.01 - Keeping of Plans and Specifications Accessible
3.02 - Ownership of Drawings
3.03 - Adequacy of Design
3.04 - Right of Entry
3.05 - Collateral Contracts
3.06 - Discrepancies and Omissions
3.07 - Equipment, Materials and Construction Plant
3.08 - Damages
3.09 - Protection Against Accident to Employees and the Public
3.10 - Performance and Payment Bonds
3.11 - Losses from Natural Causes
3.12 - Protection of Adjoining Property
3.13 - Protection Against Claims of Subcontractors, etc.
3.14 - Protection Against Royalties or Patented Invention
3.15 - Laws and Ordinances
September 18. 2000
City Hall Modifications GENERAL CONDITIONS OF AGREEMENT
00700 - 1
3. General Obligations and Responsibilities (continued)
3.18 - Assignment and Subletting
3.17 - Indemnification
3.18 - Insurance
3.19 - Final Clean -Up
3.20 - Guarantee Against Defective Work
3.21 - Testing of Materials
3.22 - Wage Rates
4. Prosecution and Progress
4.01 - Time and Order of Completion
4.02 - Extension of Time
4.03 - Hindrances and Delays
5. Measurement and Payment
5.01 - Quantities and Measurements
5.02 - Estimated Quantities
5.03 - Price of Work
5.04 - Partial Payments
5.05 - Use of Completed Portions
5.06 - Final Completion and Acceptance
5.07 - Final Payment
5.08 - Payments Withheld
5.09 - Delayed Payments
6. Extra Work and Claims
6.01 - Change Orders
6.02 - Minor Changes
6.03 - Extra Work
6.04 - Time of Filing Claims
6.05 - Continuing Performance
7. Abandonment of Contract
7.01 - Abandonment by Contractor
7.02 - Abandonment by Owner
8. Subcontractors
8.01 - Award of Subcontracts for Portions of Work
8.02 - Subcontractual Relations
8.03 - Payments to Subcontractors
9. Separate Contracts
9.01 - Owner's Right to Award Separate Contracts
9.02 - Mutual Responsibility of Contractors
9.03 - Cutting and Patching Under Separate Contracts
10. Protection of Persons and Property
10.01 - Safety Precautions and Programs
10.02 - Safety of Persons and Property
September 18, 2000
City Hall Modifications GENERAL CONDITIONS OF AGREEMENT
00700 - 2
10. Protection of Persons and Property (continued)
10.03 - Location and Protection of Utilities
11. Termination
11.01 - Termination by Owner for Cause
11.02 - Termination for Convenience
PART 2 GENERAL CONDITIONS OF AGREEMENT
1. Definitions of Terms
1.01 Owner, Contractor and Architect
The Owner, the Contractor and the Architect and those persons or organizations Identified as such in
the Agreement are referred to throughout the Contract Documents as if singular in number and
masculine in gender. The term Architect means the Architect or his duly authorized representative.
The Architect shall be understood to be the Architect of the Owner, and nothing contained in the
Contract Documents shall create any contractual or agency relationship between the Architect and
the Contractor.
1.02 Contract Documents
The Contract Documents shall consist of the Notice to Bidders, Instructions to Bidders, Proposal,
Signed Agreement, Performance and Payment Bonds (when required), Special Bonds (when
required), General Conditions of the Agreement, Construction Specifications, Plans and all
modifications thereof incorporated in any such documents before the execution of the agreement
The Contract Documents are complementary, and what is called for by any one shall be as binding
as if called for by all. In case of conflict between any of the Contract Documents, priority of
interpretation shall be in the following order: Signed Agreement, Performance and Payment Bonds,
Special Bonds (if any), Proposal, Special Conditions of Agreement, Notice to Contractors, Technical
Specifications, Plans, and General Conditions of Agreement.
1.03 Subcontractor
1.04 Sub-Subcontractor
1.05 Written Notice
September 18, 2000
The term "Subcontractor" as employed herein, includes only those having a direct contract with the
Contractor. It includes one who fumishes material worked to special design according to the plans or
specifications of this work, but does not include one who merely fumishes material not so worked.
The temr "SubSubcontractor" means one who has a direct or indirect contract with a Subcontractor
to perform any of the work at the site. It includes one who fumishes material worked to a special
design according to the plans or specifications of this work, but does not include one who merely
fumishes material not so worked.
Written notice shall be deemed to have been duly served if delivered in person to the individual or to
an officer of the corporation for whom it is intended, or if delivered to or sent by registered mail to the
last business address known to him who gives the notice.
City Hall Modifications GENERAL CONDITIONS OF AGREEMENT
00700 - 3
1.06 Work
The Contractor shall provide and pay for all materials, machinery, equipment, tools,
superintendence, labor, services, insurance, and all water, light, power, fuel, transportation and other
facilities necessary for the execution and completion of the work covered by the Contract
Documents. Unless otherwise specified, all materials shall be new and both workmanship and
materials shall be of a good quality. The Contractor shall, if required, fumish satisfactory evidence
as to the kind and quality of materials. Materials or work described in words which, when so applied,
have a well -known technical or trade meaning shall be held to refer to such recognized standards.
1.07 Extra Work
September 18, 2000
The term "Extra Work" shall be understood to mean and include all work that may be required by the
Architect or the Owner to be done by the Contractor to accomplish any change, alteration or addition
to the work shown upon the plans, or reasonably implied by the specifications, and not covered by
the Contractors Proposal, except as provided under "Changes and Alterations" herein.
1.08 Working Day
The term 'Working Day" is defined as any day not including Saturdays, Sundays or any legal
holidays, in which weather or other conditions, not under the control of the Contractor, will permit
construction of the principal units of the work for a period of not less than seven (7) hours between
7:00 a.m. and 6:00 p.m.
1.09 Calendar Day
The term "Calendar Day" is defined as any day of the week or month, no days being excepted.
1.10 Substantially Completed
The term "Substantially Completed" shall be understood to mean that the structure has been made
suitable for use or occupancy or that the facility is in condition to serve its intended purpose, but still
may require minor miscellaneous work and adjustment.
2. Responsibilities of the Architect and the Contractor
2.01 Owner - Architect Relationship
The Architect will be the Owner's representative during construction. The duties, responsibilities and
limitations of authority of the Architect as the Owner's representative during construction are as set
forth in the Contract Documents and shall not be extended or limited without written consent of the
Owner and the Architect. The Architect will advise and consult with the Owner, and all of the
Owner's instructions to the Contractor shall be issued through the Architect.
2.02 Professional Inspection by Architect
The Architect shall make periodic visits to the site to familiarize himself with the progress of the
executed work and to determine if such work meets the essential performance and design features
and the technical and functional Architectural requirements of the Contract Documents; provided and
except, however, that the Architect shall not be responsible for making any detailed, exhaustive,
comprehensive or continuous on -site inspection of the quality or quantity of the work or be
responsible, directly or indirectly, for the construction means, methods, techniques, sequences,
quality, procedures, programs, safety precautions or lack of same incident thereto or in connection
therewith. Notwithstanding any other provision of this agreement or any other Contract Document,
the Architect shall not be responsible or liable for any acts, errors, omissions or negligence of the
Contractor, any Subcontractor or any of the Contractor's or Subcontractor's agents, servants or
City Hall Modifications GENERAL CONDITIONS OF AGREEMENT
00700 - 4
2.04 Initial Determinations
2.08 Lines and Grades
September 18, 2000
employees or any other person, firm or corporation performing or attempting to perform any of the
work.
2.03 Payments for Work
The Architect shall review the Contractor's applications for payment and supporting data, determine
the amount owed to the Contractor and recommend, in writing, payment to the Contractor in such
amounts; such recommendation of payment to the Contractor constitutes a representation to the
Owner of the Architect's professional judgement that the work has progressed to the point indicated
to the best of his knowledge, information and belief, but such recommendation of an application for
payment to the Contractor shall not be deemed as a representation by the Architect that the Architect
has made any examination to determine how or for what purpose the Contractor has used the
monies paid on account of the contract price.
The Architect initially shall determine all claims, disputes and other matters in question between the
Contractor and the Owner relating to execution or progress of the work or interpretation of the
Contract Documents. The Architect's decision shall be rendered in writing within a reasonable time,
which shall not be construed to be less than ten (10) days.
2.05 Objections
In the event the Architect renders any decision which, in the opinion of either party hereto, is not in
accordance with the meaning and intent of this contract, either party may file with the Architect within
thirty (30) days his written objection to the decision, and by such action may reserve the right to
submit the question so raised to litigation as hereinafter provided.
Unless otherwise specified, all lines and grades shall be furnished by the Architect or his
representative. Whenever necessary, construction work shall be suspended to permit performance
of this work, but such suspension will be as brief as practicable and the Contractor shall be allowed
no extra compensation therefor. The Contractor shall give the Architect reasonable notice of the
time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully
preserved by the Contractor, and in case of careless destruction or removal by him or his
employees, such stakes, marks, etc., shall be replaced at the Contractor's expense.
2.07 Contractor's Duty and Superintendence
The Contractor shall give adequate attention to the faithful prosecution and completion of this
contract and shall keep on the work, during its progress, a competent English- speaking
Superintendent and any necessary assistants to supervise and direct the work. The Superintendent
shall represent the Contractor in his absence and all directions given to him shall be as binding as if
given to the Contractor.
The Contractor is and at all times shall remain an independent contractor, solely responsible for the
manner and method of completing his work under this contract, with full power and authority to select
the means, method and manner of performing such work, so long as such methods do not adversely
affect the completed improvements, the Owner and the Architect being interested only in the result
obtained and conformity of such completed improvements to the plans, specifications and contract.
Likewise, the Contractor shall be solely responsible for the safety of himself, his employees and
other persons, as well as for the protection and safety of the improvements being erected and the
property of himself or any other person, as a result of his operations hereunder. Architectural
construction drawings and specifications, as well as any additional information concerning the work
City Hall Modifications GENERAL CONDITIONS OF AGREEMENT
00700 - 5
September 18, 2000
to be performed passing from or through the Architect, shall not be interpreted as requiring or
allowing the Contractor to deviate from the plans and specifications; the intent of such drawings,
specifications and any other such information being to define with specificity the agreement of the
parties as to the work the Contractor is to perform. The Contractor shall be fully and completely
liable, at his own expense, for design, construction, installation, and use or non -use of all items and
methods incident to performance of the contract, and for all loss, damage or injury incident thereto,
either to person or property, including, without limitation, the adequacy of all temporary supports,
shoring, bracing, scaffolding, machinery or equipment, safety precautions or devices, and similar
items or devices used by him during construction.
Any review of work in process, or any visit or observation during construction, or any clarification of
plans and specifications, by the Architect or the Owner, or any agent, employee, or representative of
either of them, whether through personal observation on the project site or by means of approval of
shop drawings for temporary construction or construction processes, or by other means or methods,
is agreed by the Contractor to be for the purpose of observing the extent and nature of work
completed or being performed, as measured against the drawings and specifications constituting the
contract, or for the purpose of enabling the Contractor to more fully understand the plans and
specifications so that the completed construction work will conforrn thereto, and shall in no way
relieve the Contractor from full and complete responsibility for the proper performance of his work on
the project, including but not limited to the propriety of means and methods of the Contractor in
performing said contract, and the adequacy of any designs, plans or other facilities for accomplishing
such performance. Deviation by the Contractor from plans and specifications that may have been in
evidence during any such visitation or observation by the Architect, or any of his representatives,
whether called to the Contractor's attention or not, shall in no way relieve the Contractor from his
responsibility to complete all work in accordance with said plans and specifications.
2.08 Contractor's Understanding
It is understood and agreed that the Contractor has, by careful examination, satisfied himself as to
the nature and location of the work, the conformation of the ground, the character, quality and
quantity of the materials to be encountered, the character of equipment and facilities needed
preliminary to and during the prosecution of the work, the general and local conditions, and all other
matters which can in any way affect the work under this contract. The Contractor agrees that he will
make no claim against the Owner or the Architect if, in the prosecution of the work, he finds that the
actual site or subsurface conditions encountered do not conform to those indicated by excavation,
test excavation, test procedures, borings, explorations or other subsurface excavations. No verbal
agreement or conversation with any officer, agent or employee of the Owner or the Architect either
before or after the execution of this contract, shall affect or modify any of the terms or obligations
herein contained.
2.09 Character of Workers
The Contractor agrees to employ only orderly and competent workers, skillful in the performance of
the type of work required under this contract, to do the work; and agrees that whenever the Architect
shall inform him in writing that any workers on the work are, in his opinion, incompetent, unfaithful or
disorderly, or refuse instructions from the Architect in the absence of the Superintendent, such
worker shall be discharged from the work and shall not again be employed on the work without the
Architect's written consent. No illegal alien may be employed by any Contractor for work on this
project, and a penalty of $500.00 per day will be assessed for each day and for each illegal alien
who works for the Contractor at this project.
2.10 Contractor's Buildings
The building of structures for housing workers, or the erection of tents or other forms of protection,
will be permitted only at such places as the Architect shall direct, and the sanitary conditions of the
grounds in or about such structures shall at all times be maintained in a manner satisfactory to the
Architect.
City Hall Modifications GENERAL CONDITIONS OF AGREEMENT
00700 - 6
2.11 Sanitation
2.14 Defects and Their Remedies
September 18, 2000
Necessary sanitary conveniences for the use of laborers on the work, properly secluded from public
observation, shall be constructed and maintained by the Contractor in such manner and at such
points as shall be approved by the Architect, and their use shall be strictly enforced.
2.12 Shop Drawings
The Contractor shall submit to the Architect, with such promptness as to cause no delay in his own
work or in that of any other Contractor, four (4) checked copies, unless otherwise specified, of all
shop and/or setting drawings and schedules required for the work of the various trades, and the
Architect shall pass upon them with reasonable promptness, making desired corrections. The
Contractor shall make any corrections required by the Architect, file with him two (2) corrected copies
and furnish such other copies as may be needed. The Architect's review of such drawings or
schedules shall not relieve the Contractor from responsibility for deviations from drawings or
specifications, unless he has in writing called the Architect's attention to such deviations at the time
of submission, nor shall it relieve him from responsibility for errors of any sort in shop drawings or
schedules. It shall be the Contractors responsibility to fully and completely review all shop drawings
to ascertain their effect on his ability to perform the required contract work in accordance with the
plans and specifications and within the contract time.
Such review by the Architect shall be for the sole purpose of detemnining the general conformity of
said shop drawings or schedules to result in finished improvements in conformity with the plans and
specifications, and shall not relieve the Contractor of his duty as an independent contractor as
previously set forth, it being expressly understood and agreed that the Architect does not assume
any duty to pass upon the propriety or adequacy of such drawings or schedules, or any means or
methods reflected thereby, in relation to the safety of either person or property during the
Contractors performance hereunder.
2.13 Preliminary Approval
The Architect shall not have the power to waive the obligations of this contract for the fumishing by
the Contractor of good material, and of his performing good work as herein described, and in full
accordance with the plans and specifications. No failure or omission of the Architect to discover,
object to or condemn any defective work or material shall release the Contractor from the obligations
to fully and properly perform the contract, including without limitation, the obligation to at once tear
out, remove and properly replace any defective work or material at any time prior to final acceptance
upon the discovery of said defective work or material; provided, however, that the Architect shall,
upon request of the Contractor, inspect and accept or reject any material furnished, and in the event
the material has been once accepted by the Architect, such acceptance shall be binding on the
Owner unless it can be dearly shown that such material furnished does not meet the specifications
for this work.
Any questioned work may be ordered taken up or removed for re -examination by the Architect, prior
to final acceptance, and if found not in accordance with the plans and/or specifications for said work,
all expense of removing, re- examination and replacement shall be borne by the Contractor.
Otherwise, the expense thus incurred shall be allowed as Extra Work and shall be paid for by the
Owner; provided that, where inspection or approval is specifically required by the specifications prior
to performance of certain work, should the Contractor proceed with such work without requesting
prior inspection or approval he shall bear all expense of taking up, removing, and replacing this work
if so directed by the Architect.
City Hall Modifications GENERAL CONDITIONS OF AGREEMENT
00700 - 7
It is further agreed that if the work or any part thereof, or any material brought on the site of the work
for use in the work or selected for the same, shall be deemed by the Architect as unsuitable or not in
conformity with the plans, specifications, or the intent thereof, the Contractor shall, after receipt of
written notice thereof from the Architect, forthwith remove such material and rebuild or otherwise
remedy such work so that it shall be in full accordance with this contract
2.15 Changes and Alterations
The Contractor further agrees that the Owner may make such changes and alterations as the Owner
may see fit in the line, grade, form, dimensions, plans or materials for the work herein contemplated,
or any part thereof, either before or after the beginning of the construction, without affecting the
validity of this contract and the accompanying performance and payment Bonds.
If such changes or alterations diminish the quantity of the work to be done, they shall not constitute
the basis for a claim for damages or anticipated profits on the work that may be dispensed with,
except as provided for unit price items under Section 5 "Measurement and Payment". If the amount
of work is increased, and the work can fairly be classified under the specifications, such increase
shall be paid for according to the quantity actually done and at the unit price, if any, established for
such work under this contract, except as provided for unit price items under Section 5 "Measurement
and Payment". Otherwise, such additional work shall be paid for as provided under Extra Work. In
the event the Owner makes such changes or alterations as shall make useless any work already
done or material already fumished or used in said work, then the Owner shall compensate the
Contractor for any material or labor so used, and for any actual loss occasioned by such change,
due to actual expense incurred in preparation for the work as originally planned.
2.16 Inspectors
September 18, 2000
The Architect may provide one (or more) field inspectors at the work site for the limited purpose of
observing the work in progress and reporting back to the Architect on the extent, nature, manner and
performance of the work so that the Architect may more effectively perform his duties hereunder.
Such inspectors may also communicate between the Architect and the Contractor their respective
reports, opinions, questions, answers and clarifications concerning the plans, specifications and work
but shall not be deemed the agent of the Contractor for all purposes in communicating such matters.
Such inspectors may confer with the Contractor or the Contractor's Superintendent conceming the
prosecution of the work and its conformity with the plans and specifications but shall never be, in
whole or part, responsible for or charged with, nor shall he assume any authority or responsibility for
the means, methods or manner of completing the work or of the superintendence of the work or of
the Contractor's employees. It is expressly understood and agreed that any such inspector is not
authorized by the Architect or the Owner to independently act for either or answer on behalf of either,
any inquiries of the Contractor concerning the plans, specifications or work. No inspector's opinion,
advice, interpretation of the plans or specifications of this contract, apparent or express approval of
the means or methods or manner of the Contractor's performance of work in progress or completed,
or discovery or failure to discover or object to defective work of materials shall release the Contractor
from his duty to complete all work in strict accordance with the plans and specifications or stop the
Owner or the Architect from requiring that all work be fully and properly performed including, if
necessary, removal of defective or otherwise unacceptable work and the re -doing of such work.
3. General Obligations and Responsibilities
3.01 Keeping of Plans and Specifications Accessible
The Architect shall fumish the Contractor with an adequate and reasonable number of copies of all
plans and specifications without expense to him and the Contractor shall keep one (1) copy of the
same constantly accessible on the work, with the latest revisions noted thereon.
City Hall Modifications GENERAL CONDITIONS OF AGREEMENT
00700 - 8
3.05 Collateral Contracts
September 18, 2000
3.02 Ownership of Drawings
All drawings, specifications and copies thereof fumished by the Architect shall not be reused on
other work, and, with the exception of the signed contract sets, are to be retumed to him on request,
at the completion of the work. All models are the property of the Owner.
3.03 Adequacy of Design
It Is understood that the Owner believes it has employed competent Architects and designers. It is
therefore agreed that the Owner shall be responsible for the adequacy of the design, sufficiency of
the Contract Documents, the safety of the structure and the practicability of the operations of the
completed project provided that the Contractor has complied with the requirements of the said
Contract Documents, all approved modifications thereof, and additions and alterations thereto
approved in writing by the Owner. The burden of proof of such compliance shall be upon the
Contractor to show that he has complied with the said requirements of the Contract Documents,
approved modifications thereof, and all approved additions and alterations thereto.
3.04 Right of Entry
The Owner reserves the right to enter the property or location at which the works herein contracted
for are to be constructed or installed, by such agent or agents as he may elect, for the purpose of
inspecting the work or for the purpose of constructing or installing such collateral work as the Owner
may desire.
The Owner agrees to provide, by separate contract or otherwise, all labor and material essential to
the completion of the work specifically excluded from this contract, in such manner so as not to
unreasonably delay the progress of the work or damage the Contractor, except where such delays
are specifically mentioned elsewhere in the Contract Documents. The Owner will attempt to
coordinate the collateral work of utility companies regulated by City franchises, but the City shall not
be responsible for delays or other damages to the Contractor which may result from their acts or
omissions.
3.06 Discrepancies and Omissions
The Contractor shall provide written notice to the Architect of any omissions or discrepancies found
in the contract. It is further agreed that it is the intent of this contract that all work must be done and
all material must be furnished in accordance with generally accepted practices for construction. In
the event of any discrepancies between the separate Contract Documents, the priority of
interpretation defined under "Contract Documents" shall govem. In the event that there is still any
doubt as to the meaning and intent of any portion of the contract, specifications or drawings, the
Architect shall define what is intended to apply to the work.
3.07 Equipment, Materials and Construction Plant
The Contractor shall be responsible for the care, preservation, conservation, and protection of all
materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, all means of
construction, and any and all parts of the work, whether the Contractor has been paid, partially paid,
or not paid for such work, until the entire work is completed and accepted.
3.08 Damages
In the event the Contractor is damaged in the course of completion of the work by the act,
negligence, omission, mistake or default of the Owner or the Architect, thereby causing loss to the
City Hall Modifications GENERAL CONDITIONS OF AGREEMENT
00700 - 9
Contractor, the Owner agrees that he will reimburse the Contractor for such loss. In the event the
Owner is damaged in the course of the work by the act, negligence, omission, mistake or default of
the Contractor, or should the Contractor unreasonably delay the progress of the work being done by
others on the job so as to cause loss for which the Owner becomes liable, then the Contractor shall
reimburse the Owner for such loss.
3.09 Protection Against Accident to Employees and the Public
September 18, 2000
The Contractor shall at all times exercise reasonable precautions for the safety of employees and
others on or near the work and shall comply with all applicable provisions of federal, state, and
municipal safety laws and building and construction codes. All machinery and equipment and other
physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in
Construction" of the Associated General Contractors of America, except where incompatible with
federal, state, or municipal laws or regulations. The Contractor shall provide such machinery guards,
safe walkways, ladders, bridges, gangplanks, and other safety devices. The safety precautions
actually taken and their adequacy shall be the sole responsibility of the Contractor, acting at his
discretion as an independent contractor.
In the event there is an accident involving injury to any individual on or near the work, the Contractor
shall immediately notify the Owner and the Architect of the event and shall be responsible for
recording the location of the event and the circumstances surrounding the event through
photographs, interviewing witnesses, obtaining of medical reports and other documentation that
defines the event. Copies of such documentation shall be provided to the Owner and the Architect
for their records.
3.10 Performance and Payment Bonds
Unless otherwise specified, it is further agreed by the parties to the contract that the Contractor will
execute separate performance and payment bonds, each in the sum of one hundred (100 %) percent
of the total contract price, on standard forns for this purpose, guaranteeing faithful performance of
the work and the fulfillment of any guarantee required, and further guaranteeing payment to all
persons supplying labor and materials or fumishing him any equipment in the execution of the
contract. If the contract price is $25,000.00 or less, no payment or performance bond shall be
required. It is agreed that the contract shall not be in effect until such performance and payment
bonds are fumished and approved by the Owner.
Unless otherwise specified, the cost of the premium for the performance and payment bonds shall be
included in the price bid by the Contractor for the work under this contract, and no extra payment for
such bonds will be made by the Owner.
Unless otherwise approved in writing by the Owner, the surety company underwriting the bonds shall
be licensed to write such bonds in the State of Texas.
3.11 Losses from Natural Causes
Unless otherwise specified, all loss or damage to the Contractor arising out of the nature of the work
to be done, or from the action of the elements, or from any unforeseen circumstance in the
prosecution of the same, or from unusual obstructions or difficulties which may be encountered in the
prosecution of the work, shall be sustained and bome by the Contractor at his own cost and
expense.
3.12 Protection of Adjoining Property
The said Contractor shall take proper means to protect the adjacent or adjoining property or
properties, in any way encountered, which might be injured or seriously affected by any process of
construction to be undertaken under this agreement, from any damage or injury by reason of said
City Hall Modifications GENERAL CONDITIONS OF AGREEMENT
00700 -10
September 18, 2000
process of construction; and he shall be liable for any and all claims for such damage on account of
his failure to fully protect all adjoining property. The Contractor agrees to indemnify, save and hold
harmless the Owner and the Architect against any daim or claims for damages due to any injury to
any adjacent or adjoining property, arising or growing out of the performance of the contract
regardless of whether or not it is caused in part by a party indemnified hereunder, but any such
indemnity shall not apply to any claim of any kind arising solely out of the existence or character of
the work.
3.13 Protection Against Claims of Subcontractors, Laborers, Materlalmen and Furnishers of
Machinery, Equipment and Supplies
The Contractor agrees that he will indemnify and save the Owner and the Architect harmless from all
claims growing out the lawful demands of Subcontractors, laborers, workers, mechanics,
materialmen and fumishers of machinery and parts thereof, equipment, power tools, and all supplies,
including commissary, incurred in the furtherance of the performance of this contract. When so
desired by the Owner, the Contractor shall fumish satisfactory evidence that all obligations of the
nature hereinabove designated have been paid, discharged or waived. If the Contractor fails to do
so, then the Owner may either pay directly any unpaid bills of which the Owner has written notice, or
may withhold from the Contractor's unpaid compensation a sum of money deemed reasonably
sufficient to liquidate any and all such lawful claims. When satisfactory evidence is fumished that all
liabilities have been fully discharged, payments to the Contractor shall be resumed in full in
accordance with the terms of this contract, but in no event shall the provisions of this sentence be
construed to impose any obligation upon the Owner by either the Contractor or his surety.
3.14 Protection Against Royalties or Patented Invention
The Contractor shall pay all royalties and license fees, and shall provide for the use of any design,
device, material or process covered by letter patent or copyright by suitable legal agreement with the
patentee or owner. The Contractor shall defend at suits or claims for infringement of any patent or
copyright rights and shall indemnify and save the Owner and the Architect harmless from any loss on
account thereof, except that the Owner shall defend all such suits and claims and shall be
responsible for all such loss when a particular design, device, material or process or the product of a
particular manufacturer or manufacturers is specified or required by the Owner, provided, however, if
choice of altemate design, device, material or process is allowed to the Contractor, then the
Contractor shall indemnify and save the Owner harmless form any loss on account thereof. If the
material or process specified or required by the Owner is known by the Contractor to be an
infringement, the Contractor shall be responsible for such loss unless he promptly gives such
information to the Owner.
3.15 Laws and Ordinances
The Contractor shall at all times observe and comply with all federal, state and local laws, ordinance
and regulations, which in any manner affect the contract or the work, and shall indemnify and save
harmless the Owner and the Architect against any claim arising from the violation of any such laws,
ordinances, and regulations whether by the Contractor or his employees, except where such
violations are called for by the provisions of the Contract Documents. If the Contractor observes that
the plans and specifications are at variance therewith, he shall promptly notify the Architect in writing,
and any necessary changes shall be prepared as provided in the contract for changes in the work. If
. the Contractor performs any work knowing it to be contrary to such laws, ordinances, rules and
regulations, and without such notice to the Architect, he shall bear all costs arising therefrom. In
case the Owner is a body politic and corporate, the law from which it derives its powers, insofar as
the same regulates the objects for which, or the manner in which, or the conditions under which the
Owner may enter into contract, shall be controlling and shall be considered as part of this contract to
the same effect as though embodied herein.
3.16 Assignment and Subletting
City Hall Modifications GENERAL CONDITIONS OF AGREEMENT
00700 - 11
The Contractor further agrees that he will retain personal control and will give his personal attention
to the fulfillment of this contract and that he will not assign by Power of Attorney or otherwise, or
sublet said contract without the written consent of the Architect, and that no part or feature of the
work will be sublet to anyone objectionable to the Architect or the Owner. The Contractor further
agrees that the subletting of any portion or feature of the work, or materials required in the
performance of this contract, shall not relieve the Contractor from his full obligations to the Owner as
provided by this agreement.
3.17 Indemnification
The Contractor shall defend, indemnify and hold harmless the Owner and the Architect and their
respective officers, agents and employees, from and against all damages, claims, losses, demands,
suits, judgements and costs, including reasonable attorneys' fees and expenses, arising out of or
resulting from the performance of the work, provided that any such damage, claim, loss, demand,
suit, judgment, cost or expense:
1. is attributable to bodily injury, sickness, disease or death of any person including
Contractor's employees and any Subcontractor's employees and any Sub - subcontractor's
employees, or to injury to or destruction of tangible property including Contractor's property
(other than the work itself) and the property of any Subcontractor of Sub - subcontractor
including the loss of use resulting therefrom; and,
2. is caused in whole or in part by any intentional or negligent act or omission of the Contractor,
any Subcontractor, any Sub - subcontractor or anyone directly or indirectly employed by any
one of them or anyone for whose acts any of them may be liable, regardless of whether or
not it is caused in part by a party indemnified hereunder.
The obligation of the Contractor under this paragraph shall not extend to the liability of the Architect,
his agents or employees arising out of the preparation of maps, plans, reports, surveys, change
orders, designs or specifications, or the approval of maps, plans, reports, surveys, change orders,
designs or specifications or the issuance of or the failure to give directions or instructions by the
Architect, his agents or employees, provided such is the sole cause of the injury or damage.
In any and all claims against the Owner or the Architect or any of their agents or employees by any
employee of the Contractor, any Subcontractor, any Sub - subcontractor, anyone directly or indirectly
employed by any of them, or anyone for whose acts any of them may be liable, the indemnification
obligation under Paragraph 3.17 shall not be limited in any way by any limitation on the amount or
type of damages, compensation or benefits payable by or for the Contractor or any Subcontractor or
Sub - subcontractor under workers= compensation acts, disability benefit acts or other employee
benefit acts.
3.18 Insurance
The Contractor shall carry insurance as follows for the duration of this contract.
A. Statutory Workmen's Compensation.
Definitions:
September 18, 2000
Certificate of coveraoe ( "certificate ") - a copy of a certificate of insurance, a certificate of
authority to self- insure issued by the Texas Workers' Compensation Commission, or a
coverage agreement (TWCC -81, TWCC -82, TWCC -83, or TWCC -84), showing statutory
workers' compensation insurance coverage for the person's or entity's employees providing
services on a project, for the duration of the project.
City Hall Modifications GENERAL CONDITIONS OF AGREEMENT
00700 - 12
September 18, 2000
Duration of the oroiect - indudes the time from the beginning of the work on the project until
the contractor's/person's work on the project has been completed and accepted by the
govemmental entity.
Persons arovidina services on the oroiect ("subcontractor in ' 408.098) - includes all
persons or entities performing all or part of the services the Contractor has undertaken to
perform on the project, regardless of whether that person contracted directly with the
Contractor and regardless of whether that person has employees. This indudes, without
limitation, independent contractors, subcontractors, leasing companies, motor carriers,
owner- operators, employees of any such entity, or employees of any entity which fumishes
persons to provide services on the project. "Services" include, without limitation, providing,
hauling, or delivering equipment or materials, or providing labor, transportation, or other
service related to a project. "Services" does not include activities unrelated to the project,
such as food/beverage vendors, office supply deliveries, and delivery of portable toilets.
The Contractor shall provide coverage, based on proper reporting of classification codes and
payroll amounts and filing of any coverage agreements, that meets the statutory
requirements of Texas Labor Code, Section 401.011(44), for all employees of the Contractor
providing services on the project, for the duration of the project. This coverage shall include
the following terms:
(a) Employer's Liability limits of $100,000.00 for each accident is required.
(b) "Texas Waiver of Our Right to Recover From Others" Endorsement WC 42
03 04 shall be included in this policy.
(c) Texas must appear in Item 3A of the Worker's Compensation coverage or
Item 3C must contain the following: AAs States except those listed in 3A
and the States of NV, ND, OH, WA, WV, and WY.@
The Contractor must provide a certificate of coverage to the governmental entity prior to
being awarded the contract.
If the coverage period shown on the Contractor's current certificate of coverage ends during
the duration of the project, the Contractor must, prior to the end of the coverage period, file a
new certificate of coverage with the govemmental entity showing that coverage has been
extended.
The Contractor shall obtain from each person providing services on a project, and provide to
the governmental entity:
a certificate of coverage, prior to that person beginning work on the project,
so the governmental entity will have on file certificates of coverage showing
coverage for all persons providing services on the project and
(b) no later than seven (7) calendar days after receipt by the Contractor, a new
certificate of coverage showing extension of coverage, if the coverage
period shown on the current certificate of coverage ends during the duration
of the project
(a)
The Contractor shall retain all required certificates of coverage for the duration of the project
and for one year thereafter.
The Contractor shall notify the governmental entity in writing by certified mail or personal
delivery, within ten (10) calendar days after the Contractor knew or should have known of
City Hall Modifications GENERAL CONDITIONS OF AGREEMENT
00700 - 13
September 18, 2000
any change that materially affects the provision of coverage of any person providing services
on the project.
The Contractor shall post on each project site a notice, in the text, form and manner
prescribed by the Texas Workers' Compensation Commission, informing all persons
providing services on the project that they are required to be covered, and stating how a
person may verify coverage and report lack of coverage.
The Contractor shall contractually require each person with whom it contracts to provide
services on the project to:
(a) provide coverage, based on proper reporting of classification codes and
payroll amounts of filing of any coverage agreements, that meets the
statutory requirements of Texas Labor Code, Section 401.011(44), for all of
its employees providing services on the project, for the duration of the
project;
(b) provide to the Contractor, prior to that person beginning work on the project,
a certificate of coverage showing that coverage is being provided for all
employees of the person providing services on the project, for the duration
of the project;
(c) provide the Contractor, prior to the end of the coverage period, a new
certificate of coverage showing extension of coverage, if the coverage
period shown on the current certificate of coverage ends during the duration
of the project;
(d) obtain from each other person with whom it contracts, and provide to the
Contractor:
(1) a certificate of coverage, prior to the other person beginning work on
the project; and
(2) a new certificate of coverage showing extension of coverage, prior
to the end of the coverage period, if the coverage period shown on
the current certificate of coverage ends during the duration of the
project;
(e) pro in allnd required c e r t ereafof co verage on file for the duration of the
(f) notify the governmental entity in writing by certified mail or personal delivery,
within ten (10) calendar days after the person knew or should have known of
any change that materially affects the provision of coverage of any person
providing services on the project; and
(g) contractually require each person with whom it contracts to perform as
required by paragraphs (a) - (g), with the certificates of coverage to be
provided to the person for whom they are providing services.
By signing this contract, or providing or causing to be provided a certificate of coverage, the
Contractor is representing to the govemmental entity that all employees of the Contractor
who will provide services on the project will be covered by workers' compensation coverage
for the duration of the project, that the coverage will be based on proper reporting of
classification codes and payroll amounts, and that all coverage agreements will be filed with
the appropriate insurance carrier or, in the case of a self - insured, with the Commission's
Division of Self - Insurance Regulation. Providing false or misleading information may subject
the Contractor to administrative penalties, criminal penalties, civil penalties, and/or other civil
actions.
City Hall Modifications GENERAL CONDITIONS OF AGREEMENT
00700 -14
September 18, 2000
The Contractor's failure to comply with any of these provisions is a breach of contract by the
contractor that entitles the govemmental entity to declare the contract void if the Contractor
does not remedy the breach within ten (10) calendar days after the receipt of notice of
breach from the govemmental entity.
B. Comprehensive General Liability Insurance with minimum Bodily Injury limits of $300,000 for
each occurrence including like coverage for acts and omissions of Subcontractors and
contractual liability coverage.
C. Property Damage Insurance with minimum limits of $50,000 for each occurrence including
like coverage for acts and omissions of Subcontractors and contractual liability coverage.
D. Automobile Liability Insurance for all owned, non - owned, and hired vehicles with minimum
limits for Bodily Injury of $100,000 for each person and $300,000 for each occurrence and
Property Damage minimum limits of $50,000 for each occurrence. Contractor shall require
Subcontractors to provide Automobile Liability Insurance with same minimum limits.
The Contractor shall not commence work at the site under this contract until he has obtained all
required insurance and until such insurance has been approved by the Owner and the Architect.
The Contractor shall not allow any Subcontractors to commence work until all insurance required has
been obtained and approved. Approval of the insurance by the Owner and the Architect shall not
relieve or decrease the liability of the Contractor hereunder.
The required insurance must be written by a company licensed to do business in Texas at the time
the policy is issued, In addition, the company must be acceptable to the Owner and all insurance
(other than workers' compensation) shall be endorsed to include the Owner as an additional insured
thereunder.
The Contractor shall not cause any insurance to be cancelled nor permit any insurance to lapse. All
insurance certificates shall include a clause to the effect that the policy shall not be cancelled or
reduced, restricted or limited until ten (10) days after the Owner has received written notice as
evidenced by retum receipt of registered or certified letter. Certificates of insurance shall contain
transcripts from the proper office of the insurer, evidencing in particular those insured, the extent of
the insurance, the location and the operations to which the insurance applies, the expiration date,
and the above - mentioned notice of cancellation clause.
3.19 Final Clean -up
Upon the completion of the work and before acceptance and final payment will be made, the
Contractor shall clean and remove from the site of the work all surplus and discarded materials,
temporary structures and debris of every kind. He shall leave the site of the work in a neat and
orderly condition at least equal to that which originally existed. Surplus and waste materials
removed from the site of the work shall be disposed of at locations satisfactory to the Architect.
In the event the Contractor fails or refuses to clean and remove surplus materials and debris as
above provided, the Owner or the Architect may do so, or cause same to be done, at the
Contractors expense, and the reasonable cost thereof shall be deducted from the final payment.
3.20 Guarantee Against Defective Work
The Contractor warrants the materials and workmanship and that the work is in conformance with
the plans and specifications included in this contract for a period of one year from the date of
acceptance of the project Said warranty binds the Contractor to correct any work that does not
conform with such plans and specifications or any defects in workmanship or materials furnished
under this contract which may be discovered within the said one year period. The Contractor shall at
his own expense correct such defect within thirty (30) days after receiving written notice of such
City Hall Modifications GENERAL CONDITIONS OF AGREEMENT
00700 - 15
September 18, 2000
defect from the Owner or the Architect by repairing same to the condition called for in the Contract
Documents and plans and specifications. Should the Contractor fail or refuse to repair such defect
within the said thirty (30) day period or to provide acceptable assurances that such repair work will
be completed within a reasonable time thereafter, the Owner may repair or cause to be repaired any
such defect at the Contractor's expense.
3.21 Testing of Materials
Unless otherwise specified, testing of all materials to be incorporated into the project will be as
directed by the Architect at the expense of the Owner. All retesting for work rejected on the basis of
test results will be at the expense of the Contractor and the extent of the retesting shall be
determined by the Architect. The Architect may require additional testing for failing tests and may
require two (2) passing retests before acceptance will be made by the Owner. The testing laboratory
will be designated by the Owner.
All materials to be incorporated into the project must meet the requirements of these specifications.
For manufactured materials such as reinforcing steel, expansion joint materials, concrete pipe,
cement, miscellaneous steel, cast iron materials, etc., the Contractor will be required to furnish a
manufacturer's certificate stating that the material meets the requirements specified for this project.
3.22 Wage Rates (Information From Chapter 2258 Texas Government Code Title 10)
2288.021. Duty of Government Entity to Pay Prevailing Wage Rates
a. The state or any political subdivision of the state shall pay a worker employed by it or on
behalf of it:
(1) not less than the general prevailing rate of per diem wages for work of a
similar character in the locality in which the work is performed; and
(2) not less than the general prevailing rate of per diem wages for legal holiday
and overtime work.
b. Subsection (a) does not apply to maintenance work.
c. A worker is employed on a public work for the purposes of this section if the worker is
employed by a contractor or subcontractor in the execution of a contract for the public work
with the state, a political subdivision of the state, or any officer or public body of the state or a
political subdivision of the state.
2258.023. Prevailing Wage Rates to be Paid by Contractor and Subcontractor; Penalty
a. The contractor who is awarded a contract by a public body or a subcontractor of the contractor
shall pay not less than the rates determined under Section 2258.022 to a worker employed by
it in the execution of the contract.
b. A contractor or subcontractor who violates this section shall pay to the state or a political
subdivision of the state on whose behalf the contract is made, $60 for each worker employed
for each calendar day or part of the day that the worker is paid less than the wage rates
stipulated in the contract. A public body awarding a contract shall specify this penalty in the
contract.
c. A contractor or subcontractor does not violate this section if a public body awarding a contract
does not determine the prevailing wage rates, and specify the rates in the contract as provided
by Section 2258.022.
d. The public body shall use any money collected under this section to offset the costs incurred
in the administration of this chapter.
e. A municipality is entitled to collect a penalty under this section only if the municipality has a
population of more than 10,000.
2258.051. Duty of Public Body to Hear Complaints and Withhold Payment
City Hall Modifications GENERAL CONDITIONS OF AGREEMENT
00700 - 16
A public body awarding a contract, and an agent or officer of the public body, shall:
1. take cognizance of complaints of all violations of this chapter committed in the execution of
the contract; and
2. withhold money forfeited or required to be withheld under this Chapter from the payments to
the contractor under the contract, except that, the public body may not withhold money from
other than the final payment without determination by the public body that there is good
cause to believe that the contractor has violated this chapter.
WR1001 July 1997
Applicable wage rates are shown In Attachment 1 of these GENERAL CONDITIONS.
4. Prosecution and Progress
4.01 Time and Order of Completion
It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the
Contractor shall be allowed to prosecute his work at such times and seasons, in such order of
precedence, and in such manner as shall be most conducive to economy of construction; provided,
however, that the order and the time of prosecution shall be such that the work shall be substantially
completed as a whole and in part, in accordance with this contract, the plans and specifications, and
within the time of completion designated in the proposal: provided, also, that when the Owner is
having other work done, either by contract or by his own force, the Architect may direct the time and
manner of constructing the work done under this contract, so that conflict will be avoided and the
construction of the various works being done for the Owner shall be harmonized.
The Contractor shall submit, at such times as may reasonably be requested by the Architect,
schedules which shall show the order in which the Contractor proposes to carry on the Work, with
dates at which the Contractor will start the several parts of the work, and estimated dates of
completion of the several parts.
4.02 Extension of Time
Should the Contractor be delayed in the completion of the work by any act or neglect of the Owner or
the Architect, or of any employee of either, or by other contractors employed by the Owner, or by
changes ordered in the work, or by strikes, lockouts, fires, and unusual delays by common carriers,
or unavoidable cause or causes beyond the Contractor's control, or by any cause which the Architect
shall decide justifies the delay, then an extension of time shall be allowed for completing the work,
sufficient to compensate for the delay, the amount of the extension to be determined by the
Architect; provided, however, that the Contractor shall give the Architect prompt notice in writing of
the cause of such delay. Adverse weather conditions will not be justification for extension of time on
"Calendar Days" contracts.
4.03 Hindrances and Delays
No claims shall be made by the Contractor for damages resulting from hindrances or delays from
any cause (except where the work is stopped by order of and for the convenience of the Owner)
during the progress of any portion of the work embraced in this contract. In case said work shall be
stopped by the act of the Owner, then such expense as in the judgment of the Architect is caused by
such stoppage of said work shall be paid by the Owner to the Contractor.
5. Measurement and Payment
5.01 Quantities and Measurements
September 18, 2000
City Hall Modifications GENERAL CONDITIONS OF AGREEMENT
00700 - 17
No extra or customary measurements of any kind will be allowed, but the actual measured and/or
computed length, area, solid contents, number and weight only shall be considered, unless
otherwise specifically provided.
5.02 Estimated Quantities
This agreement, including the specifications, plans and estimate, is intended to show clearly all work
to be done and material to be furnished hereunder. Where the estimated quantities are shown for
the various classes of work to be done and material to be furnished under this contract, they are
approximate and are to be used only as a basis for estimating the probable cost of the work and for
comparing the proposals offered for the work. It is understood and agreed that the actual amount of
work to be done and material to be furnished under this contract may differ somewhat from these
estimates, and that where the basis for payment under this contract is the unit price method,
payment shall be for the actual amount of such work done and material furnished.
Where payment is based on the unit price method, the Contractor agrees that he will make no claim
for damages, anticipated profits or otherwise on account of any differences which may be found
between the quantities of work actually done, the material actually furnished under this contract and
the estimated quantities contemplated and contained in the proposal; provided, however, that in case
the actual quantity of any major item should become as much as twenty percent (20 %) more than, or
twenty percent (20 %) less than the estimated or contemplated quantity for such items, then either
party to this agreement, upon demand, shall be entitled to revised consideration upon the portion of
the work above or below twenty percent (20 %) of the estimated quantity.
A "Major Item" shall be construed to be any individual bid item incurred in the proposal that has a
total cost equal to or greater that five percent (5 %) of the total contract cost, computed on the basis
of the proposal quantities and the contract unit prices.
Any revised consideration is to be determined by agreement between the parties, otherwise by the
terms of this agreement, as provided under "Extra Work ".
5.03 Price of Work
In consideration of the furnishing of all the necessary labor, equipment and material, and the
completion of all work by the Contractor, and on the completion of all work and on the delivery of all
material embraced in this contract in full conformity with the specifications and stipulations herein
contained, the Owner agrees to pay the Contractor the prices set forth in the proposal hereto
attached, which has been made a part of this contract. The Contractor hereby agrees to receive
such prices in full for furnishing all material and all labor required for the aforesaid work, also for all
expense incurred by him, and for well and truly performing the same and the whole thereof in the
manner and according to this agreement.
5.04 Partial Payments
September 18, 2000
On or before the first day of each month, the Contractor shall submit to the Architect a statement
showing the total value of the work performed up to and including the 25th day of the preceding
month. The statement shall also include the value of all sound materials delivered on the job site
and to be included in the work and all partially completed work whether bid as a lump sum or a unit
item which in the opinion of the Architect is acceptable. The Architect shall examine and approve or
modify and approve such statement.
The Owner shall then pay the Contractor on or before the 20th day of the current month the total
amount of the approved statement, less five percent (5%) of the amount thereof, which five percent
(5 %) shall be retained until final payment, and further less all previous payments and all further sums
that may by retained by the Owner under the terms of this agreement. It is understood, however,
that in case the whole work be near to completion and some unexpected and unusual delay occurs
City Hall Modifications GENERAL CONDITIONS OF AGREEMENT
00700 -18
September 18, 2000
due to no fault or neglect on the part of the Contractor, then the Owner may, upon written
recommendation of the Architect, pay a reasonable and equitable portion of the retained percentage
to the Contractor; or the Contractor, at the Owners option, may be relieved of the obligation to fully
complete the work and, thereupon, the Contractor shall receive payment of the balance due him
under the contract subject only to the conditions stated under "Final Payment".
5.05 Use of Completed Portions
The Owner shall have the right to take possession of and use any completed or partially completed
portions of the work, notwithstanding the time for completing the entire work or such portions may
not have expired. Such taking possession and use shall not be deemed an acceptance of any work
not completed in accordance with the Contract Documents. If such prior use increases the cost or
delays the work, the Contractor shall be entitled to such extra compensation, extension of time, or
both, as the Architect may determine.
The Contractor shall notify the Architect when, in the Contractor's opinion, the contract is
"substantially completed" and when so notifying the Architect, the Contractor shall furnish to the
Architect in writing a detailed list of unfinished work. The Architect will review the Contractor's list of
unfinished work and will add thereto such items as the Contractor has failed to include. The
"substantial completion" of the structure or facility shall not excuse the Contractor from performing all
of the work undertaken, whether of a minor or major nature, and thereby completing the structure or
facility in accordance with the Contract Documents.
5.06 Final Completion and Acceptance
Within ten (10) days after the Contractor has given the Architect written notice that the work has
been completed, or substantially completed, the Architect and the Owner shall inspect the work and
within said time, if the work is found to be completed in accordance with the Contact Documents, the
Architect shall issue to the Owner and the Contractor his Certificate of Completion, and thereupon it
shall be the duty of the Owner to issue a Certificate of Acceptance to the Contractor or to advise the
Contractor in writing of the reason for non - acceptance.
5.07 Final Payment
Upon the issuance of the Certificate of Completion, the Architect shall proceed to make final
measurements and prepare final statement for the value of all work performed and materials
fumished under the terms of the agreement and shall certify same to the Owner, who shall pay to the
Contractor on or before 35th day after the date of the Certificate of Completion, the balance due the
Contractor under the terms of this contract; and said payment shall become due In any event upon
said performance by the Contractor. Neither the Certificate of Acceptance nor the final payment, nor
any provision in the Contract Documents, shall relieve the Contractor of the obligation for fulfillment
of any warranty which may be required.
5.08 Payments Withheld
The Owner may, on account of subsequently discovered evidence, withhold or nullify the whole or
part of any certificate to such extent as may be necessary to protect himself from loss on account of:
a) Defective work not remedied or other obligations hereunder not done.
b) Claims filed or reasonable evidence indicating probable filing of claims.
c) Failure of the Contractor to make payments properly to Subcontractors or for material or
labor.
d) Damage to the Owner or another contractor's work, material or equipment.
City Hall Modifications GENERAL CONDITIONS OF AGREEMENT
00700 - 19
e) Reasonable doubt that the work can be completed for the unpaid balance of the contract
amount.
fj Reasonable indication that the work will not completed within the contract time.
g) Other causes affecting the performance of the contract.
When the above grounds are removed or the Contractor provides a surety bond satisfactory to the
Owner, which will protect the Owner in the amount withheld, payment shall be made for amounts
withheld because of them.
5.09 Delayed Payments
Should the Owner fail to make payment to the Contractor of the sum named in any partial or final
statement, when payment is due, then the Owner shall pay to the Contractor, in addition to the sum
shown as due by such statement, interest thereon at the rate of six percent (6%) per annum, unless
otherwise specified, from date due as provided under "Partial Payments" and °Final Payment", until
fully paid, which shall fully liquidate any injury to the Contractor growing out of such delay in
payment. It is expressly agreed that delay by the Owner in making payment to the Contractor of the
sum named in any partial or final statement shall not constitute a breach of this contract on the part
of the Owner nor an abandonment thereof nor shall it to any extent or for any time relieve the
Contractor of his obligations to fully and completely perform hereunder.
6. Extra Work and Claims
6.01 Change Orders
Without invalidating this agreement, the Owner may at any time or from time to time order additions,
deletions or revisions to the work; such changes will be authorized by change order to be prepared
by the Architect for execution by the Owner and the Contractor. The change order shall set forth the
basis for any change in contract price, as hereinafter set forth for extra work, and any change in
contract time which may result from the change.
In the event the Contractor shall refuse to execute a change order which has been prepared by the
Architect and executed by the Owner, the Architect may in writing instruct the Contractor to proceed
with the work as set forth in the change order and the Contractor may make claim against the Owner
for extra work involved therein, as hereinafter provided.
6.02 Minor Changes
6.03 Extra Work
September 18, 2000
The Architect may authorize minor changes in the work not inconsistent with the overall intent of the
Contract Documents and not involving an increase in contract price. If the Contractor believes that
any minor change or alteration authorized by the Architect involves extra work and entitles him to an
increase in the contract price, the Contractor shall make written request to the Architect for a written
field order.
In such case, the Contractor by copy of his communication to the Architect or otherwise in writing
shall advise the Owner of his request to the Architect for a written field order and that work involved
may result in an increase in the contract price.
Any request by the Contractor for a change in contract price shall be made prior to beginning the
work covered by the proposed change.
City Hall Modifications GENERAL CONDITIONS OF AGREEMENT
00700 - 20
It is agreed that the basis of compensation to the Contractor for work either added or deleted by a
change order or for which a claim for extra work is made shall be determined by the unit prices upon
which this contract was bid to the extent such work can be fairly classified within the various work
item descriptions and for work items that cannot be so classified by one or more of the following
methods:
Method (A)
By agreed unit prices; or
Method (B)
By agreed lump sum; or
6.04 Time of Filing Claims
September 18, 2000
Method (C)
If neither Method (A) nor Method (B) is agreed upon before the extra work is
commenced, then the Contractor shall be paid the "actual field cost" of the work,
plus fifteen percent (15%).
In the event said extra work is performed and paid for under Method (C), then the provisions of this
paragraph shall apply and the "actual field cost' is hereby defined to include the cost to the
Contractor of all workmen, such as foremen, timekeepers, mechanics and laborers, and materials,
supplies, trucks, rentals on machinery and equipment, for the time actually employed or used on
such extra work, plus actual equipment, for the time actually employed or used on such extra work,
plus actual transportation charges necessarily incurred, together with all power, fuel, lubricants,
water and similar operating expenses, also all necessary incidental expenses incurred directly on
account of such extra work, including Social Security, Old Age Benefits and other payroll taxes, and
a rateable proportion of premiums on performance and payment bonds and maintenance bonds,
public liability and property damage and workers' compensation, and all other insurance as may be
required by any law or ordinance, or directed or agreed to by the Owner. The Architect may direct
the form in which accounts of the "actual field cost" shall be kept and the records of these accounts
shall be made available to the Architect The Architect or the Owner may also specify in writing,
before the work commences, the method of doing the work and the type and kind of machinery and
equipment to be used; otherwise these matters shall be determined by the Contractor. Unless
otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by
using one hundred percent (100 %), unless otherwise specified, of the latest schedule of Equipment
Ownership Expense adopted by the Associated General Contractors of America. Where practicable
the terms and prices for the use of machinery and equipment shall be incorporated in the written
extra work order. The fifteen percent (15 %) of the "actual field cost" to be paid the Contractor shall
cover and compensate him for his profit, overhead, general superintendence and field office
expense, and all other elements of cost and expense not embraced within the "actual field cost" as
herein defined, save that where the Contractor's camp or field office must be maintained primarily on
account of such extra work; then the cost to maintain and operate the same shall be included in the
"actual field cost."
No claim for extra work of any kind will be allowed unless ordered in writing by the Architect. In case
any orders or instructions, either oral or written, appear to the Contractor to involve extra work for
which he should receive compensation or an adjustment in the construction time, he shall make
written request to the Architect for written order authorizing such extra work. Should a difference of
opinion arise as to what does or does not constitute extra work, or as to the payment therefor, and
the Architect insists upon its performance, the Contractor shall proceed with the work after making
written request for written order and shall keep an accurate account of the "actual field cost' thereof,
as provided under Method (C). The Contractor will thereby preserve the right to submit the matter of
payment to mediation or litigation.
City Hall Modifications GENERAL CONDITIONS OF AGREEMENT
00700 - 21
September 18, 2000
It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the
Contractor shall be in writing and filed with the Architect within thirty (30) days after the Architect has
given any directions, order or instruction to which the Contractor desires to take exception. The
Architect shall reply within thirty (30) days to such written exceptions by the Contractor and render
his final derision in writing. In case the Contractor should appeal from the Architect's decision, any
demand for mediation shall be filed with the Architect and the Owner in writing within ten (10) days
after the date of delivery to Contractor of the Architects final decision. It is further agreed that final
acceptance of the work by the Owner and the acceptance by the Contractor of the final payment
shall be a bar to any claims by either party, except claims by Owner for defective work or
enforcement of warranties and except as noted otherwise in the Contract Documents.
6.05 Continuing Performance
The Contractor shall continue performance of the contract during all disputes or disagreements with
the Owner. The production or delivery of goods, the furnishing of services and the construction of
projects or facilities shall not be delayed, prejudiced or postponed pending resolution of any disputes
or disagreements, except as the Owner may otherwise agree in writing.
7. Abandonment of Contract
7.01 Abandonment by Contractor
In case the Contractor should abandon and fail or refuse to resume work within ten (10) days after
written notification from the Owner or the Architect, or if the Contractor fails to comply with the orders
of the Architect when such orders are consistent with the Contract Documents, then and in that case,
where performance and payment bonds exist, the sureties on these bonds shall be notified in writing
and directed to complete the work, and a copy of said notice shall be delivered to the Contractor.
After receiving said notice of abandonment, the Contractor shall not remove from the work any
machinery, equipment, tools, materials or supplies then on the Job, but the same, together with any
materials and equipment under contract for the work, may be held for use on the work by the Owner
or the surety on the performance bond, or another contractor in completion of the work; and the
Contractor shall not receive any rental or credit therefor (except when used in connection with extra
work, where credit shall be allowed as provided for under Section 6 herein), it being understood that
the use of such equipment and materials will ultimately reduce the cost to complete the work and be
reflected in the final settlement.
Where there is no performance bond provided or in case the surety should fail to commence
compliance with the notice for completion hereinbefore provided for, within ten (10) days after
service of such notice, then the Owner may provide for completion of the work in either of the
following elective manners:
(1) The Owner may thereupon employ such force of men and use such machinery,
equipment, tools, materials and supplies as the Owner may deem necessary to
complete the work and charge the expense of such labor, machinery, equipment,
tools, materials and supplies to the Contractor, and expense so charged shall be
deducted and paid by the Owner out of such monies as may be due, or that may
thereafter at any time become due to the Contractor under and by virtue of this
agreement. In case such expense is less than the sum which would have been
payable under this contract if the same had been completed by the Contractor, then
the Contractor shall receive the difference. In case such expense is greater than the
sum which would have been payable under this contract if the same had been
completed by the Contractor, then the Contractor and /or his surety shall pay the
amount of such excess to the Owner, or
City Hall Modifications GENERAL CONDITIONS OF AGREEMENT
00700 - 22
September 18, 2000
(2) The Owner, under competitive bids taken after notice published as required by law,
may let the contract for the completion of the work under substantially the same
terms and conditions which are provided in this contract. In case there is any
increase in cost to the Owner under the new contract as compared to what would
have been the cost under this contract, such increase shall be charged to the
Contractor and the surety shall be and remain bound therefor. However, should the
cost to complete any such contract prove to be less than would have been the cost
to complete under this contract, the Contractor and/or his surety shall be credited
therewith.
When the work shall have been substantially completed, the Contractor and his surety shall be so
notified and Certificates of Completion and Acceptance, as provided in Paragraph 5.06 hereinabove,
shall be issued. A complete itemized statement of the contract accounts, certified by the Architect as
being correct, shall then be prepared and delivered to the Contractor and his surety, whereupon the
Contractor and/or his surety, or the Owner as the case may be, shall pay the balance due as
reflected by said statement within fifteen (15) days after the date of such Certificate of Completion.
In the event the statement of accounts shows that the cost to complete the work is less than that
which would have been the cost to the Owner had the work been completed by the Contractor under
the terms of this contract, or when the Contractor and /or his surety shall pay the balance shown to
be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the
site of the work shall be tumed over to the Contractor and /or his surety. Should the cost to complete
the work exceed the contract price, and the Contractor and /or his surety fail to pay the amount due
the Owner within the time designated hereinabove, and there remains any machinery, equipment,
tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of
such equipment and materials, shall be mailed to the Contractor and his surety at the respective
addresses designated in this contract; provided, however, that actual written notice given in any
manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be
held at the risk of the Contractor and his surety subject only to the duty of the Owner to exercise
ordinary care to protect such property. After fifteen (15) days from the date of said notice, the Owner
may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from
such sale to the credit of the Contractor and his surety. Such sale may be made at either public or
private sale, with or without notice, as the Owner may elect. The Owner shall release any
machinery, equipment, tools, materials, or supplies, which remain on the work, and belong to
persons other than the Contractor or his surety, to their proper owners. The books on all operations
provided herein shall be opened to the Contractor and his surety.
7.02 Abandonment by Owner
In case the Owner shall fail to comply with the terms of this contract, and should fail to comply with
said terms within ten (10) days after written notification by the Contractor, then the Contractor may
suspend or wholly abandon the work, and may remove therefrom all machinery, tools and
equipment, and all materials on the site of work that have not been included in payments to the
Contractor and have not been wrought into the work. Thereupon, the Architect shall make an
estimate of the total amount earned by the Contractor, which estimate shall include the value of all
work actually completed by said Contractor (at the prices stated in the attached proposal where unit
prices are used), the value of all partially completed work at a fair and equitable price, and the
amount of all extra work performed at the prices agreed upon, or provided for by the terms of this
contract, and a reasonable sum to cover the cost of any provisions made by the Contractor to carry
the whole work to completion and which cannot be utilized. The Architect shall then make a final
statement of the balance due the Contractor by deducting from the above estimate all previous
payments by the Owner and all other sums that may be retained by the Owner under the terms of
this agreement and shall certify same to the Owner who shall pay to the Contractor on or before
thirty (30) days after the date of the notification by the Contractor the balance shown by said final
statement as due the Contractor, under the terms of this agreement.
City Hall Modifications GENERAL CONDITIONS OF AGREEMENT
00700 - 23
8. Subcontractors
8.01 Award of Subcontracts for Portions of the Work
September 18, 2000
Unless otherwise specified in the Contract Documents or in the Instructions to Bidders, the
Contractor, as soon as practicable after the award of the contract, shall fumish to the Architect in
writing for acceptance by the Owner and the Architect a list of the names of the Subcontractors
proposed for the principal portions of the work. The Architect shall promptly notify the Contractor in
writing if either the Owner or the Architect, after due investigation, has objection to any Subcontractor
on such list and does not accept him. Failure of the Owner or the Architect to make objection
promptly to any Subcontractor on the list shall constitute acceptance of such Subcontractor.
The Contractor shall not contract with any Subcontractor or any person or organization (including
those who are to fumish materials or equipment fabricated to a special design) proposed for portions
of the work designated in the Contract Documents or in the Instructions to Bidders or, if none is so
designated, with any Subcontractor proposed for the principal portions of the work who has been
rejected by the Owner and the Architect The Contractor will not be required to contract with any
Subcontractor or person or organization against whom he has a reasonable objection.
If the Owner or the Architect refuses to accept any Subcontractor or person or organization on a list
submitted by the Contractor in response to the requirements of the Contract Documents or the
Instructions to Bidders, the Contractor shall submit an acceptable substitute and the contract amount
shall be increased or decreased by the difference in cost occasioned by such substitution and an
appropriate change order shall be issued; however, no increase in the contract amount shall be
allowed for any such substitution unless the Contractor has acted promptly and responsively in
submitting for acceptance any list or lists of names as required by the Contract Documents or the
Instructions to Bidders.
If the Owner or the Architect requires a change of any proposed Subcontractor or person or
organization previously accepted by them, the contract amount shall be increased or decreased by
the difference in cost occasioned by such change and an appropriate change order shall be issued.
The Contractor shall not make any substitution for any Subcontractor or person or organization who
has been accepted by the Owner and the Architect, unless the substitution is acceptable to the
Owner and the Architect.
8.02 Subcontractual Relations
All work performed for the Contractor by a Subcontractor shall be pursuant to an appropriate written
agreement between the Contractor and the Subcontractor (and where appropriate between
Subcontractors and Sub - subcontractors) which shall contain provisions that:
City Hall Modifications
(1) preserve and protect the rights of the Owner and the Architect under the contract
with respect to the work to be performed under the subcontract so that the
subcontracting thereof will riot prejudice such rights;
(2) require that such work be perfomned in accordance with the requirements of the
Contract Documents;
(3) require submission to the Contractor of the applications for payment under each
subcontract to which the Contractor is a party, in reasonable time to enable the
Contractor to apply for payment in accordance with this contract;
(4) require that all claims for additional costs, extensions of time, damages for delays or
otherwise with respect to subcontracted portions of the work shall be submitted to
the Contractor (via any Subcontractor or Sub - subcontractor where appropriate) in
GENERAL CONDITIONS OF AGREEMENT
00700 - 24
(5)
September 18, 2000
sufficient time so that the Contractor may comply in the manner provided in the
Contract Documents for like claims by the Contractor upon the Owner;
obligate each subcontractor specifically to consent to the provisions of this section.
A copy of all such subcontract agreements shall be filed by the Contractor with the Architect before
the Subcontractor shall be allowed to commence work.
8.03 Payments to Subcontractors
The Contractor shall pay each Subcontractor, upon receipt of payment from the Owner, an amount
directly based upon the value of the work performed and allowed to the Contractor on account of
such Subcontractor's work, less the percentage retained from payments to the Contractor. The
Contractor shall also require each Subcontractor to make similar payments to his subcontractors.
If the Architect fails to approve a payment for any cause which is the fault of the Contractor and not
the fault of a particular Subcontractor, the Contractor shall pay the Subcontractor on demand made
at any time after the Certificate for Payment should otherwise have been issued, for his work to the
extent completed, less the retained percentage.
The Architect may, on request and at his discretion, fumish to any Subcontractor, if practicable,
information regarding percentages of completion certified to the Contractor on account of work done
by such Subcontractors.
Neither the Owner nor the Architect shall have any obligation to pay or to see to the payment of any
monies to such Subcontractor except as may otherwise be required.
9. Separate Contracts
9.01 Owner's Right to Award Separate Contracts
The Owner reserves the right to award other contracts in connection with other portions of the project
under these or similar conditions of the contract.
When separate contracts are awarded for different portions of the project, "the Contractor' in the
contract documents in each case shall be the contractor who signs each separate contract.
9.02 Mutual Responsibility of Contractors
The Contractor shall afford other contractors reasonable opportunity for the introduction and storage
of their materials and equipment and the execution of their work, and shall properly connect and
coordinate his work with theirs.
If any part of the Contractor's work depends for proper execution or results upon the work of any
other separate contractor, the Contractor shall inspect and promptly report to the Architect any
apparent discrepancies or defects in such work that render it unsuitable for such proper execution
and results. Failure of the Contractor to so inspect and report shall constitute an acceptance of the
other contractor's work as fit and proper to receive his work, except as to defects which may develop
in the other separate contractor's work after the execution of the Contractor's work.
Should the Contractor cause damage to the work or property of any separate contractor on the
project, the Contractor shall, upon due notice, settle with such other contractor by agreement, if he
will so settle. If such separate contractor sues the Owner or initiates an proceeding allowed
hereunder on account of any damage alleged to have been so sustained, the Owner shall notify the
Contractor who shall defend such proceedings at the Contractor's expense, and if any judgment or
City Hall Modifications GENERAL CONDITIONS OF AGREEMENT
00700 - 25
September 18, 2000
award against the Owner arises therefrom the Contractor shall pay or satisfy it and shall reimburse
the Owner for all attorney's fees and court costs or other costs which the Owner has incurred.
9.03 Cutting and Patching under Separate Contracts
The Contractor shall be responsible for any cutting, fitting and patching that may be required to
complete his work, except as otherwise specifically provided in the Contract Documents. The
Contractor shall not endanger any work of any other contractors by cutting, excavating or otherwise
altering any work and shall not cut or alter the work of any other contractor except with the written
consent of the Architect.
Any costs caused by defective or ill -timed work shall be borne by the party responsible therefor.
10. Protection of Persons and Property
10.01 Safety Precautions and Programs
The Contractor shall be responsible for initiating, maintaining and supervising all safety precautions
and programs in connection with the work.
10.02 Safety of Persons and Property
The Contractor shall take all reasonable precautions for the safety of, and shall provide all
reasonable protection to prevent damage, injury, or loss to:
(1) all employees on the work and all other persons who may be affected thereby:
(2) all the work and all materials and equipment to be incorporated therein, whether in
storage or off the site, under the care, custody or control of the Contractor or any of
his Subcontractors or Sub - subcontractors; and
(3) other property at the site or adjacent thereto, including trees, shrubs, lawns, walks,
pavements, fences, roadways, structures and utilities not designated for removal,
relocation or replacement in the course of construction.
The Contractor shall comply with all applicable laws, ordinances, rules, regulations and lawful orders
of any public authority having jurisdiction for the safety of persons or property or to protect them from
damage, injury or loss. He shall erect and maintain, as required by existing conditions and progress
of the work, all reasonable safeguards for safety and protection, including posting danger signs and
other wamings against hazards, promulgating safety regulations and notifying owners and users of
adjacent utilities.
When the use or storage of explosives or other hazardous materials or equipment is necessary for
the execution of the work, the Contractor shall exercise the utmost care and shall carry on such
activities under the supervision of properly qualified personnel.
All blasting, including methods of storing and handling explosives and highly inflammable materials,
shall conform to federal, state, local laws and ordinances. All city ordinances shall be complied with
even though some or all of the blasting is done outside the city limits unless the applicable ordinance
is in conflict with the law of the jurisdiction where the action is being taken.
The following is a list of requirements in addition to federal, state, and local laws and ordinances:
1. The Contractor shall furnish the City of Round Rock with a Certificate of Blasting
Insurance in the amount of $300,000.00 for each contract, at least twenty-four (24)
hours prior to using explosives. A blasting permit must be obtained from the city at
least five (5) days prior to use of explosives. If blasting is covered under the
City Hall Modifications GENERAL CONDITIONS OF AGREEMENT
00700 - 26
September 18, 2000
Contractor's General Insurance Certificate for each contract, a separate blasting
certificate will not be required.
2. The following public utility companies and city departments will be notified by the
Contractor, on every occasion, at least twenty-four (24) hours prior to the use of
explosives: Water and Wastewater, Electric, Gas, Telephone and the City
Engineering Department.
3. Explosive materials to be used shall be limited to blasting agents and dynamite,
unless prior approval of other materials is obtained in writing from the Engineering
Department
4. During blasting, all reasonable precautions shall be taken to protect pedestrians,
passing vehicles, and public or private property. Blasting mats or protective cover
shall be used when required by the City Inspector, the permit, or by safe blasting
practices.
5. All explosives shall be stored in accordance with Chapter 5, Section 5.200, of the
City Code.
6. The Director of Engineering or his representative shall have the right to limit the use
of explosives and /or blasting methods which in his opinion are dangerous to the
public or nearby property of any kind.
7. The Contractor, at his expense, shall promptly repair or replace all items known to
be damaged as a result of blasting. All claims of damage shall be investigated by
the City of Round Rock or by consulting firms approved by the city.
8. The Contractor shall maintain accurate records throughout the blasting operations
showing the type explosive used, number of holes, pounds per hole, depth of hole,
total pounds per shot, delays used, date and time of blast and initials of the
inspector. The Contractor is fully responsible for all claims resulting from his
blasting operation.
All damage or loss to any property referred to in this article caused in whole or in part by the
Contractor, any Subcontractor, any Sub - subcontractor, or anyone directly or indirectly employed by
any of them, or by anyone for whose acts any of them may be liable, shall be remedied by the
Contractor, except damage or loss attributable solely to faulty drawings or specifications or solely to
the acts or omissions of the Owner or the Architect or anyone employed by either of them, and not
attributable in any degree to the fault or negligence of the Contractor.
The Contractor shall designate a responsible member of his organization at the site whose duty shall
be the prevention of accidents. This person shall be the Contractor's superintendent unless
otherwise designated in writing by the Contractor to the Owner and the Architect.
10.03 Location and Protection of Utilities
Notwithstanding any other provision of this contract, the Contractor shall be solely responsible for the
location and protection of any and all public utility lines and utility customer service lines in the work
area. The Contractor shall exercise due care to locate and to mark, uncover or otherwise protect all
such lines in the construction zone and any of the Contractor's work or storage areas. Upon request,
the Owner shall provide such information as it has about the location and grade of water, sewer, gas,
and telephone and electric lines and other utilities in the work area but such information shall not
relieve or be deemed to be in satisfaction of the Contractors obligation hereunder, which shall be
primary and nondelegable. Any such lines damaged by the Contractor's operations shall be
City Hall Modifications GENERAL CONDITIONS OF AGREEMENT
00700 - 27
11. Termination
11.01 - Termination by Owner for Cause
Conditions for termination are as follows:
September 18, 2000
immediately repaired by the Contractor or he shall cause such damage to be repaired at his
expense.
1. Without prejudice to any other legal or equitable right or remedy which it would otherwise
possess hereunder or as a matter of law, City shall be entitled by giving Contractor five (5)
days prior written notice to terminate this contract in its entirety at any time:
a. If the Contractor becomes insolvent, voluntarily files for bankruptcy, is the subject of
an involuntary petition for bankruptcy commenced by its creditors, makes a general
assignment for the benefit of creditors or becomes the subject of any other
proceeding commenced under any statute or law for the relief of debtors; or
b. If a receiver trustee or liquidator of any of the property or income of Contractor shall
be appointed; or
c. If Contractor.
Shall fail to prosecute the work or any part thereof with diligence necessary
to insure its progress and completion as prescribed by the time schedules;
and Shall fail to take such steps to remedy such default within ten (10) days
after written notice thereof from City; or
If Contractor:
Shall fail for any reason other than the failure by City to make payments
called upon when due, and
Shall fail to take such steps to remedy such default within ten (10) days after
written notice thereof from City; or
If Contractor:
Shall commit a substantial default under any of the terms, provisions,
conditions, or covenants contained herein; or
Shall fail to take such steps to remedy such default within ten (10) days after
written notice thereof from City; or
In the event of such termination, Contractor shall only be paid its
reimbursable costs incurred prior to the effective date of the termination
notice and shall not be entitled to receive any further fixed fee payments
hereunder and shall be further subject to any claim City may have against
Contractor under other provisions of this agreement or as a matter of law,
including the refund of any overpayment of reimbursable costs and/or fixed
fee.
If this Contract is terminated for cause, the City shall have the right but shall not be obligated to
complete the work itself or by others; and to this end, City shall be entitled to take possession of and
use such equipment and materials as may be on the job site, and to exercise all rights, options, and
privileges of Contractor under its subcontracts, purchase orders, or otherwise; and Contractor shall
promptly assign such rights, options and privileges to City. If City elects to complete the work itself
or by others, pursuant to the foregoing, the City will reimburse City for all costs incurred by City
(including, without limitation, applicable, general, and administrative expenses, and field overhead,
and the cost of necessary equipment, materials, and field labor) in correcting work by Contractor
which fails to meet contract requirements.
Nothing contained in the preceding sections shall require City to pay for any work which is
unsatisfactory as determined by the Director or which is not submitted in compliance with the terms
City Hall Modifications GENERAL CONDITIONS OF AGREEMENT
00700 - 28
September 18, 2000
of this Contract. City shall not be required to make any payments to Contractor when Contractor is
in default under this Contract, nor shall this Article constitute a waiver of any right, at law and at
equity, which City may have if Contractor is in default, Including the right to bring legal action for
damages or to force specific performance of this Contract.
11.02 - Termination for Convenience
In connection with the work outlined in the Contract, it is agreed and fully understood by Contractor,
that City may cancel or indefinitely suspend further work hereunder or terminate this Contract either
for cause as outlined above, or for the convenience of City, upon fifteen (15) days written notice to
Contractor, with the understanding that immediately upon receipt of said notice all work and labor
being performed under this Contract shall cease. Contractor shall invoice City for all work
satisfactorily completed and shall be compensated in accordance with the terms of this Contract for
work accomplished prior to the receipt of said notice. No amount shall be due for lost or anticipated
profits.
After receipt of a notice of termination and acceptance otherwise directed by City, Contractor shall, in
good faith, and to the best of his ability, do all things necessary, in the light of such notice and of
such request and implementation thereof as City may make to assure the efficient proper closeout of
the terminated work (including the protection of City property). Among other things, the Contractor
shall, except as otherwise directed or approved by City:
1. Stop the work on the date and to the extent specified in the notice of termination.
2. Place no further orders for subcontracts for services, equipment or materials, except as may
be necessary for completion of such portion of the work as is not terminated.
3. Terminate all orders and subcontracts to the extent that they relate to the performance of the
work terminated by the notice of termination.
4. Assign to City, in the manner and to the extent directed by it, al right title, and interest of
Contractor under the orders or subcontracts so terminated; in which case, City shall have the
right to settle or pay any or all claims arising out of such termination of such orders and /or
subcontracts.
5. With the approval of City, settle all outstanding liabilities and all claims arising out of such
termination or orders and subcontracts.
8. Deliver to City, all documents, property, plans, field surveys, maps, cross sections and other
data, designs and work related to the Project shall become the property of the City upon
termination of this Contract, in a reasonably organized form, without restriction on future use.
Should City subsequently contract with a new contractor for continuation of services under
this Project, Contractor shall cooperate in providing information.
7. In the event of such termination, no cost incurred after the effective date of the notice of
termination shall be treated as reimbursable costs unless it relates to carrying out the non-
terminated portion or taking closeout measures.
City Hall Modifications GENERAL CONDITIONS OF AGREEMENT
00700 - 29
THIS IS A BLANK PAGE
September 18, 2000
City Hall Modifications GENERAL CONDITIONS OF AGREEMENT
00700 - 30
CLASSIFICATION
Rate
Health
Pension
Vacation
Total Wage
ASBESTOS WORKER
$8.78
$0.00
$0.00
$0.00
$8.78
CARPENTER
$15.52
$1.57
$0.97
$0.00
$18.06
CARPET LAYER/FLOORING INSTALLER
$8.00
$0.00
$0.00
$0.00
$8.00
CONCRETE FINISHER
$10.27
$0.00
$0.00
$0.00
$10.27
DATA COMMUNICATION/TELECOM INSTALLER
$12.08
$0.76
$0.50
$0.05
$13.39
DRYWALL INSTALLER/CEILING INSTALLER
$10.91
$0.00
$0.00
$0.00
$10.91
ELECTRICIAN
$17.44
$2.16
$1.05
$1.05
$21.70
ELEVATOR MECHANIC
$16.75
$3.85
$2.19
$1.50
$24.29
FIRE PROOFING INSTALLER
$8.00
$0.00
$0.00
$0.00
$8.00
GLAZIER
$13.60
$2.24
$1.15
$0.54
$17.53
HEAVY EQUIPMENT OPERATOR
$10.56
$0.00
$0.00
$0.00
$10.56
INSULATOR
$13.75
$1.16
$0.92
$0.03
$15.86
IRON WORKER
$12.18
$0.00
$0.00
$0.00
$12.18
LABORER/HELPER
$7.48
$0.02
$0.00
$0.00
$7.50
LATHER/PLASTERER
$12.50
$0.00
$0.00
$0.00
$12.50
LIGHT EQUIPMENT OPERATOR
$7.75
$0.00
$0.00
$0.00
$7.75
MASON
$16.00
$0.00
$0.00
$0.00
$16.00
METAL BUILDING ASSEMBLER
$11.00
$0.62
$0.00
$0.34
$11.96
MILLWRIGHT
$15.91
$1.63
$1.00
$0.00
$18.54
PAINTER/WALL COVERING INSTALLER
$8.00
$0.00
$0.00
$0.00
$8.00
PIPEFITTER
$18.10
$1.42
$1.80
$0.00
$21.32
PLUMBER
$12.68
$0.00
$0.00
$0.00
$12.68
ROOFER
$10.00
$0.00
$0.00
$0.00
$10.00
SHEET METAL WORKER
$18.40
$2.39
$2.55
$0.33
$23.67
SPRINKLER FITTER
$18.25
$3.40
$2.20
$0.00
$23.85
TERRAZZO WORKER
$0.00"
$0.00
$0.00
$0.00
$0.00"
TILE SETTER
$15.00
$0.32
$0.00
$0.00
$15.32
WATERPROOFER/CAULKER
$10.64
$0.00
$0.00
$0.00
$10.64
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
COUNTY NAME: WILLIAMSON
City Hall Modifications
SECTION 00700 - ATTACHMENT 1
PREVAILING WAGE RATE DETERMINATION
BUILDING CONSTRUCTION TRADES
September 18, 2000
Date Printed: April 15, 1997
PREVAILING WAGE RATES
Attachment 1 - 00700 - 1
September 18, 2000
10.00 in the rate field indicated insufficient data was received to determine a prevailing wage rate for this
classification. Government Code Title 10, Sec. 2258.023, paragraph C state: AA contractor or subcontractor
does not violate this section if a public body awarding a contract does not determine the prevailing wage rates
and specify the rates in the contract as provided in Section 2258.022.
(Property of General Services Commission, Based on 1996 Survey results)
City Hall Modifications PREVAILING WAGE RATES
Attachment 1 — 00700 - 2
PART1 GENERAL
1.01 SUPPLEMENTS
PART 2 AMENDMENTS
ARTICLE 1. DEFINITIONS OF TERMS
SECTION 00800
SUPPLEMENTARY CONDITIONS
September 18, 2000
A. Following amendments modify, change, delete from or add to the General Conditions of
Agreement included herewith as Section 00700.
B. Article numbers, paragraph numbers, subparagraph numbers and clause numbers refer to
those outlined in the General Conditions of Agreement.
C. Where any article of the General Conditions of Agreement is modified, or any paragraph,
subparagraph or clause thereof is modified or deleted, unaltered provisions of that article,
paragraph, subparagraph or clause shall remain in effect.
Paragraph 1.02 These Supplementary Conditions shall become part of the Contract Documents in
addition to Notice to Bidders, Instructions to Bidders, Proposal, Signed Agreement,
Performance and Payment Bonds (when required), Special Bonds (when required),
General Conditions of the Agreement, Construction Specifications, Addenda, Plans
and all modifications thereof incorporated in any such documents before execution
of the agreement.
Paragraph 1.08 The term 'Working Day" shall be defined as a period not less than eight (8) hours of
work on between the hours of 5:00 p.m. on Fridays through 12:00 p.m. midnight on
Sundays.
ARTICLE 2. RESPONSIBILITIES OF THE ARCHITECT AND THE CONTRACTOR
Paragraph 2.06 Delete this paragraph in its entirety.
Paragraph 2.10 Delete this paragraph in its entirety.
Paragraph 2.11 Delete this paragraph and insert in lieu thereof the following:
"The Owner shall designate restrooms in the City Hall building that are permitted to
be used by the Contractor's construction personnel for necessary sanitation
conveniences during work hours. Only those restrooms so designated are to be
used by the Contractor's personnel. The Contractor shall assume full responsibility
for maintaining the cleanliness of the restrooms used by his personnel. In the event
the Owner is required to clean the restrooms due to the failure of the Contractor to
maintain cleanliness after use by his personnel, the cost for the deaning will be at
the Contractor's expenses, and the cost thereof shall be deducted from the final
payment due the Contractor."
Paragraph 2.12 Refer to Section 01300 for additional requirements for submittals.
ARTICLE 3. GENERAL OBLIGATIONS AND RESPONSIBILITIES
City Hall Modifications Supplementary Conditions
00800 - 1
Paragraph 3.01
ARTICLE 5. MEASUREMENT AND PAYMENT
Paragraph 5.07 Delete paragraph in its entirety and insert in lieu thereof the following:
September 18, 2000
The Architect shall fumish the Contractor five (5) sets of drawings and specifications
without expense to him. The Contractor shall keep one (1) copy of the drawings and
specifications constantly accessible at the jobsite, with the latest revisions noted
thereon. Any additional sets required by the contractor will be furnished at the cost
of reproduction.
Paragraph 3.10 Add to the end of the first sentence and insert new second sentence as follows: "...if
the contract value for the work is $100,000.00 or greater. If the total contract value
is less than $100,000.00, the Performance Bond can be waived,"
Paragraph 3.21 Delete this paragraph in its entirety.
Paragraph 5.04 The Contractor shall use AIA Form G702 or reasonable facsimile for the statement
to be submitted to the Architect for partial payments. Refer to Section 01200 — Price
and Payment Procedures for use of the form
Paragraph 5.06 In second line delete ", or substantially completed ".
"Upon receipt of the Certificate of Acceptance from the Owner, the Contract shall
submit an Application for Payment using AIA Documents G702 and G703 to the
Architect for his certification. A copy of AIA Documents G702 and G703 is included
herewith as Attachment 1. Refer to Section 01200 on use of the form. The
Architect's certification for final payment constitutes that to the best of his knowledge
and belief based on his observations, the work has been completed in accordance
with the terms and conditions of the Contract Documents and that the entire amount
as noted in the application is due and payable to the Contractor by the Owner on or
before the 35 day after the Architect's certification for final payment, contingent on
the Contractor's submittal of required closeout documents described in Section
01780 and two (2) notarized copies of the following documents:
Paragraph 5.10 Add new paragraph as follows:
1. An affidavit that all payrolls, bills for materials and equipment, and other
indebtedness conducted with the work for which the Owner or his
property might be responsible or encumbered, have been paid or
otherwise satisfied. The acceptable form for this affidavit is AIA
Document G706 - Contractor's Affidavit of Payment of Debts and
Claims, included herewith as Attachment 2.
2. Contractor's Affidavit of Release of Liens. The acceptable form for the
release of liens is AIA Document G706A, included herewith as
Attachment 3.
3. Consent of Surety to Final Payment if payment bonds or performance
bonds are required in accordance with Instructions to Bidders and
Paragraph 3.10 in the General Conditions of Agreement. The
acceptable for consent of surety AIA Document G707, included herewith
as Attachment 4.
Neither the Certificate of Acceptance, the Architect's certification of final payment, or
issuance of final payment, or any provision in the Contract Documents, shall relieve
the Contractor of the obligation for fulfillment of any warranty that may be required."
City Hall Modifications Supplementary Conditions
00800 - 2
Paragraph 10.02
END OF SECTION
September 18, 2000
"5.10 Acceptance of final payment by the Contractor, Subcontractor or material
supplier shall constitute a waiver of claims by that payee except those made
previously in writing and identified by that payee as unsettled at the time of
final Application for Payment."
References to use and storage of explosives and blasting materials is not applicable
for current project.
City Hall Modifications Supplementary Conditions
00800 - 3
THIS IS A BLANK PAGE
September 18, 2000
City Hall Modifications Supplementary Conditions
00800 - 4
September 18, 2000
SECTION 00800 — ATTACHMENT 1
APPLICATION AND CERTIFICATION FOR PAYMENT
The following attachment consists of AIA Documents G702 and G703 for use as required in Contract
Documents.
City Hall Modifications APPLICATION AND CERTIFICATION FOR PAYMENT
Attachment 1 — 00800 - 1
THIS IS A BLANK PAGE
September 18, 2000
City Hall Modifications APPLICATION AND CERTIFICATION FOR PAYMENT
Attachment 1 — 00800 - 2
CHANGE ORDER SUMMARY
ADDITIONS
DEDUCTIONS
Total changes approved
in previous months by Owner
Total approved this Month
TOTALS
$0.00
$0.00
NET CHANGES by Change Order
$0.00
= I= - - - - =
APPLICATION AND CERTIFICATION FOR PAYMENT
TO OWNER: PROJECT:
FROM CONTRACTOR: VIA ARCHfTECT:
CONTRACT FOR:
CONTRACTORS APPLICATION FOR PAYMENT
Application is made for payment, as shown below, in connection with the Contract.
Continuation Sheet, AIA Document G703, is attached.
I. ORIGINAL CONTRACT SUM $
2. Net change by Change Orders $
3. CONTRACT SUM TO DATE (Line I ± 2) $
4. TOTAL COMPLETED & STORED TO $
DATE (Column G on G703)
5. RETAINAGE:
a. %of Completed Work $
(Column D E on 0703)
b. % of Stored Material $
(Column F on 0703)
Total Retainage (Limes 5a + 5b or
Total in Column I of 0703)
6. TOTAL EARNED LESS RETAINAGE
(Line 4 Less Line 5 Total)
7. LESS PREVIOUS CERTIFICATES FOR
PAYMENT (Line 6 from prior Certificate)
IL CURRENT PAYMENT DUE
9. BALANCE TO FINISH, INCLUDING RETAINAGE
(Line 3 less Line 6)
$
$
0.00
0.00
iQ.!!tl!p
0.00
M - - - UM MO MN -
ALA DOCUMENT G702
APPLICATION NO:
PERIOD TO:
PROJECT NOS:
CONTRACT DATE:
PAGE ONE OF PAGES
Distribution to:
I (OWNER
ARCHITECT
CONTRACTOR
The undersigned Contractor certifies that to the best of the Contractor's knowledge,
infomlation and belief the Work covered by this Application for Payment has been
completed in accordance with the Contract Documents, that all amounts have been paid by
the Contractor for Work for which previous Certificates for Payment were issued and
payments received from the Owner, and that current payment shown herein is now due.
CONTRACTOR:
By: Date:
Slate of
Subscribed and sworn to before me this
Notary Public:
My Commission expires:
ARCHITECTS CERTIFICATE FOR PAYMENT
In accordance with the Conuact Documents, based on on -site observations and the data
comprising the application, the Architect certifies to the Owner that to the best of the
Architect's knowledge, information and belief the Work has progressed as indicated,
the quality of the Work is in accordance with the Contract Documents, and the Contractor
is entitled to payment of the AMOUNT CERTIFIED.
AMOUNT CERTIFIED 5
County of
day of
(Attach explanation if amount certified differs from the amount applied. Initial all figures on this
Application and onthe Continuation Shea that are changed to conform with the amount certified.)
ARCHITECT:
By: Date:
This Certificate is not negotiable. The AMOUNT CERTIFIED is payable only to the
contractor named nerem. Issuance, payment and acceptance of payment are without
prejudice to any rights of the Owner or Contractor under this Contract.
AIA DOCUMENT G702 • APPLICATION AND CERTIFICATION FOP PAYMENT - 1992 EDITION - AM -01992 THE AMERICAN INSTITUTE OF ARCHITECTS. llSu NEW YORNAVE, NW, WASHINGTON. DC 20009-5292
Users may obtain validation of this document by requesting a completed AIA Document D401 - Certification of Document's Authenticity from the Licensee.
THIS IS A BLANK PAGE
September 18, 2000
City Hall Modifications APPLICATION AND CERTIFICATION FOR PAYMENT
Attachment 1 — 00800 - 4
A
I
NO.
R
DCSCRI' ION OF "ORK
: MI
VALUE
D
WO T
FROM P S
APPLICATION
(0 + E)
E
PLETar
TH MOT-3
p
MA
PRESENTLY
STORED
(NOT IN
0 OR E)
G
0
COMPLETED
AND STORED
TO DATE
(DtE+F)
(0 +C)
H
TO FINISH
(C - G)
1
'1 AINAT
(IF VARIABLE
RATE)
GRAND TOTALS
$o.00
$0.00
..,_ .._____ - ____....,,.r
$0.00
01A n.....e..e02
$0.00
nenl - net rfarMinn
$0.00
of Document's
$0.00
Authenticity
$0.00
- MN OM WI M
CONTINUATION SHEET AIA DOCUMENTG703
AIA Document G702. APPLICATION AND CERTIFICATION FOR PAYMENT, containing
Contractors signed certification is attached.
In tabulations below, amounts are stated to the nearest dollar.
Use Column I on Contracts where variable retainage for line items may pply.
Users may obtain validation of this document by
AU DOCUMENT 0703 • CONTINUATION SHEET FOR 0702. 1992 EDITION • AU • 01902
THE AMERICAN INSTTTUTE OF ARCHRECTS, 1735 NEW YORK AVENUE, N.W. WASHINGTON, D.C. 200066232
APPLICATION NO:
APPLICATION DATE:
PERIOD TO:
ARCHITECT'S PROJECT NO:
PAGE OF PAGES
G703-1992
THIS IS A BLANK PAGE
September 18, 2000
City Hall Modifications APPLICATION AND CERTIFICATION FOR PAYMENT
Attachment 1 — 00800 - 6
September 18, 2000
SECTION 00800 — ATTACHMENT 2
CONTRACTOR'S AFFIDAVIT OF PAYMENT
OF DEBTS AND CLAIMS
The following attachment consists of AIA Document G706 for use as required in Contract Documents.
City Hall Modifications CONTRACTOR'S AFFIDAVIT OF PAYMENT
Attachment 2 — 00800 -1
THIS IS A BLANK PAGE
September 18, 2000
City Hall Modifications CONTRACTOR'S AFFIDAVIT OF PAYMENT
Attachment 2 — 00800 -2
Contractor's Affidavit of
1 Payment of Debts
and Claims
AIA Document G706 -
' Electronic Format
TO OWNER:
(Name and address)
PROJECT:
(Name and address)
OWNER
ARCHITECT
CONTRACTOR
SURETY
OTHER
ARCHITECT'S PROJECT NO.:
CONTRACT FOR:
CONTRACT DATED:
11
[1
[1
[1
THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES; CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS
COMPLETION OR MODIFICATION. AUTHENTICATION OF THIS ELECTRONICALLY DRAFTED AIA DOCUMENT MAY BE MADE BY USING AIA
DOCUMENT D401.
STATE OF:
COUNTY OF:
The undersigned hereby certifies that, except as listed below, payment has been made in full and all obligations have otherwise been
satisfied for all materials and equipment furnished, for all work, labor, and services performed, and for all known indebtedness and
claims against the Contractor for damages arising in any manner in connection with the performance of the Contract referenced
above for which the Owner or Owner's property might in any way be held responsible or encumbered. against any property of the
Owner arising in any manner out of the performance of the Contract referenced above:
EXCEPTIONS:
SUPPORTING DOCUMENTS ATTACHED HERETO:
1. Consent of Surety to Final Payment. Whenever Surety is
involved, Consent of Surety is required. AIA Document
G707, Consent of Surety, may be used for this purpose.
Indicate attachment: [ ] yes [ 1 no
The following supporting documents should be attached
hereto if required by the Owner:
1. Contractor's Release or Waiver of Liens, conditional
upon receipt of final payment.
2. Separate Releases or Waivers of Liens from
Subcontractors and material and equipment suppliers, to
the extent required by the Owner, accompanied by a list
thereof.
3. Contractor's Affidavit of Release of Liens (AIA
Document G706A).
CONTRACTOR:
(Name and address)
BY:
(Signature of authorized representative)
AIA DOCUMENT G706 - CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS- 1994 EDITION - AIA - COPYRIGHT 1994 - THE
AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVENUE N.W., WASHINGTON D.0 20006 - 5292.. WARNING; Unlicensed photocopying violates
U.S. copyright laws and is subject to legal prosecution. This document was electronically produced with permission of the AIA and can be reproduced without violation until
the date of expiration as noted below.
Electronic Format G706 - 1994
User Document: G706.CON — 9/12/2000. AIA License Number 115386, which expires on 10/31/2000 — Page #1
(Printed name and NI/e)
Subscribed and sworn to before me on this date:
Notary Public:
My Commission Expires:
AIA DOCUMENT G706 - CONTRACTORS AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS- 1994 EDITION - AIA - COPYRIGHT 1994 - THE
AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVENUE N.W., WASHINGTON D.0 20006 - 5292.. WARNING; Unlicensed photocopying violates
U.S. copyright laws and is subject to legal prosecution. This document was electronically produced with permission of the AIA and can be reproduced without violation until
the date of expiration as noted below.
Electronic Format G706 - 1994
User Document G706.CON — 9/12/2000. AIA License Number 115386, which expires on 10/31/2000 — Page #2
September 18, 2000
SECTION 00800 — ATTACHMENT 3
CONTRACTOR'S AFFIDAVIT OF RELEASE OF LIENS
The following attachment consists of AIA Document G706A for use as required in Contract Documents.
City Hall Modifications CONTRACTOR'S AFFIDAVIT OF RELEASE OF LIENS
Attachment 3 — 00800 -1
THIS IS A BLANK PAGE
September 18, 2000
City Hall Modifications CONTRACTOR'S AFFIDAVIT OF RELEASE OF LIENS
Attachment 3 — 00800 -2
1
Contractor's Affidavit of OWNER [ 1
• Release of Liens ARCHITECT [3
CONTRACTOR [1
• AIA Document G706A - SURETY [
OTHER I
Electronic Format
' THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES; CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS
COMPLETION OR MODIFICATION. AUTHENTICATION OF THIS ELECTRONICALLY DRAFTED ALA DOCUMENT MAY BE MADE BY USING AIA
DOCUMENT D401.
1
TO OWNER:
(Name and address) ARCHITECTS PROJECT NO.:
CONTRACT FOR:
PROJECT:
(Name and address) CONTRACT DATED:
STATE OF:
I COUNTY OF:
The undersigned hereby certifies that to the best of the undersigned's knowledge, information and belies; except as listed below, the
' Releases or Waivers of Lien attached hereto include the Contractor, all Subcontractors, all suppliers of materials and equipment,
and all performers of Work, labor or services who have or may have liens or encumbrances or the right to assert liens or
encumbrances against any property of the Owner arising in any manner out of the performance of the Contract referenced above:
I EXCEPTIONS:
SUPPORTING DOCUMENTS ATTACHED HERETO: CONTRACTOR:'
I (Name and address)
1. Contractor's Release or Waiver of Liens, conditional
upon receipt of final payment.
2. Separate Releases or Waivers of Liens from
Subcontractors and material and equipment suppliers, to BY.
the extent required by the Owner, accompanied by a list
' thereof. (Signature of authorized representative)
(Printed name and tide)
Subscribed and sworn to before me on this date:
1 Notary Public:
My Commission Expires:
1
AIA DOCUMENT G706A - CONTRACTOR'S AFFIDAVIT OF RELEASE OF LIENS - 1994 EDITION - AIA - COPYRIGHT 1994 - THE AMERICAN INSTITUTE
OF ARCHITECTS, 1735 NEW YORK AVENUE N.W., WASHINGTON DC 20006 - 5292.. WARNING; Unlicensed photocopying violates U.S. copyright laws and is
I subject to legal prosecution. This document was electronically produced with permission of the AIA and can be reproduced without violation until the date of expiration as
noted below,
Electronic Format G706A - 1994
▪ User Document: G706A.CON -- 9/12/2000. AIA License Number 115386, which expires on 10/31/2000 — Page #1
THIS IS A BLANK PAGE
September 18, 2000
City Hall Modifications CONTRACTOR'S AFFIDAVIT OF RELEASE OF LIENS
Attachment 3 — 00800 -4
September 18, 2000
SECTION 00800 — ATTACHMENT 4
CONSENT OF SURETY TO FINAL PAYMENT
The following attachment consists of AIA Document G707 for use as required in Contract Documents.
City Hall Modifications CONSENT OF SURETY TO FINAL PAYMENT
Attachment 4 — 00800 - 1
THIS IS A BLANK PAGE
September 18, 2000
City Hall Modifications CONSENT OF SURETY TO FINAL PAYMENT
Attachment 4 — 00800 - 2
Consent of Surety
to Final Payment
AIA Document G707 -
Electronic Format
THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES; CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS
COMPLETION OR MODIFICATION. AUTHENTICATION OF THIS ELECTRONICALLY DRAFTED AIA DOCUMENT MAY BE MADE BY USING AIA
DOCUMENT D401.
TO OWNER:
(Name and address)
PROJECT:
(Name and address)
on bond of
(Insert name and address of Contractor)
as set forth in said Surety's bond.
IN WITNESS WHEREOF, the Surety has hereunto set its hand on this date:
(Insert in writing the month followed by the numeric date and year)
Attest:
(Seal):
OWNER [ ]
ARCHITECT []
CONTRACTOR []
SURETY []
OTHER [
ARCHITECTS PROJECT NO.:
CONTRACT FOR
CONTRACT DATED:
In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the
(Insert name and address of Surety)
,CONTRACTOR,
hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve the Surety
of any of its obligations to
(Insert name and address of Owner)
(Surety)
(Signature ofauthortsed representative)
(Printed name and title)
,SURETY,
, OWNER,
AIA DOCUMENT G707 - CONTRACTOR'S CONSET OF SUREYT TO FINAL PAYMENT - 1994 EDITION - AIA - COPYRIGHT 1994 - THE AMERICAN
INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVENUE N.W., WASHINGTON D.0 20006 - 5292.. WARNING; Unlicensed photocopying violates U.S.
copyright laws and is subject to legal prosecution. This document was electronically produced with permission of the AIA and can be reproduced without violation until the
date of expiration as noted below.
Electronic Format G707 - 1994
THIS IS A BLANK PAGE
September 18, 2000
City Hall Modifications CONSENT OF SURETY TO FINAL PAYMENT
Attachment 4 — 00800 - 4
PART 1 GENERAL
SECTION 01010
SUMMARY OF WORK
September 18, 2000
1.01 DESCRIPTION OF WORK
A. The City Hall Modifications project consists of alteration and reconfiguration of selected
interior spaces in the existing City Hall located in Round Rock, Texas. The work will involve
the following:
1. Renovation of approximately 1,282 square feet of office and work space in the
Purchasing Department on the Second Floor requiring demolition of existing interior
walls and construction of new walls;
2. Minor demolition of existing walls and construction of new shelving in the City
Administration area on the Third Floor; and
3. Installation of a new wall and door in the Planning Department on the Third Floor.
8. The work will include the relocation of existing and installation of new electrical receptacles
and lighting fixtures as shown on the drawings. Relocation of existing thermostats will also
be included in the work.
C. The scope of work includes the installation of conduit and junction boxes with pull wires for
new voice and data telecommunications receptacles at the locations indicated on the
drawings. The installation of the wiring within the conduits for the voice and data systems
will be by others. Separate 3 4 -inch EMT conduits with pull wires are to be installed for both
data and voice systems within the stud space of walls. The conduits are required to be
connected to Type 1900 boxes with single gang plaster ring at the bottom approximately 12-
inches above the floor with the tops of the conduits extending into the interstitial space
above the ceiling. The Contractor shall coordinate the location of the conduits and junction
boxes with the Owner and the telecommunications contractors.
D. The Contractor shall verify if relocation of fire sprinkler heads are required with demolition of
partitions and walls and new construction as shown on the drawings. If required, this work
shall be performed by a qualified fire protection contractor.
E. The furnishing and installation of carpet in areas of the work is to be bid as an alternate. If
selected by the Owner, this work will be made part of the contract. The scope of work
related to this item will include the removal and hauling offsite the existing carpet and
edging. Fixtures, furniture and equipment in spaces requiring new carpet will be moved by
the Owner. The Contractor shall coordinate the scheduled time of installation with the
Owner.
F. Work includes the installation of 24-inch by 24-inch retum grille in ceiling at the new Planning
Office Room 312 as shown on Drawing A2.0. Tie grille into existing system at nearest air -
handling unit with metal ductwork. This work shall be performed by a qualified mechanical
contractor.
City Hall Modifications SUMMARY OF WORK
01010 - 1
1.02 DRAWINGS AND SPECIFICATIONS
A. Drawings — Drawings dated September 18, 2000 showing the physical location, layout, and
details for the work required for the City Hall Modifications project are included in the Bid
Documents and shall become part of the Contract Documents.
B. Specifications — Technical specifications describing the general and quality requirements for
this project are listed in the Table of Contents at the front of the Project Manual dated
September 18, 2000.
1.03 SITE VISIT
A. The project site is located in the Round Rock City Hall located at 221 East Main Street,
Round Rock, Texas. The Bidder shall visit the site and the specific area of the work prior to
submitting the Bid to ensure familiarity with the scope of the work and to observe general
site conditions in regard to delivery of materials, trash removal, and parking. A walk- through
of the site conducted by the Owner and the Architect is scheduled as part of the Pre -Bid
Conference on Tuesday, September 26, 2000.
PART 2 EXECUTION
2.01 OWNER OCCUPANCY
B. Contractor shall schedule the work to accommodate City of Round Rock occupancy.
September 18, 2000
A. City of Round Rock will continue to occupy the areas and in which the work is to be
performed during norrnal daytime hours. Also, the Council Chambers and Conference
Rooms are used during evening hours on Mondays through Thursdays that would prevent
work during those evenings.
C. Prior to starting work, the Contractor shall submit a written Execution Plan to the Owner and
Architect that describes how the Contractor intends to schedule the work and accommodate
the Owner's time of occupancy.
2.02 HOURS OF WORK
A. Access to areas of the work shall be limited to weekend hours from 5:00 p.m. on Fridays
through 12:00 p.m. midnight on Sundays.
B. Adherence to these work hours shall be strictly enforced to avoid disruption and disturbance
to the City of Round Rock occupancy and operations. No later adjustment will be made to
the contract value or schedule for weekend work.
2.03 CONTRACTOR USE OF SITE AND PREMISES
A. Contractor operations shall be limited to the areas shown on the drawings.
B. The Contractor and all Subcontractors shall be cover all fumiture, equipment, floors, and wall
or door openings with polyethylene drop clothes or other suitable material for protection from
debris and dust prior to the start of ANY work.
C. The Contractor and all Subcontractors shall be responsible for disposal of all debris,
demolition materials, and trash at the completion of each day's work. Existing building
dumpsters are not to be used by the Contractor or Subcontractors for construction trash.
The building areas shall be vacuumed, dusted and left in a clean condition for occupancy by
the City of Round Rock the next working day. NO EXCEPTIONS.
City Hall Modifications SUMMARY OF WORK
01010 - 2
2.04 SALVAGE AND REUSE OF MATERIALS
2.05 PERMITS AND FEES
1. Doors and frames
2. Door hardware
3. Light fixtures
4. Electrical and telecommunications devices and appurtenances
1. Doors and frames
2. Door hardware
3. Light fixtures
4. Emergency lights
5. Electrical and telecommunications devices and appurtenances
September 18, 2000
D. Contractor shall arrange his work to allow continuous operation of the existing Computer
Room throughout the entire construction process of the project.
E. Use of existing building spaces for storage of materials, tools, or equipment by the
Contractor is not permitted.
F. Contractor shall keep all emergency building exits required by code open during the
construction period.
F. Contractor shall assume full responsibility for maintaining safe keeping of City of Round
Rock facilities and property.
A. In execution of the work, Contractor shall deliver to the City of Round Rock reusable
salvaged materials that are not reused in the work including but not necessarily limited to the
following:
Contractor shall coordinate location to which salvaged materials are to be delivered with a
representative of City of Round Rock Public Works Department
B. As part of the work, Contractor shall remove using care to avoid unnecessary damage or
destruction and store for later relocation and reinstallation the following:
A. Contractor shall be responsible for all permits and fees required by governing regulatory
agencies to perform the work required in the Contract Documents.
2.06 PERFORMANCE SCHEDULE
A. Time is of the essence to the Owner for performance of the contract and completion of the
project.
B. The date of Substantial Completion of the work is the date certified by the Architect when
construction is sufficiently complete, in accordance with the Contract Documents, so the
Owner can fully occupy and utilize the designated areas of the project for the use of which it
is intended.
C. The date of commencement of the work is the date established in the Notice to Proceed.
D. The Contract Time is forty -five (45) days from the date of the Notice to Proceed to the
certified date of Substantial Completion of the work.
City Hall Modifications SUMMARY OF WORK
01010 -3
E. Should the Contractor not substantially complete the work as certified by the Architect within
the contract time of forty -five (45) days, liquidated damages in the amount of $150.00 per
day may be assessed for each day the work extends beyond the contract time. The
liquidated damages would be deducted from the final payment due the Contractor.
PART 3 SAFETY
3.01 SAFETY PRECAUTIONS
September 18, 2000
A. City of Round Rock is committed to a safe working environment in all its facilities and
premises.
B. The Contractor shall be responsible for initiating, maintaining, and supervising all safety
precautions and programs in performance of the contract. This requirement applies
continuously and is not limited to scheduled working hours.
C. The Contractor shall take reasonable precautions for the safety of, and shall provide
reasonable protection to prevent damage, injury or loss to:
1. All employees on the work and other persons who may be affected thereby;
2. The work and materials and equipment to be incorporated therein, whether in
storage on or off -site, under care, custody or control of the Contractor or any of his
subcontractors; and
3. Other property at the site or adjacent thereto, such as trees, shrubs, lawns, walks,
pavements, roadways, structures and utilities not designated for removal, relocation
or replacement in the course of construction.
D. The Contractor shall designate a responsible member of his organization at the site whose
duty shall be the prevention of accidents. This person shall be the Contractor's
Superintendent unless otherwise designated by the Contractor in wilting to the Owner.
E. The Contractor shall be responsible for ensuring compliance of his craft employees and
those of all subcontractors with job site safety requirements and procedures and conducting
safety Inspections of the work being performed. Contractor shall also be responsible for a
continuing survey of construction operations to ensure any probable causes of injury or
accident are controlled and that tools and operating equipment are used, inspected, and
maintained as required by applicable safety and health regulations.
F. It shall be the duty and responsibility of the Contractor to be familiar with and comply with all
requirements of the Occupational Safety and Health Act (1970) and all amendments thereto,
and to strictly enforce and comply with all provisions of the act
G. The Owner shall have the right to stop the work whenever safety violations are observed
which could jeopardize the well being of personnel, equipment, and property. Responsibility
for any expense associated with any such work stoppage and resultant down time shall be
assumed solely by the Contractor. The failure or refusal of Contractor to correct the
observed violation may result in the termination of the Contract, and/or the dismissal from
the job site of those responsible for such failure or refusal.
H. The Contractor shall notify the Owner as soon as practical of any injury or accident on the
job site together with a report of the measures taken to ensure that timely medical attention
was provided to the injured person.
3.02 HAZARDOUS MATERIALS
City Hall Modifications SUMMARY OF WORK
01010 - 4
September 18, 2000
A. In the event the Contractor encounters on the site any material reasonably believed to be
asbestos or polychlorinated biphenyl (PCB) or other hazardous material which has not been
rendered harmless, the Contractor shall immediately stop work in the area affected and
immediately report the condition to the Owner's Public Works representative in writing. The
work in the affected area shall not thereafter be resumed except by written agreement of the
Owner and the Contractor if in fact the suspected material is proven to be asbestos or
polychlorinated biphenyl (PCB), or other hazardous material or when it has been rendered
harmless. The work in the affected area shall be resumed in the absence of be asbestos or
polychlorinated biphenyl (PCB), or other hazardous materials or when it has been rendered
harmless, by written agreement of the Owner and Contractor, or in accordance with final
determination by an Environmental Consultant employed by the Owner.
3.03 EMERGENCIES
A. In an emergency affecting safety of persons or property, the Contractor shall act, at the
Contractor's discretion, to prevent threatened damage, injury or loss.
PART 4 RELATED SECTIONS
4.01 Unless otherwise noted, all provisions of the sections listed below apply to the contract.
A. Section 01200 — Price and Payment Procedures
B. Section 01300 — Administrative Requirements
C. Section 01400 — Quality Requirements
D. Section 01600 — Products Requirements
E. Section 01700 — Execution Requirements
F. Section 01780 — Closeout Requirements
END OF SECTION
City Hall Modifications SUMMARY OF WORK
01010 - 5
THIS IS A BLANK PAGE
September 18, 2000
City Hall Modifications SUMMARY OF WORK
01010 - 6
SECTION 01200
PRICE AND PAYMENT PROCEDURES
PART1 GENERAL
1.01 SECTION INCLUDES
A. Procedures for preparation and submittal of applications for progress payments.
B. Documentation of changes in Contract Sum and Contract Time.
C. Change procedures.
D. Correlation of Contractor submittals based on changes.
E. Procedures for preparation and submittal of application for final payment.
1.02 RELATED SECTIONS
September 18, 2000
A. Document 00500 - Agreement: Contract Sum, retainages, payment period, monetary values of unit
prices.
B. Document 00700 - General Conditions and Document 00800 - Supplementary Conditions:
Additional requirements for progress payments, final payment, changes in the Work.
1.03 SCHEDULE OF VALUES
A. Submit a printed schedule of values on AIA Form G703 - Application and Certificate for Payment
Continuation Sheet. Contractor's standard form or electronic media printout will be considered.
B. Submit Schedule of Values in duplicate within 15 days after date of Owner- Contractor Agreement.
C. Format Utilize the Table of Contents of this Project Manual. Identify each line item with number
and title of the Specification Section. Identify miscellaneous mechanical and electrical items of work
required for the project.
D. Include within each line item, a direct proportional amount ofs overhead and profit.
E. Revise schedule to list approved Change Orders, with each Application For Payment.
1.04 APPLICATIONS FOR PROGRESS PAYMENTS
A. Payment Period: Submit at intervals stipulated in the Agreement and the General and
Supplementary Conditions.
B. Present required information in typewritten form.
C. Form: AIA G702 Application and Certificate for Payment and AIA G703 - Continuation Sheet. These
documents are included in the Project Manual as Attachment 1 to the Supplementary Conditions.
D. For each item, provide a column for listing each of the following:
1. Item Number.
2. Description of work.
City Hall Modifications PRICE AND PAYMENT PROCEDURES
01200 - 1
3. Scheduled Values.
4. Previous Applications.
5. Work in Place and Stored Materials under this Application.
6. Authorized Change Orders.
7. Total Completed and Stored to Date of Application.
8. Percentage of Completion.
9. Balance to Finish.
10. Retainage.
I. Include the following with the application:
1. Transmittal letter as specified for Submittals in Section 01300.
2. Construction progress schedule, revised and current as specified in Section 01300.
3. Affidavits attesting to off-site stored products.
1.05 MODIFICATION PROCEDURES
E. Substantiation of Costs: Provide full information required for evaluation.
September 18, 2000
E. Execute certification by signature of authorized officer.
F. Use data from approved Schedule of Values. Provide dollar value in each column for each line
item for portion of work performed and for stored Products.
G. List each authorized Change Order as a separate line item, listing Change Order number and dollar
amount as for an original item of Work.
H. Submit three copies of each Application for Payment.
J. When Architect requires substantiating information, submit data justifying dollar amounts in
question. Provide one copy of data with cover letter for each copy of submittal. Show application
number and date, and line item by number and description.
A. Architect will advise of minor changes in the Work not involving an adjustment to Contract Sum or
Contract Time as authorized by the Conditions of the Contract by issuing supplemental instructions
on ALA Form G710.
B. Construction Change Directive: Architect may issue a document, signed by City of Round Rock,
instructing to proceed with a change in the Work, for subsequent inclusion in a Change Order.
1. The document will describe changes in the Work, and will designate method of determining
any change in Contract Sum or Contract Time.
2. Promptly execute the change in Work.
C. Proposal Request: Architect may issue a document which includes a detailed description of a
proposed change with supplementary or revised Drawings and specifications, a change in Contract
Time for executing the change with a stipulation of any overtime work required and the period of
time during which the requested price will be considered valid. shall prepare and submit a fixed
price quotation within five (5) days.
D. Computation of Change in Contract Amount
1. For change requested by Architect for work falling under a fixed price contract, the amount will
be based on's price quotation.
2. For change requested by, the amount will be based on the's request for a Change Order as
approved by Architect.
3. For pre - determined unit prices and quantities, the amount will based on the fixed unit prices.
4. For change ordered by Architect without a quotation from, the amount will be determined by
Architect based on the's substantiation of costs as specified for Time and Material work.
City Hall Modifications PRICE AND PAYMENT PROCEDURES
01200 - 2
September 18, 2000
1. On request, provide following data:
a. Quantities of products, labor, and equipment.
b. Overhead and profit.
c. Justification for any change in Contract Time.
d. Credit for deletions from Contract, similarly documented.
2. Support each claim for additional costs with additional information:
a. Origin and date of claim.
b. Dates and times work was performed, and by whom.
c. Time records and wage rates paid.
d. Invoices and receipts for products, equipment, and subcontracts, similarly documented.
3. For Time and Material work, submit itemized account and supporting data after completion of
change, within time limits indicated in the Conditions of the Contract.
F. Execution of Change Orders: Architect will issue Change Orders for signatures of parties as
provided in the Conditions of the Contract on AIA G701.
G. After execution of Change Order, promptly revise Schedule of Values and Application for Payment
forms to record each authorized Change Order as a separate line item and adjust the Contract
Sum.
H. Promptly revise progress schedules to reflect any change in Contract Time, revise sub - schedules to
adjust times for other items of work affected by the change, and resubmit
I. Promptly enter changes in Project Record Documents.
1.06 APPLICATION FOR FINAL PAYMENT
A. Prepare Application for Final Payment as specified for progress payments, identifying total adjusted
Contract Sum, previous payments, and sum remaining due.
B. Application for Final Payment must be accompanied by the following documents
1. Contractor's Affidavit of Payment of Debts and Claims submitted on AIA Document G706
2. Contractor's Affidavit of Release of Liens submitted on AIA Document G706A
3. Consent of Surety to Final Payment submitted on AIA Document G707
C. The Application for Final Payment will not be certified by the Architect until all closeout submittals
required by Section 01780 have been made.
END OF SECTION
City Hall Modifications PRICE AND PAYMENT PROCEDURES
01200 - 3
THIS IS A BLANK PAGE
September 18, 2000
City Hall Modifications PRICE AND PAYMENT PROCEDURES
01200 - 4
SECTION 01300
ADMINISTRATIVE REQUIREMENTS
PART 1 GENERAL
1.01 SECTION INCLUDES
A. Preconstruction meeting.
B. Progress meetings.
C. Construction progress schedule.
D. Submittals for review, information, and project closeout.
E. Number of copies of submittals.
F. Submittal procedures.
1.02 RELATED SECTIONS
A. Section 00700 - General Conditions: Rights and responsibilities of the parties.
B. Section 01100 - Summary: occupancy, Contractor use of premises.
C. Section 01700 - Execution Requirements: Additional coordination requirements.
D. Section 01780 - Closeout Submittals: Project record documents.
1.03 PROJECT COORDINATION
A. Contractor's Field Superintendant shall coordinate with Owner for allocation of mobilization areas of
site; for storage of materials; for public access, traffic, and parking for construction forces.
B. Make the following types of submittals to through the Contractor.
1. Product Data.
2. Shop Drawings.
3. Samples for selection.
4. Samples for verification.
C. Comply with Contractor's procedures for intra - project communications; submittals, reports and
records, schedules, coordination drawings, and recommendations; and resolution of ambiguities
and conflicts.
PART 2 PRODUCTS - NOT USED
PART 3 EXECUTION
3.01 SITE MOBILIZATION MEETING
A. Architect will schedule a meeting prior to Contractor mobilization at the project site.
September 18, 2000
City Hall Modifications ADMINISTRATIVE REQUIREMENTS
01300 - 1
B. Attendance Required:
1. City of Round Rock project representative.
2. Architect
3. Contractor.
4. Major Subcontractors.
C. Agenda:
1. Use of premises by City of Round Rock and during executon of the project.
2. Owner's requirements and occupancy during construction.
3. City of Round Rock's requirements and occupancy prior to completion.
4. Security and housekeeping procedures.
5. Schedules.
6. Application for payment procedures.
7. Procedures for maintaining record documents.
8. Requirements for stopping and re- starting of existing equipment.
3.02 PROGRESS MEETINGS
A. Schedule and administer meetings throughout progress of the Work at maximum bi- monthly
intervals.
B. Architect will make arrangements for meetings, prepare agenda with copies for participants, preside
at meetings.
C. Attendance Required: Job superintendent, major Subcontractors and suppliers, City of Round
Rock, Architect, as appropriate to agenda topics for each meeting.
D. Agenda:
1. Review minutes of previous meetings.
2. Review of Work progress.
3. Field observations, problems, and decisions.
4. Identification of problems which impede planned progress.
5. Review of submittals schedule and status of submittals.
6. Planned progress during succeeding work period.
7. Maintenance of quality and work standards.
8. Other business relating to Work.
3.03 CONSTRUCTION PROGRESS SCHEDULE
A. Within 3 days after date of the Agreement, Contractor shall submit preliminary schedule defining
planned operations for the fi rst 20 days of Work, with a general outline for remainder of Work.
3.04 SUBMITTALS FOR REVIEW
A. Submit the following for review when required in individual specification sections:
1. Product data.
2. Shop drawings.
3. Samples for selection.
4. Samples for verification.
C. Samples will be reviewed only for aesthetic, color, or finish selection.
September 18, 2000
B. Submit to Architect for review for the limited purpose of checking for conformance with information
given and the design concept expressed in the contract documents.
City Hall Modifications ADMINISTRATIVE REQUIREMENTS
01300 - 2
D. Provide copies of the submittal and distribute in accordance with SUBMITTAL PROCEDURES
article below and for record documents purposes described in Section 01780 - CLOSEOUT
SUBMITTALS.
305 SUBMITTALS FOR INFORMATION
September 18, 2000
A. Submit the following for Contractor information and record documentation when specified in
individual sections:
1. Design data.
2. Certificates.
3. Test reports.
4. Inspection reports.
5. Manufacturer's instructions.
6. Manufacturer's field reports.
7. Other types indicated.
3.06 SUBMITTALS FOR PROJECT CLOSEOUT
A. Submit the following for project close -out when specified in individual sections:
1. Project record documents.
2. Operation and maintenance data.
3. Warranties.
4. Bonds.
5. Other types as indicated.
3.07 NUMBER OF COPIES OF SUBMITTALS
A. Documents for Review:
1. Unless otherwise required by the Contract Documents, submit no less than seven (7) copies of
product data and shop drawings for review. Each reviewer shall retain one copy for their
records.
2. Submit minimum of three (3) samples required for selection and acceptance of finish, color,
texture, or coordination with other finishes. Architect shall retain one copy.
B. Documents for Information: Submit seven (7) copies.
C. Documents for Project Closeout: Make two reproductions of 8'h x 11's and one reproduction and
one reproducible of larger sheets, not larger than 36 x 48 inches of each submittal originally
reviewed.
3.08 SUBMITTAL PROCEDURES
A. Transmit each submittal with Submittal/Transmittal form provided by Contractor which is acceptable
to Architect.
B. Sequentially number the transmittal form. Revise submittals with original number and a sequential
alphabetic suffix
C. Identify Project„ Subcontractor or supplier; pertinent drawing and detail number, and specification
section number, as appropriate on each copy.
D. Prior to forwarding to Architect for review, Contractor shall thoroughly check all submittals and apply
Contractor's stamp, signed or initialed certifying that review, approval, verification of oroducts
required, field dimensions, adjacent construction Work, and coordination of information is in
accordance with the requirements of the Work and Contract Documents. Submittals received by
the Architect without the Contractor's stamp signed, dated, and indication of appropriate disposition
City Hall Modifications ADMINISTRATIVE REQUIREMENTS
01300 - 3
September 18, 2000
(Approved or Approved as Noted) will be returned to the Contractor without action
E. Schedule submittals to expedite the Project, and coordinate submission of related items.
F. Identify variations from Contract Documents and Product or system limitations which may be
detrimental to successful performance of the completed Work.
G. Provide space for Contractor, Architect and Engineer review stamps.
H. When revised for resubmittal, identify all changes made since previous submittal.
I. Distribute copies of reviewed submittals as appropriate. Instruct parties to promptly report any
inability to comply with requirements.
J. Submittals not required by the individual specification sections that are received by the Architect will
be returned to the Contractor without review and indication of action.
3.09 ARCHITECTS ACTION
A. Upon receipt of submittals requiring review, the Architect will either review the submittal or forward
to appropriate Engineers for their review. The Architect will return the submittal reviewed by the
Architect or Engineers to the Contractor with results of the review indicated as follows:
1. NO EXCEPTIONS TAKEN: Signifying the submittal has been reviewed for general
conformance with the design intent of the Work and general compliance with the information
given in the Contract Documents and no exceptions are taken. The submittal is acceptable as
submitted; no changes or re- submittals are necessary. Contractor may proceed with the Work.
2. EXCEPTIONS NOTED: The submittal is generally acceptable as noted; however, all notations
marked on the submittal must be complied with during manufacture or construction. No re-
submittal is necessary.
3. REVISE AND RE- SUBMIT: Signifying the submittal has been reviewed and is not acceptable.
Contractor shall correct and/or provide information denoted on copies of the submittal returned
to the Contractor for revision. Contractor shall not proceed with the Work until the submittal
has been revised and resubmitted for review and returned with "NO EXCEPTIONS TAKEN" or
"EXCEPTIONS NOTED" indicated on the Architect's review stamping of the submittal.
Resubmittals shall be new, clean drawings or product data; corrections on the copies
previously submitted will not be acceptable.
4. REJECTED: The submittal is determined to be not in conformance with the Contract
Documents. Contractor may not proceed with the Work related to the rejected submittal. Do
not revise or resubmit submittals marked "REJECTED". A new submittal that conforms with
the Contract Documents will be required.
5. NO ACTION TAKEN: The submittal was improperly submitted or was not required by the
individual specification section. All copies of the submittal will be returned to the Contractor
without review or indication of action to be taken.
END OF SECTION
City Hall Modifications ADMINISTRATIVE REQUIREMENTS
01300 -4
PART 1 GENERAL
1.01 SECTION INCLUDES
A. Control of installation.
B. Tolerances.
1.02 RELATED SECTIONS
A. Document 00700 - General Conditions: Inspections and approvals required by public authorities.
B. Section 01600 - Product Requirements: Requirements for material and product quality.
1.03 SUBMITTALS
A. Certificates: When specified in individual specification sections, submit certification by the
manufacturer and or installation /application subcontractor to Architect, in quantities specified for
Product Data
1. Indicate material or product conforms to or exceeds specified requirements. Submit supporting
reference data, affidavits, and certifications as appropriate.
B. Manufacturer's Instructions: When specified in individual specification sections, submit printed
instructions for delivery, storage, assembly, installation, start-up, adjusting, and finishing, for the City
of Round Rock's information. Indicate special procedures, perimeter conditions requiring special
attention, and special environmental criteria required for application or installation.
PART 2 PRODUCTS - NOT USED
PART 3 EXECUTION
3.01 CONTROL OF INSTALLATION
SECTION 01400
QUALITY REQUIREMENTS
September 18, 2000
A. Monitor quality control over suppliers, manufacturers, products, services, site conditions, and
workmanship, to produce Work of specified quality.
B. Comply with manufacturers' instructions, including each step in sequence.
C. Comply with specified standards as minimum quality for the Work except where more stringent
tolerances, codes, or specified requirements indicate higher standards or more precise
workmanship.
D. Have Work performed by persons qualified to produce required and specified quality.
E. Verify that field measurements are as indicated on shop drawings or as instructed by the
manufacturer.
F. Secure products in place with positive anchorage devices designed and sized to withstand stresses,
City Hall Modifications QUALITY REQUIREMENTS
01400 - 1
September 18, 2000
vibration, physical distortion, and disfigurement.
3.02 TOLERANCES
A. Monitor fabrication and installation tolerance control of products to produce acceptable Work. Do
not permit tolerances to accumulate.
B. Adjust products to appropriate dimensions; position before securing products in place.
3.03 DEFECT ASSESSMENT
A. Replace Work or portions of the Work not conforming to specified requirements.
8. If, in the opinion of Contractor, it is not practical to remove and replace the Work, Contractor will
recommend an appropriate remedy to the Owner with adjustment to the Contract, if required.
END OF SECTION
City Hall Modifications QUALITY REQUIREMENTS
01400 - 2
SECTION 01600
PRODUCT REQUIREMENTS
PART 1 GENERAL
1.01 SECTION INCLUDES
A. General product requirements.
B. Transportation, handling, storage and protection.
C. Product option requirements.
1.02 RELATED SECTIONS
A. Document 01400 - Quality Requirements: Control of installation of products.
1.03 SUBMITTALS
September 18, 2000
A. Product Data Submittals: Submit manufacturer's standard published data. Mark each copy to
identify applicable products, models, options, and other data. Supplement manufacturers' standard
data to provide information specific to this Project.
B. Shop Drawing Submittals: Prepared specifically for this Project.
C. Sample Submittals: Illustrate functional and aesthetic characteristics of the product, with integral
parts and attachment devices. Coordinate sample submittals for interfacing work.
1. For selection from standard finishes, submit samples of the full range of the manufacturer's
standard colors, textures, and pattems.
PART 2 PRODUCTS
2.01 PRODUCTS
A. Provide interchangeable components of the same manufacture for components being replaced.
2.02 PRODUCT OPTIONS
A. Products Specified by Reference Standards or by Description Only: Use any product meeting those
standards or description.
B. Products Specified by Naming One or More Manufacturers: Use a product of one of the
manufacturers named and meeting specifications, no options or substitutions allowed.
C. Products Specified by Naming One or More Manufacturers with a Provision for Substitutions:
Submit a request for substitution for any manufacturer not named.
City Hall Modifications PRODUCT REQUIREMENTS
01600 - 1
PART 3 EXECUTION
3.01 SUBSTITUTION PROCEDURES
September 18, 2000
A. Architect will consider requests for substitutions only within 10 days after date established in Notice
to Proceed.
B. Substitutions may be considered when a product becomes unavailable through no fault of the
Contractor.
C. Document each request with complete data substantiating compliance of proposed substitution with
Contract Documents.
D. A request for substitution constitutes a representation that the submitter:
1. Has investigated proposed product and determined that it meets or exceeds the quality level of
the specified product.
2. Will provide the same warranty for the substitution as for the specified product.
3. Will coordinate installation and make changes to other Work which may be required for the
Work to be complete with no additional cost to City of Round Rock.
4. Waives claims for additional costs or time extension which may subsequently become
apparent.
5. Will reimburse City of Round Rock and Architect for review or redesign services associated
with re- approval by authorities.
E. Substitutions will not be considered when they are indicated or implied on shop drawing or product
data submittals, without separate written request, or when acceptance will require revision to the
Contract Documents.
F. Substitution Submittal Procedure:
1. Submit three copies of request for substitution for consideration. Limit each request to one
proposed substitution.
2. Submit shop drawings, product data, and certified test results attesting to the proposed product
equivalence. Burden of proof is on proposer.
3. The Architect will notify in writing of decision to accept or reject request.
3.02 TRANSPORTATION AND HANDLING
A. Transport and handle products in accordance with manufacturer's instructions.
B. Promptly inspect shipments to ensure that products comply with requirements, quantities are
correct, and products are undamaged.
C. Provide equipment and personnel to handle products by methods to prevent soiling, disfigurement,
or damage.
3.03 STORAGE AND PROTECTION
A. Store and protect products in accordance with manufacturers' instructions.
B. Store with seals and labels intact and legible.
C. Store sensitive products in weather tight, climate controlled, enclosures in an environment favorable
to product.
D. Provide bonded off -site storage and protection when site does not permit on -site storage or
protection.
City Hall Modifications PRODUCT REQUIREMENTS
01600 -2
E. Cover products subject to deterioration with impervious sheet covering. Provide ventilation to
prevent condensation and degradation of products.
F. Provide equipment and personnel to store products by methods to prevent soiling, disfigurement, or
damage.
G. Arrange storage of products to permit access for inspection. Periodically inspect to verify products
are undamaged and are maintained in acceptable condition.
END OF SECTION
September 18, 2000
City Hall Modifications PRODUCT REQUIREMENTS
01600 - 3
THIS IS A BLANK PAGE
September 18, 2000
City Hall Modifications PRODUCT REQUIREMENTS
01600 - 4
SECTION 01700
EXECUTION REQUIREMENTS
PART 1 GENERAL
1.01 RELATED SECTIONS
A. Section 01010 - Summary of Work: Description of work.
B. Individual Product Specification Sections
1.02 PROJECT CONDITIONS
A. Ventilate enclosed areas to assist cure of materials, to dissipate humidity, and to prevent
accumulation of dust, fumes, vapors, or gases.
September 18, 2000
B. Dust Control: Execute work by methods to minimize raising dust from construction and demolition
operations. Provide means to prevent air -borne dust from dispersing into adjoining spaces in the
building.
C. Noise Control: Provide methods, means, and facilities to minimize noise from construction site and
noise produced by construction operations.
D. Pest Control: Provide methods, means, and facilities to prevent pests and insects from damaging
the work.
E. Pollution Control: Provide methods, means, and facilities to prevent contamination of soil, water,
and atmosphere from discharge of noxious, toxic substances, and pollutants produced by
construction operations.
1.03 COORDINATION
A. Coordinate work of alterations and renovations to expedite completion sequentially and to
accommodate occupancy requirements.
B. Coordinate scheduling, submittals, and work of the various sections of the Project Manual to ensure
efficient and orderly sequence of installation of interdependent construction elements, with
provisions for accommodating items installed later.
C. Verify utility requirements and characteristics of operating equipment are compatible with building
utilities. Coordinate work of various sections having interdependent responsibilities for installing,
connecting to, and placing in service, such equipment.
D. Coordinate space requirements, supports, and installation of mechanical and electrical work which
are indicated diagrammatically on Drawings. Follow routing shown for pipes, ducts, and conduit, as
closely as practicable; place runs parallel with lines of building. Utilize spaces efficiently to maximize
accessibility for other installations, for maintenance, and for repairs.
E. In finished areas except as otherwise indicated, conceal pipes, ducts, and wiring within the
construction. Coordinate locations of fixtures and outlets with finish elements.
F. Coordinate completion and clean -up of work of separate sections.
City Hall Modifications EXECUTION REQUIREMENTS
01700 - 1
G. After City of Round Rock occupancy of premises, coordinate access to site for correction of
defective work and work not in accordance with Contract Documents, to minimize disruption of City
of Round Rock's activities.
PART 2 PRODUCTS
2.01 PATCHING MATERIALS
September 18, 2000
A New Materials: As specified in product sections; match existing products and work for patching and
extending work.
B. Type and Quality of Existing Products: Determine by inspecting and testing products where
necessary, referring to existing work as a standard.
C. Product Substitution: For any proposed change in materials, submit request for substitution
described in Section 01600.
PART 3 EXECUTION
3.01 EXAMINATION
A. Verify that existing site conditions and substrate surfaces are acceptable for subsequent work.
Beginning new work means acceptance of existing conditions.
B. Verify that demolition is complete in alterations areas and areas are ready for installation of new
work.
C. Verify that existing substrate is capable of structural support or attachment of new work being
applied or attached.
D. Examine and verify specific conditions described in individual specification sections.
E. Verify that utility services are available, of the correct characteristics, and in the correct locations.
F. Prior to Cutting: Examine existing conditions prior to commencing work, Including elements subject
to damage or movement during cutting and patching. After uncovering existing work, assess
conditions affecting performance of work. Beginning of cutting or patching means acceptance of
existing conditions.
3.02 PREPARATION
A. Cut, move, or remove items as necessary for access to alterations and renovation work. Replace
and restore at completion.
B. Remove unsuitable material not marked for salvage, such as rotted wood, corroded metals, and
deteriorated masonry and concrete. Replace materials as specified for finished work.
C. Remove debris and abandoned items from area and from concealed spaces.
D. Protect existing work and salvage items from weather and extremes of temperature and humidity.
Insulate ducts and piping to prevent condensation in exposed areas.
E. Prepare surfaces and remove surface finishes to provide for proper installation of new work and
finishes.
City Hall Modifications EXECUTION REQUIREMENTS
01700 - 2
3.03 GENERAL INSTALLATION REQUIREMENTS
3.04 CUTTING AND PATCHING
September 18, 2000
F. Clean substrate surfaces prior to applying next material or substance.
G. Seal cracks or openings of substrate prior to applying next material or substance.
H. Apply manufacturer required or recommended substrate primer, sealer, or conditioner prior to
applying any new material or substance in contact or bond.
A. Install Products as specified in individual sections.
B. Make neat transitions. Patch work to match adjacent work in tedure and appearance. Where new
Work abuts or aligns with existing, perform a smooth and even transition.
C. When existing finished surfaces are cut so that a smooth transition with new work is not possible,
terminate existing surface along a straight line at a natural line of division and make
recommendation to Architect.
D. Where removal of partitions or walls results in adjacent spaces becoming one, rework floors, walls,
and ceilings to a smooth plane without breaks, steps, or bulkheads.
E. Where a change of plane of 1/4 inch or more occurs in existing work, submit recommendation for
providing a smooth transition for Architect review and request instructions.
F. Trim existing doors as necessary to clear new floor finish. Refinish trim as required.
G. Refinish visible existing surfaces to remain in renovated rooms and spaces, to specified condition for
each material, with a neat transition to adjacent finishes.
H. Re -cover and refinish work that exposes mechanical and electrical work exposed accidentally
during the work.
A. Execute cutting and patching including excavation and fill to complete the work, to uncover work to
install improperly sequenced work, to remove and replace defective or non - conforming work, to
remove samples of installed work for testing when requested, to provide openings in the work for
penetration of mechanical and electrical work, to execute patching to complement adjacent work,
and to fit Products together to integrate with other work.
B. Execute work by methods to avoid damage to other work, and which will provide appropriate
surfaces to receive patching and finishing. In existing work, minimize damage and restore to original
condition.
C. Restore work with new Products in accordance with requirements of Contract Documents.
D. Fit work air tight to pipes, sleeves, ducts, conduit, and other penetrations through surfaces.
E. At penetrations of fire rated walls, partitions, ceiling, or floor construction, completely seal voids with
fire rated material in accordance with Section 07900, to full thickness of the penetrated element.
F. Refinish surfaces to match adjacent finish. For continuous surfaces, refinish to nearest intersection
or natural break. For an assembly, refinish entire unit.
G. Patch or replace portions of existing surfaces which are damaged, lifted, discolored, or showing
City Hall Modifications EXECUTION REQUIREMENTS
01700 - 3
other imperfections. Repair substrate prior to patching finish. Finish patches to produce uniform
finish and texture over entire area. When finish cannot be matched, refinish entire surface to
nearest intersections.
3.05 PROGRESS CLEANING
September 18, 2000
A. Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean and orderly
condition.
B. Remove debris and rubbish from pipe chases, plenums, attics, crawl spaces, and other closed or
remote spaces, prior to enclosing the space.
C. Broom and vacuum clean interior areas prior to start of surface finishing, and continue cleaning to
eliminate dust.
D. Collect and remove waste materials, debris, and rubbish from site periodically and dispose off-site.
3.06 PROTECTION OF INSTALLED WORK
A. Protect installed work and provide special protection where specified in individual specification
sections.
B. Provide temporary and removable protection for installed materials. Control activity in immediate
work area to prevent damage.
C. Provide protective coverings at walls, projections, jambs, sills, and soffits of openings.
D. Protect finished floors, stairs, and other surfaces from traffic, dirt, wear, damage, or movement of
heavy objects, by protecting with durable sheet materials.
E. Prohibit traffic or storage upon waterproofed or roofed surfaces. If traffic or activity is necessary,
obtain recommendations for protection from waterproofing or roofing material manufacturer.
F. Prohibit traffic from landscaped areas.
3.07 FINAL CLEANING
A. Execute final cleaning prior to final project assessment.
1. Clean areas to be occupied by City of Round Rock prior to final completion before City of
Round Rock occupancy.
B. Clean interior and exterior glass, surfaces exposed to view; remove temporary labels, stains and
foreign substances, polish transparent and glossy surfaces, vacuum carpeted and soft surfaces.
C. Clean equipment and factures to a sanitary condition with cleaning materials appropriate to the
surface and material being cleaned.
D. Remove waste and surplus materials, rubbish, and construction facilities from the site.
E. Clean City of Round Rock - occupied areas of work.
3.08 CLOSEOUT PROCEDURES
A. Make submittals that are required by governing or other authorities.
B. Subcontractor responsible for work shall accompany Contractor's Site Superintendent on
City Hall Modifications EXECUTION REQUIREMENTS
01700 - 4
preliminary inspection to determine items to be listed for completion or correction in's Notice of
Substantial Completion.
C. City of Round Rock will occupy all of the building as specked in Section 01010.
D. Correct items of work identified in punch list made from preliminary inspection.
E. Accompany Owner and Architect on final inspection.
F. Notify Architect when work is considered finally complete.
G. Complete items of work determined by Architect's final inspection.
3.09 WARRANTIES
END OF SECTION
September 18, 2000
A. Furnish warranty of components indicated in specification sections for one year from date of
Substantial Completion.
City Hall Modifications EXECUTION REQUIREMENTS
01700 - 5
THIS IS A BLANK PAGE
September 18, 2000
City Hall Modifications EXECUTION REQUIREMENTS
01700 - 6
PART 1 GENERAL
1.01 SECTION INCLUDES
A. Project Record Documents.
B. Specified Warranties.
C. Keys and Keying Schedules
1.02 RELATED SECTIONS
A. Conditions of the Contract: Attachments required with Application for Final Payment.
B. Section 01300 - Administrative Requirements: Submittals procedures, shop drawings, product data,
and samples.
C. Section 01700 - Execution Requirements: Contract closeout procedures.
D. Individual Product Sections: Warranties required for specific products or Work.
1.03 SUBMITTALS
A. Warranties and Bonds:
1. As required in individual product specification sections.
B. Extra Materials
1. As required in individual product specifications sections
C. Record Documents
D. Keys and Keying Schedule.
E. Make submittals within ten days after Date of Substantial Completion, prior to final Application for
Payment.
PART 2 PRODUCTS - NOT USED
PART 3 EXECUTION
SECTION 01780
CLOSEOUT SUBMITTALS
September 18, 2000
3.01 PROJECT RECORD DOCUMENTS
A. Maintain on site one set of the following record documents; record actual revisions to the Work:
1. Drawings.
2. Addenda.
3. Change Orders and other modifications to the Contract.
B. Ensure entries are complete and accurate, enabling future reference by City of Round Rock.
City Hall Modifications CLOSEOUT SUBMITTALS
01780 - 1
C. Store record documents separate from documents used for construction.
D. Record information concurrent with construction progress.
E. Record Drawings: Legibly mark each item to record actual construction including:
1. Field changes of dimension and detail.
2. Details not on original Contract drawings.
3.02 WARRANTIES AND BONDS
September 18, 2000
A. Obtain warranties and bonds, executed in duplicate by responsible Subcontractors, suppliers, and
manufacturers, within ten days after completion of the applicable item of work. Except for items put
into use with City of Round Rock's permission, leave date of beginning of time of warranty until the
Date of Substantial completion is determined.
B. Verify that documents are in proper form, contain full information, and are notarized.
C. Co- execute submittals when required.
D. Retain warranties and bonds until time specified for submittal.
END OF SECTION
City Hall Modifications CLOSEOUT SUBMITTALS
01780 - 2
PART1 GENERAL
1.01 SECTION INCLUDES
A. Removal of designated building equipment and fixtures.
B. Removal of designated construction.
C. Disposal of materials.
1.02 REGULATORY REQUIREMENTS
A. Conform to applicable code for demolition work, dust control, products requiring electrical
disconnection and re- connection.
B. Obtain required permits from authorities.
C. Do not close or obstruct egress from any building exit or site exit.
D. Do not disable or disrupt building fire or life safety systems without 3 days' prior written notice to City
of Round Rock.
E. Conform to applicable regulatory procedures when hazardous or contaminated materials are
discovered.
1.03 SCHEDULING
A. Schedule work to coincide with new construction.
1.04 PROJECT CONDITIONS
A. Conduct demolition to minimize interference with adjacent and occupied building areas.
B. Cease operations immediately if structure appears to be in danger and notify Architect. Do not
resume operations until directed.
PART 2 PRODUCTS - NOT USED.
PART 3 EXECUTION
3.01 DEMOLITION
SECTION 02223
MINOR DEMOLITION FOR REMODELING
September 18, 2000
A. Disconnect, remove, and identify designated utilities within demolition areas.
B. Remove demolished materials from site except where specifically noted otherwise. Do not burn or
bury materials on site.
C. Remove materials as demolition progresses Upon completion of demolition, leave areas in clean
City Hall Modifications MINOR DEMOLITION FOR REMODELING
02223 - 1
condition.
D. Remove temporary facilities.
END OF SECTION
September 18, 2000
City Hall Modifications MINOR DEMOLITION FOR REMODELING
02223 - 2
PART 1 GENERAL
1.01 SECTION INCLUDES
A. Miscellaneous Blocking
1.02 QUALITY ASSURANCE
SECTION 06114
WOOD BLOCKING
A. Lumber: Comply with PS 20 and approved grading rules and inspection agencies.
1. Acceptable Lumber Inspection Agencies: Any agency with rules approved by American
Lumber Standards Committee.
2. Lumber of other species or grades, or graded by other agencies, is acceptable provided
structural and appearance characteristics are equivalent to or better than products specified.
B. Plywood: Comply with PS 1.
PART 2 PRODUCTS
2.01 DIMENSION LUMBER
A. Miscellaneous Blocking, Furring, and Nailers:
1. Lumber: S4S, No. 2 or Standard Grade.
2.02 CONSTRUCTION PANELS
A. Plywood Sheathing: PS 1, Grade C -D, Exposure I.
B. Miscellaneous Panels:
1. Concealed Plywood: PS 1, C -C Plugged, exterior grade.
2. Exposed Plywood: PS 1, A -D, interior grade.
3. Electrical Component Mounting: APA rated sheathing, fire retardant treated.
2.03 ACCESSORIES
September 18, 2000
A. Fasteners and Anchors:
1. Fasteners: Hot - dipped galvanized steel for high humidity and treated wood locations,
unfinished steel elsewhere.
PART 3 EXECUTION
3.01 FRAMING INSTALLATION
A. Set members level and plumb, in correct position.
B. Construct curb members of single pieces.
C. Space framing and furring members 16 inches o.c.
City Hall Modifications WOOD BLOCKING
06114 - 1
D. Provide miscellaneous members as indicated or as required to support finishes, fixtures, specialty
items, and trim.
END OF SECTION
September 18, 2000
City Hall Modifications WOOD BLOCKING
06114 - 2
PART 2 PRODUCTS
2.01 LUMBER MATERIALS
SECTION 06200
FINISH CARPENTRY
September 18, 2000
PART 1 GENERAL
1.01 SECTION INCLUDES
A. Finish carpentry items.
B. Shelving
1.02 RELATED SECTIONS
A. Section 06114 - Wood Blocking and Curbing: Grounds and support framing.
1.03 REFERENCES
A. AWI P -200 - Architectural Woodwork Quality Standards Illustrated; Architectural Woodwork Institute;
1997, Seventh Edition, Version 1.0.
B. HPVA HP -1 - American National Standard for Hardwood and Decorative Plywood; Hardwood
Plywood & Veneer Association; 1994.
C. PS 1 - Construction and Industrial Plywood; National Institute of Standards and Technology
(Department of Commerce); 1995.
D. PS 20 - American Softwood Lumber Standard; National Institute of Standards and Technology
(Department of Commerce); 1999.
E. WIC (MAN) - Manual of Millwork; Woodwork Institute of Califomia; 1998.
1.04 SUBMITTALS
A. See Section 01300 - Administrative Requirements for submittal procedures.
B. Samples: Submit two samples of finish plywood, 12 x 12 inch in size illustrating wood grain and
specked finish.
1.05 QUALITY ASSURANCE
A. Plywood: Certified by the American Plywood Association.
1.06 DELIVERY, STORAGE, AND PROTECTION
A. Protect work from moisture damage.
A. Softwood Lumber: Douglas Fir or Southern Pine species, plain sawn, maximum moisture content of
6 percent; with vertical grain, of quality suitable for transparent finish.
City Hall Modifications FINISH CARPENTRY
06200 - 1
2.02 SHEET MATERIALS
A. Softwood Plywood: PS 1 Grade A -B; Veneer core .
2.03 FASTENERS
A. Nails: Of size and type to suit application; plain finish
B. Bolts, Washers, Nuts, Lag Screws, Wood Screws: Size and type to suit.
2.04 ACCESSORIES
A. Lumber for Shimming and Blocking: Softwood lumber of pine species.
B. Wood Filler: Solvent base, tinted to match surface finish color.
PART 3 EXECUTION
3.01 EXAMINATION
A. Verify adequacy of backing and support framing.
3.02 INSTALLATION
A. Set and secure materials and components in place plumb and level.
B. Carefully scribe work abutting other components, with maximum gaps of 1132 inch. Do not use
additional overlay trim to conceal larger gaps.
3.03 PREPARATION FOR SITE FINISHING
A. Set exposed fasteners. Apply wood filler in exposed fastener indentations. Sand work smooth.
3.04 ERECTION TOLERANCES
A. Maximum Variation from True Position: 1/16 inch.
B. Maximum Offset from True Alignment with Abutting Materials: 1/32 inch.
END OF SECTION
September 18, 2000
City Hall Modifications FINISH CARPENTRY
06200 - 2
SECTION 07212
BOARD AND BATT INSULATION
PART 1 GENERAL
1.01 SECTION INCLUDES
A. Batt insulation in interior wall construction.
B. Subcontractor shall be responsible for layout, clean -up and removal of all debris associated with
this section.
1.02 RELATED SECTIONS
A. Section 09260 - Gypsum Board Assemblies.
1.03 REFERENCES
A. ASTM C 665 - Standard Specification for Mineral -Fiber Blanket Thermal Insulation for Light Frame
Construction and Manufactured Housing; 1998.
1.04 ENVIRONMENTAL REQUIREMENTS
A. Do not install insulation adhesives when temperature or weather conditions are detrimental to
successful installation.
PART2 PRODUCTS
2.01 MANUFACTURERS
A. Owens - Corning
B. Substitutions: See Section 01600 - Product Requirements.
2.02 BATT AND BLANKET INSULATION MATERIALS
A. Batt Insulation: ASTM C 665; preformed glass fiber bat friction fit, conforming to the following:
1. Thermal Resistance: R of 11 at Interior Walls for sound attenuation.
a. Facing: Unfaced.
PART 3 EXECUTION
3.01 BATT INSTALLATION
A. Install insulation in accordance with manufacturer's instructions.
B. Trim insulation neatly to fit spaces. Insulate miscellaneous gaps and voids.
3.02 PROTECTION OF FINISHED WORK
September 18, 2000
City Hall Modifications BOARD AND BATT INSULATION
07212 - 1
A. Do not permit installed insulation to be damaged prior to its concealment
END OF SECTION
September 18, 2000
City Hall Modifications BOARD AND BATT INSULATION
07212 - 2
SECTION 07900
JOINT SEALERS
September 18, 2000
PART 1 GENERAL
1.01 SECTION INCLUDES
A. Sealants.
B. Subcontractor shall be responsible for layout, clean -up and removal of all debris associated with
this section.
1.02 RELATED SECTIONS
A. Section 08111- Standard Steel Doors and Frames: Sealants required in conjunction with frames.
B. Section 09260 - Gypsum Board Assemblies: Penetrations.
1.03 REFERENCES
A. ASTM C 834 - Standard Specification for Latex Sealants; 1995.
B. ASTM C 919 - Standard Practice for Use of Sealants in Acoustical Applications; 1998.
C. ASTM C 920 - Standard Specification for Elastomeric Joint Sealants; 1998.
D. ASTM C 1193 - Standard Guide for Use of Joint Sealants; 1991 (Reapproved 1995).
1.04 QUALITY ASSURANCE
A. Manufacturer Qualifications: Company specializing in manufacturing the Products specified in this
section with minimum three years documented experience.
B. Applicator Qualifications: Company specializing in performing the work of this section with minimum
3 years experience.
1.05 ENVIRONMENTAL REQUIREMENTS
A. Maintain temperature and humidity recommended by the sealant manufacturer during and after
installation.
1.06 COORDINATION
A. Coordinate the work with all sections referencing this section.
1.07 WARRANTY
A. See Section 01780 - Closeout Submittals, for additional warranty requirements.
B. Warranty: Include coverage for installed sealants and accessories which fail to achieve airtight seal,
exhibit loss of adhesion or cohesion, or do not cure.
City Hall Modifications JOINT SEALERS
07900 - 1
PART2 PRODUCTS
2.01 MANUFACTURERS
A. Sealants:
1. Bostik; Product Chem -Calk 300.
2. Dow Coming Corp.; Product #790.
3. Pecora Corp.; Product BC -158.
4. Sonneborn; Product Sonolac
5. Tremco, Inc.; Product Butyl Sealant.
6. Substitutions: See Section 01600 - Product Requirements.
2.02 SEALANTS
September 18, 2000
A. Type A - General Purpose Interior Sealant: Acrylic emulsion late4 ASTM C 834, single component,
paintable.
1. Color: Standard colors matching finished surfaces.
2. Product: Sonolac manufactured by Sonneborn.
3. Applications: Use for:
a. Interior wall and ceiling control joints.
b. Joints between door and window frames and wall surfaces.
c. Other interior joints for which no other type of sealant is indicated.
B. Type B - Butyl Sealant ASTM C 920, Grade NS, Class 12 -1/2, Uses NT; single component, solvent
release, non skinning, non - sagging.
1. Color: Colors as selected.
2. Movement Capability Plus and minus 12 -1/2 percent.
3. Service Temperature Range: -13 to 180 degrees F.
4. Shore A Hardness Range: 10 to 30.
5. Applications: Use for:
a. Thresholds.
2.03 ACCESSORIES
A. Primer: Non - staining type, recommended by sealant manufacturer to suit application.
B. Joint Cleaner: Non - corrosive and non - staining type, recommended by sealant manufacturer;
compatible with joint forming materials.
PART 3 EXECUTION
3.01 EXAMINATION
A. Verify that substrate surfaces are ready to receive work.
3.02 PREPARATION
A. Remove loose materials and foreign matter which might impair adhesion of sealant.
B. Clean and prime joints in accordance with manufacturer's instructions.
C. Perform preparation in accordance with manufacturer's instructions and ASTM C 1193.
D. Protect elements surrounding the work of this section from damage or disfigurement.
City Hall Modifications JOINT SEALERS
07900 - 2
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
3.03 INSTALLATION
September 18, 2000
A. Perform work in accordance with sealant manufacturer's requirements for preparation of surfaces
and material installation instructions.
B. Perform installation in accordance with ASTM C 1193.
C. Perform acoustical sealant application work in accordance with ASTM C 919.
D. Install sealant free of air pockets, foreign embedded matter, ridges, and sags.
E. Apply sealant within recommended application temperature ranges. Consult manufacturer when
sealant cannot be applied within these temperature ranges.
3.04 CLEANING
A. Clean adjacent soiled surfaces.
3.05 PROTECTION OF FINISHED WORK
A. Protect sealants until cured.
END OF SECTION
City Hall Modifications JOINT SEALERS
07900 - 3
THIS IS A BLANK PAGE
September 18, 2000
City Hall Modifications JOINT SEALERS
07900 - 4
PART 1 GENERAL
1.01 SECTION INCLUDES
SECTION 08115
STEEL DOOR FRAMES
1.02 DELIVERY, STORAGE, AND HANDLING
A. Protect products from moisture, construction traffic, and damage; store under cover.
B. Do not use non - vented plastic or canvas shelters; should wrappers become wet, remove
immediately.
1.03 SEQUENCING
September 18, 2000
A. Subcontractor shall be responsible for layout, clean -up and removal of all debris associated with
this section.
A. Furnish templates and printed instructions of manufacturers of door hardware specified in Section
08710 to manufacturer of products of this section in time for fabrication.
PART 2 PRODUCTS
2.01 MANUFACTURERS
A. Acceptable Manufacturer: Timely Industries, S.D.S. Industries., Inc
B. Substitutions: See Section 01600 - Product Requirements.
2.02 MATERIALS
A. Steel Sheet: Cold- rolled commercial steel (CS) sheet conforming to ASTM A 366 /A 366M.
B. Fasteners: Types and sizes specified in manufacturer's installation instructions for project
conditions.
2.03 DOOR FRAMES
A. Frames for Fire -Rated Openings: Tested and listed by UL for fire ratings indicated; with rating
labels embossed on frames.
B. Frames Three -piece knock -down slip -on fixed- throat steel door frames.
1. Frames for interior use: Cold - rolled steel, 22 gage.
2. Profile: Double - rabbeted for indicated door thicknesses, with 5/8 inch high stop; throat
dimension mabmum 1/16 inch greater than indicated nominal thickness of partition to receive
frame.
3. Material texture: Standard smooth.
4. Finish: Factory baked enamel finish; color as selected from manufacturer's full range.
C. Casings: Same material and finish as adjacent frame, minimum 22 gage; snap -on type with
mitered corners.
City Hall Modifications STEEL DOOR FRAMES
08115 -1
2.04 FABRICATION
A. Hinge Preparation:
1. Mortise frames for indicated size, type, and weight hinges; provide concealed reinforcement of
same material as frame, minimum 14 gage material thickness.
2. Drill and tap holes for template hinges in accordance with ANSIJBHMA A156.7 template.
B. Strike Preparation: Prepare single -door frames for indicated strikes in accordance with lockset
manufacturers' templates and instructions.
C. Closer Preparation: Provide reinforcement for frames indicated to receive closer hardware as
follows:
1. Standard -arm mounting: Manufacturer's standard aluminum extrusion, alloy 6063 -T5.
2.05 FINISHES
A. Factory Baked Enamel Finish: Meet requirements of ANSI A250.3, and the following:
1. 100 -hour salt spray test without deterioration, in accordance with ASTM B 117.
2. 200 -hour humidity test in accordance with ASTM D 1735, with no blistering.
September 18, 2000
PART 3 EXECUTION
3.01 EXAMINATION
A. Verify that project conditions are acceptable before beginning installation of frames; verify that
completed openings to receive frames are of correct size and thickness.
B. Correct unacceptable conditions before preceding with installation.
3.02 INSTALLATION
A. Install frames in accordance with manufacturers printed instructions, and approved shop drawings;
in addition, install frames for fire -rated openings in accordance with requirements of NFPA 80.
B. Install casings in accordance with manufacturer's printed instructions.
C. Installation of door hardware is specified in Section 08710.
END OF SECTION
City Hall Modifications STEEL DOOR FRAMES
08115 - 2
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
SECTION 08211
FLUSH WOOD DOORS
PART 1 GENERAL
1.01 SECTION INCLUDES
A Flush wood doors; flush configuration; fire rated and non - rated.
1.02 QUALITY ASSURANCE
September 18, 2000
A. Perform work in accordance with AWI Architectural Woodwork Quality Standards Illustrated, Section
1300, Custom Grade.
B. Finish doors in accordance with AWI Architectural Woodwork Quality Standards Illustrated, Section
1500, grades identified in schedule.
C. Manufacturer: Company specializing in manufacturing the products specified in this section with
minimum three years of documented experience.
1.03 REGULATORY REQUIREMENTS
A. Fire Door and Panel Construction: Conform to NFPA 252.
1. Listed and classified by UL as suitable to for the purpose specified and indicated.
1.04 DELIVERY, STORAGE, AND PROTECTION
A. Package, deliver and store doors in accordance with AWI P -200, Section 1300.
B. Accept doors on site in manufacturer's packaging. Inspect for damage.
C. Protect doors with resilient packaging sealed with heat shrunk plastic. Do not store in damp or wet
areas; or in areas where sunlight might bleach veneer. Seal top and bottom edges with tinted
sealer if stored more than one week. Break seal on site to permit ventilation.
1.05 PROJECT CONDITIONS
A. Coordinate the work with door opening construction, door frame and door hardware installation.
1.06 WARRANTY
A. See Section 01780 - Closeout Submittals for additional warranty requirements.
B. Provide warranty for the following term:
1. Interior Doors: Two (2) years.
C. Include coverage for delamination of veneer, warping beyond specified installation tolerances,
defective materials, telegraphing core construction, and other defects.
City Hall Modifications FLUSH WOOD DOORS
08211 - 1
PART 2 PRODUCTS
2.01 MANUFACTURERS
A. Buell Door Co.
B. Substitutions: See Section 01600 - Product Requirements.
2.02 DOOR AND TRANSOM PANEL TYPES
A. Flush Interior Doors: 1 -3/4 Inches thick; solid core construction.
2.03 DOOR AND TRANSOM PANEL CORES
September 18, 2000
A. Non -Rated Solid Core and 20 Minute Rated Doors: AWI Architectural Woodwork Quality Standards
Illustrated, Section 1300, Type PC - Particleboard.
B. Fire Rated Doors: AWI Architectural Woodwork Quality Standards Illustrated, Section 1300, Type
FD, hourly ratings as indicated.
2.04 DOOR FACINGS
A. Interior Doors - Hardboard: AHA A135.4, Class 1 - Tempered, S2S (smooth two sides) hardboard,
composition face, 1/8 inch thick; for paint finish.
2.05 FABRICATION
A. Fabricate doors in accordance with AWI Quality Standards requirements.
B. Fabricate fire rated doors in accordance with UL requirements. Attach fire rating label to door.
C. Provide solid blocks at lock edge for hardware reinforcement.
1. Provide solid blocking for other throughbolted hardware.
D. Vertical Exposed Edge of Stiles - Veneer Faces: Of same species as veneer facing.
E. Fit door edge trim to edge of stiles after applying veneer facing.
F. Bond edge banding to cores.
G. Factory machine doors for finish hardware in accordance with hardware requirements and
dimensions. Do not machine for surface hardware.
H. Factory fit doors for frame opening dimensions identified on shop drawings.
I. Cut and configure exterior door edge to receive recessed weatherstripping devices.
J. Provide edge clearances in accordance with AWI 1600.
2.06 FINISH
A. Seal door top edge with color sealer to match door facing.
City Hall Modifications FLUSH WOOD DOORS
08211 - 2
September 18, 2000
PART 3 EXECUTION
3.01 EXAMINATION
A. Verify existing conditions before starting work.
B. Verify that opening sizes and tolerances are acceptable.
C. Do not install doors in frame openings that are not plumb or are out -of- tolerance for size or
alignment.
3.02 INSTALLATION
A. Install doors in accordance with manufacturer's instructions and AWI P -200 requirements.
1. Install fire -rated doors in accordance with NFPA 80 requirements.
B. Trim non -rated door width by cutting equally on both jamb edges.
C. Trim door height by cutting bottom edges to a maximum of 3/4 inch (19 mm).
1. Trim fire door height at bottom edge only, in accordance with fire rating requirements.
D. Machine cut for hardware.
E. Coordinate installation of doors with installation of frames and hardware.
3.03 INSTALLATION TOLERANCES
A. Conform to AWI P -200, Section 1300 for maximum diagonal distortion.
B. Maximum Vertical Distortion (Bow): 1/8 inch measured with straight edge or taut string, top to
bottom, over an imaginary 36 x 84 inches surface area.
C. Maximum Width Distortion (Cup): 1/8 inch measured with straight edge or taut string, edge to edge,
over an imaginary 36 x 84 inches surface area.
3.04 ADJUSTING
A. Adjust doors for smooth and balanced door movement.
B. Adjust closers for full closure.
3.05 SCHEDULE - SEE DRAWINGS
END OF SECTION
City Hall Modifications FLUSH WOOD DOORS
08211 -3
THIS IS A BLANK PAGE
September 18, 2000
City Hall Modifications FLUSH WOOD DOORS
08211 - 4
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
SECTION 08710
DOOR HARDWARE
PART 1 GENERAL
1.01 SECTION INCLUDES
A. Hardware for wood, hollow steel and aluminum doors.
B. Hardware for fire -rated doors.
C. Lock cylinders for doors for which hardware is specked in other sections.
1.02 RELATED SECTIONS
A. Section 08115 - Steel Door Frames.
B. Section 08211 - Flush Wood Doors.
1.03 REFERENCES
September 18, 2000
A. TAS - Texas Accessibility Standards - Specifications for Making Buildings and Facilities Accessible
to and Usable by Physically Disadvantaged People.
B. ANSI/ICC A117.1 - American National Standard for Accessible and Usable Buildings and Facilities;
International Code Council; 1998.
C. BHMA A156.3 - American National Standard for E dt Devices; Builders Hardware Manufacturers
Association; 1994 (ANSUBHMA A156.3).
D. BHMA A156.4 - American National Standard for Door Controls - Closers; Builders Hardware
Manufacturers Association; 1992 (ANSUBHMA A156.4).
E. BHMA A158.6 - American National Standard for Architectural Door Trim; Builders Hardware
Manufacturers Association; 1994 (ANSI /BHMA A156.6).
F. BHMA A156.7 - American National Standard for Template Hinge Dimensions; Builders Hardware
Manufacturers Association; 1988 (R1997) (ANSI /BHMAA156.7).
G. BHMA A156.8 - American National Standard for Door Controls - Overhead Stops and Holders;
Builders Hardware Manufacturers Association; 1994 (ANSUBHMA A156.8).
H. BHMA A156.13 - American National Standard for Mortise Locks & Latches; Builders Hardware
Manufacturers Association; 1994 (ANSUBHMA A156.13).
I. BHMA A156.16 - American National Standard for Auxiliary Hardware; Builders Hardware
Manufacturers Association; 1997 (ANSI /BHMA A156.16).
J. BHMA A156.18 - American National Standard for Materials and Finishes; Builders Hardware
Manufacturers Association; 1993 (ANSUBHMA A156,18).
K. DHI A115 Series - Specifications for Steel Doors and Frame Preparation for Hardware; Door and
Hardware Institute; current edition.
City Hall Modifications DOOR HARDWARE
08710 - 1
L. DHI (LOCS) - Recommended Locations for Architectural Hardware for Standard Steel Doors and
Frames; Door and Hardware Institute; 1990.
M. DHI WDHS.3 - Recommended Locations for Architectural Hardware for Wood Flush Doors; Door
and Hardware Institute; 1993.
N. NFPA 80 - Standard for Fire Doors and Fire Windows; National Fire Protection Association; 1999.
O. UL (BMD) - Building Materials Directory; Underwriters Laboratories Inc.; current edition.
1.04 QUALITY ASSURANCE
A. Perform work in accordance with the following requirements:
1. NFPA 101.
2. NFPA 80.
3. NFPA252.
B. Manufacturer Qualifications: Company specializing in manufacturing the products specified in this
section with minimum three years of documented experience.
C. Hardware Supplier Qualifications: Company specializing in supplying commercial door hardware
with 5 years of experience.
D. Hardware Supplier Personnel: Employ an Architectural Hardware Consultant (AHC) to assist in the
work of this section.
1.05 REGULATORY REQUIREMENTS
A. Conform to applicable code for requirements applicable to fire rated doors and frames.
1.06 DELIVERY, STORAGE, AND PROTECTION
A. Package hardware items individually; label and identify each package with door opening code to
match hardware schedule.
1.07 COORDINATION
September 18, 2000
A. Coordinate the work with other directly affected sections involving manufacture or fabrication of
internal reinforcement for door hardware.
8. Furnish templates for door and frame preparation.
C. Sequence installation to ensure utility connections are achieved in an orderly and expeditious
manner.
D. Coordinate City of Round Rock's keying requirements during the course of the Work.
1.08 WARRANTY
A. See Section 01780 - Closeout Submittals, for additional warranty requirements.
B. Provide five year warranty for door closers and edt devices.
City Hall Modifications DOOR HARDWARE
08710 - 2
1.09 MAINTENANCE PRODUCTS
A. Provide special wrenches and tools applicable to each different or special hardware component.
B. Provide maintenance tools and accessories supplied by hardware component manufacturer.
1.10 EXTRA MATERIALS
A. Provide ten extra key lock cylinders for each master keyed group.
PART 2 PRODUCTS
2.01 SUPPLIERS
A. Hidell Hardware.
B. Matney Builders Hardware.
C. Door Pro Systems, Inc..
D. Hull Supply
E. J -Mar Commercial Supply, Inc.
F. Substitutions: See Section 01600 - Product Requirements.
2.02 KEYING
A. Door Locks: Master keyed.
1. Include construction keying.
2. Key to existing keying system.
B. Supply keys in the following quantities:
1. 10 master keys.
2. As required construction keys.
3. 5 change keys for each lock.
2.03 FINISHES
A. Finishes: To match existing hardware.
September 18, 2000
PART 3 EXECUTION
3.01 EXAMINATION
A. Verify that doors and frames are ready to receive work and dimensions are as indicated on shop
drawings.
3.02 INSTALLATION
A. Install hardware in accordance with manufacturer's instructions and applicable codes.
B. Use templates provided by hardware item manufacturer.
City Hall Modifications DOOR HARDWARE
08710 - 3
C. Mounting heights for hardware from finished floor to center line of hardware item: As listed in
Schedule, unless otherwise noted:
1. For steel doors and frames: Comply with DHI "Recommended Locations for Architectural
Hardware for Steel Doors and Frames."
2. For wood doors: Comply with DHI "Recommended Locations for Architectural Hardware for
Wood Flush Doors."
3.03 FIELD QUALITY CONTROL
A. Field inspection and testing will be performed under provisions of Section 01400.
B. Provide an Architectural Hardware Consultant to inspect installation and certify that hardware and
installation has been furnished and installed in accordance with manufacturer's instructions and as
specified.
3.04 ADJUSTING
A. Adjust work under provisions of Section 01700.
B. Adjust hardware for smooth operation.
3.05 PROTECTION OF FINISHED WORK
A. Protect finished Work under provisions of Section 01700.
B. Do not permit adjacent work to damage hardware or finish.
END OF SECTION
September 18, 2000
City Hall Modifications DOOR HARDWARE
08710 - 4
SECTION 09260
GYPSUM BOARD ASSEMBLIES
A. Conform to applicable code for fire rated assemblies as indicated on drawings.
1. Fire Rated Partitions: Listed assembly by UL, No. U419; 3 hour rating.
September 18, 2000
PART 1 GENERAL
1.01 SECTION INCLUDES
A. Metal stud wall framing.
B. Acoustic insulation.
C. Gypsum wallboard.
D. Joint treatment and accessories
E. Subcontractor shall be responsible for layout, clean -up and removal of all debris associated with
this section.
1.02 REFERENCES
A. ASTM C 36 - Standard Specification for Gypsum Wallboard; 1997.
B. ASTM C 475 - Standard Specification for Joint Compound and Joint Tape for Finishing Gypsum
Board; 1994.
C. ASTM C 754 - Standard Specification for Installation of Steel Framing Members to Receive Screw -
Attached Gypsum Panel Products; 1997.
D. ASTM C 840 - Standard Specification for Application and Finishing of Gypsum Board; 1998.
E. ASTM E 119 - Standard Test Methods for Fire Tests of Building Construction and Materials; 1995a.
F. GA -201 - Using Gypsum Board for Walls & Ceilings; Gypsum Association; 1990.
G. GA -216 - Application and Finishing of Gypsum Board; Gypsum Association; 1996.
H. UL (FRD) - Fire Resistance Directory; Underwriters Laboratories Inc.; current edition.
1.03 QUALITY ASSURANCE
A. Applicator Qualifications: Company specializing in performing the work of this section with minimum
5 years of experience.
1.04 REGULATORY REQUIREMENTS
City Hall Modifications GYPSUM BOARD ASSEMBLIES
09260 - 1
PART 2 PRODUCTS
2.01 MANUFACTURERS
A. US Gypsum Company.
B. Gold Bond Building Products.
C. National Gypsum Company.
D. Substitutions: See Section 01600 - Product Requirements.
2.02 METAL FRAMING MATERIALS
September 18, 2000
A. Non - Loadbearing Framing System Components: ASTM C 645; galvanized sheet steel, size and
gage to comply with ASTM C 754 at spacing indicated; maximum deflection L/240 at 5 psf.
1. Studs: C shaped. _
2. Runners: U shaped, sized to match studs.
3. Furring: Hat - shaped sections, minimum depth of 3/4 inch.
B. Ceiling Hangers: ASTM C 754.
2.03 GYPSUM BOARD MATERIALS
A. Standard Gypsum Wallboard: ASTM C 36; sizes to minimize joints in place; ends square cut.
1. Thickness: 5/8 inch.
2. Edges: Tapered and beveled.
B. Fire Rated Gypsum Wallboard: ASTM C 36; Type X, UL or WH rated; sizes to minimize joints in
place; ends square cut.
1. Thickness: 5/8 inch.
2. Edges: Tapered.
2.04 ACCESSORIES
A. Control Joints: USG 093.
B. Corner Beads: Galvanized steel DuraBead No. 103.
C. Trim: ASTM C 840; Bead type as detailed.
D. Tape: Perf -A -Tape.
E. Joint Materials: ASTM C 475 DuraBond 90and as recommended by gypsum board manufacturer
for project conditions.
F. Screws: ASTM C 1002; self - drilling type; cadmium - plated for exterior locations.
G. Anchorage to Substrate: Tie wire, nails, screws, and other metal supports, of type and size to suit
application; to rigidly secure materials in place.
City Hall Modifications GYPSUM BOARD ASSEMBLIES
09260 -2
PART 3 EXECUTION
3.01 EXAMINATION
A. Verify that project conditions are appropriate for work of this section to commence.
3.02 FRAMING INSTALLATION
September 18, 2000
A. Metal Framing: Comply with ASTM C 754 and manufacturer's instructions.
B. Studs: Space studs at 16 inches on center.
C. Openings: Reinforce openings as required for weight of doors or operable panels, using not less
than double studs at jambs.
3.03 GYPSUM BOARD INSTALLATION
A. Comply with ASTM C 840. Install to minimize butt end joints, especially in highly visible locations.
B. Single -Layer Non - Rated: Install gypsum board in most economical direction, with ends and edges
occurring over firm bearing.
C. Double -Layer Installation: Use gypsum backing board for first layer, placed perpendicular to
framing or furring members. Use fire rated gypsum backing board for fire rated partitions and
ceilings. Place second layer perpendicular to first layer. Offset joints of second layer from joints of
first layer.
3.04 INSTALLATION OF TRIM AND ACCESSORIES
A. Control Joints: Place control joints consistent with lines of building spaces and as follows:
1. Not more than 30 feet apart on walls and ceilings over 50 feet long.
B. Corner Beads: Install at external comers, using longest practical lengths.
C. Edge Trim: Install at locations where gypsum board abuts dissimilar materials and as indicated.
3.05 JOINT TREATMENT
A. Finish all gypsum board in accordance with ASTM C 840 Level 4.
3.06 TOLERANCES
A. Maximum Variation of Finished Gypsum Board Surface from True Flatness: 118 inch in 10 feet in
any direction.
END OF SECTION
City Hall Modifications GYPSUM BOARD ASSEMBLIES
09260 - 3
THIS IS A BLANK PAGE
September 18, 2000
City Hall Modifications GYPSUM BOARD ASSEMBLIES
09260 - 4
SECTION 09511
SUSPENDED ACOUSTICAL CEILINGS
September 18, 2000
PART 1 GENERAL
1.01 SECTION INCLUDES
A. Suspended metal grid ceiling system.
B. Acoustical units.
C. Subcontractor shall be responsible for layout, clean -up and removal of all debris associated with
this section.
1.02 RELATED SECTIONS
A. Section 09260 - Gypsum Board Assemblies: Interior Walls and Partitions.
1.03 REFERENCES
A. ASTM E 1264 - Standard Classification for Acoustical Ceiling Products; 1996.
1.04 SUBMITTALS
A. See Section 01300 - Administrative Requirements, for submittal procedures.
B. Product Data: Provide data on suspension system components.
C. Samples: Submit two samples 6x6 inch in size illustrating material and finish of acoustical units.
D. Samples: Submit two samples each, 12 inches long, of suspension system main runner.
E. Manufacturer's Installation Instructions: Indicate special procedures.
1.05 QUALITY ASSURANCE
A. Suspension System Manufacturer Qualifications: Company specializing in manufacturing the
products specified in this section with minimum three years documented eperience.
B. Acoustical Unit Manufacturer Qualifications: Company specializing in manufacturing the products
specified in this section with minimum three years documented experience.
1.06 ENVIRONMENTAL REQUIREMENTS
A. Maintain uniform temperature of minimum 60 degrees F, and maximum humidity of 40 percent prior
to, during, and after acoustical unit installation.
1.07 PROJECT CONDITIONS
A. Sequence work to ensure acoustical ceilings are not installed until building is enclosed, sufficient
heat is provided, dust generating activities have terminated, and overhead work is completed,
tested, and approved.
City Hall Modifications SUSPENDED ACOUSTICAL CEILINGS
09511 -1
B. Install acoustical units after interior wet work is dry.
1.08 EXTRA MATERIALS
A. Provide 100 sq ft of each type of acoustical unit for City of Round Rock's use in maintenance of
project.
PART 2 PRODUCTS
2.01 ACOUSTICAL UNITS
A. Manufacturers:
1. USG Interiors„ Inc .
2. Substitutions: No substitutions permitted. Acoustical tile panels required to match existing.
B. Acoustical Panels: ASTM E 1264 Type III, Painted mineral fiber, conforming to the following:
1. Product Line: USG Interiors: Auratone Item No. 562 Class A ( Fissured ).
2. Size: 24 x 48 inches.
3. Thickness: 5/8 inches.
4. Composition: Nodular, cast or molded.
5. Light Reflectance: LR -1.
6. NRC Range: .50 to .60.
7. Edge: Square.
8. Surface Color: White
9. Surface Pattern: Directional fissured combined with random perforations.
10. Flame Spread: 25 or less.
11. Suspension System: Exposed grid.
2.02 SUSPENSION SYSTEM(S)
A. Manufacturers:
1. Same as for acoustical units.
2. Substitutions: See Section 01600 - Product Requirements.
September 18, 2000
B. Suspension Systems - General: ASTM C 635; die cut and interlocking components, with stabilizer
bars, clips, splices, perimeter moldings, and hold down clips as required.
C. Exposed 25 ga. Steel Suspension System: Formed steel, commercial quality cold rolled, with
painted finish; Intermediate -duty.
1. Profile: Tee; 15/16 inch wide face.
2. Finish: White.
2.03 ACCESSORIES
A. Support Channels and 14 ga. soft steel Hangers: Galvanized steel; size and type to suit application
and ceiling system flatness requirement specified.
B. Perimeter Moldings: Same material and finish as grid.
1. At Exposed Grid: Provide L- shaped molding for mounting at same elevation as face of grid.
C. Gasket For Perimeter Moldings: Closed cell rubber sponge tape.
D. Touch -up Paint: Type and color to match acoustical and grid units.
City Hall Modifications SUSPENDED ACOUSTICAL CEILINGS
09511 - 2
September 18, 2000
PART 3 EXECUTION
3.01 EXAMINATION
A. Verify existing conditions before starting work.
B. Verify that layout of hangers will not interfere with other work.
3.02 INSTALLATION - SUSPENSION SYSTEM
A. Intall section of suspension system as required for support and in coordination with new cold -air
return grille to be placed in ceiling.
B. Rigidly secure system, including integral mechanical components, for maximum deflection of 1:360.
3.03 INSTALLATION - ACOUSTICAL UNITS
A. Install acoustical units in accordance with manufacturer's instructions.
B. Fit acoustical units in place, free from damaged edges or other defects detrimental to appearance
and function.
C. Fit border trim neatly against abutting surfaces.
D. Install units after above - ceiling work is complete.
E. Install acoustical units level, in uniform plane, and free from twist, warp, and dents.
F. Cutting Acoustical Units:
1. Cut to fit irregular grid and perimeter edge trim.
2. Make field cut edges of same profile as factory edges.
3. Coordinate installation of acoustical units with mechanical and electrical ceiling appurtenances.
3.04 ERECTION TOLERANCES
A. Maximum Variation from Flat and Level Surface: 1/8 inch in 10 feet.
B. Maximum Variation from Plumb of Grid Members Caused by Eccentric Loads: 2 degrees.
END OF SECTION
City Hall Modifications SUSPENDED ACOUSTICAL CEILINGS
09511 - 3
THIS IS A BLANK PAGE
September 18, 2000
City Hall Modifications SUSPENDED ACOUSTICAL CEILINGS
09511 - 4
SECTION 09680
CARPET
September 18, 2000
PART1 GENERAL
1.01 SECTION INCLUDES
A. Carpet, direct - glued.
B. Accessories.
C. Subcontractor shall be responsible for layout, clean -up and removal of all debris associated with
this section.
1.02 SUBMITTALS
A. See Section 01300 - Administrative Requirements, for submittal procedures.
B. Product Data: Provide data on specified products, describing physical and performance
characteristics; sizes, patterns, colors available, and method of installation.
C. Samples: Submit two samples 12x12 inch in size illustrating color and pattern for each carpet and
cushion material specified.
D. Manufacturer's Installation Instructions: Indicate special procedures.
E. Manufacturer's Certification: Submit certificate verifting installer is approved to install specified
products.
F. Maintenance Data: Include maintenance procedures, maintenance materials, and schedule for
cleaning per the Maintenance Procedures described in Part 3 - Execution.
1.03 QUALITY ASSURANCE
A. Manufacturer Qualifications: Company specializing in manufacturing specified carpet with minimum
three years documented experience.
B. Installer Qualifications: Company specializing in installing carpet with minimum 5 years
documented experience.
1. Installer shall demonstrate certification that materials installed are the same as those certified
by the manufacturer. Submit certification in triplicate to the General Contractor.
1.04 PERFORMANCE
A. Provide material with a maximum of 0.6 for Slip Coefficient of Friction in accordance with TAS.
1.05 ENVIRONMENTAL REQUIREMENTS
A. Store materials in area of installation for minimum period of 24 hours prior to installation.
B. Maintain minimum 70 degrees F ambient temperature 24 hours prior to, during and 24 hours after
installation.
City Hall Modifications CARPET
09680 - 1
A. Acceptable Manufacturers:
1. Bentley Dover
2. Collins and Aikman
3. Lees Commercial Carpet
4. Mannington Commercial Carpet
5. Milliken Contract Carpet
6. Mohawk Commercial Carpet
7. Shaw Industries
C. Ventilate installation area during installation and for 72 hours after installation.
1.06 WARRANTY
A. Provide a warranty for a period of ten years for wearability, edge ravel, delamination and loss of
resiliency.
1.07 EXTRA MATERIALS
A. Provide 144 sq ft of carpeting of each type, color, and pattern specified.
PART 2 PRODUCTS
2.01 MANUFACTURERS
September 18, 2000
B. Substitutions: See Section 01600 - Product Requirements.
2.02 CARPET
A. Type: Broadloom
B. Base Manufacturer: Bentley Dover
C. Style: #OV 28C -7444
D. Total Weight: 28 oz. /square yard
E. Standard Roll Width: 12 feet.
F. Color and Pattern: To be selected by Owner.
G. Carpet to be of first quality; no seconds or imperfects.
H. Surface Burning Characteristics: Flame Spread /Smoke developed index of 75 maximum, when
texted in accordance with ASTM E 84.
I. Antimicrobial with broad spectrum efficacy against bacteria and fungus for the life of the product to
minimize likeloihood of building related illness, sick building syndrome and to improve indoor air
quality.
2.03 ACCESSORIES
A. Sub -Floor Filler: Type recommended by carpet manufacturer.
B. Perimeter and Seams: Carpet gripper, of type recommended by carpet manufacturer to suit
application, with attachment devices.
City Hall Modifications
CARPET
09680 - 2
C. Moldings and Edge Strips: Rubber, color to be selected.
D. Seam Adhesive: Recommended by manufacturer.
E. Contact Adhesive: Compatible with carpet material; releasable type.
PART 3 EXECUTION
D. Roll with appropriate roller for complete contact of adhesive to carpet backing.
September 18, 2000
3.01 EXAMINATION
A. Verify that wall surfaces are smooth and flat within tolerances specified in Section 09260, are dust -
free, and are ready to receive carpet.
B. Verify that sub -floor surfaces are dust -free, and free of substances which would impair bonding of
adhesives to sub floor surfaces.
C. Verify that required floor - mounted utilities are in correct location.
3.02 PREPARATION
A. Remove sub -floor ridges and bumps. Fill minor or local low spots, cracks, joints, holes, and other
defects with sub -floor filler.
B. Apply, trowel, and float filler to achieve smooth, flat, hard surface. Prohibit traffic until filler is cured.
C. Clean substrate.
3.03 INSTALLATION - GENERAL
A. Install carpet and cushion in accordance with manufacturer's instructions and CRI 104.
B. Verify carpet match before cutting to ensure minimal variation between dye lots.
C. Lay out carpet and locate seams in accordance with shop drawings:
1. Locate seams in area of least traffic, out of areas of pivoting traffic, and parallel to main traffic.
2. Do not locate seams perpendicular through door openings.
3. Align run of pile in same direction as anticipated traffic and in same direction on adjacent
pieces.
4. Locate change of color or pattern between rooms under door centerline.
5. Provide monolithic color, pattern, and texture match within any one area.
D. Install carpet tight and flat on subfloor, well fastened at edges, with a uniform appearance.
3.04 DIRECT -GLUED CARPET
A. Double cut carpet seams, with accurate pattern match. Make cuts straight, true, and unfrayed.
B. Apply contact adhesive to floor uniformly at rate recommended by manufacturer. After sufficient
open time, press carpet into adhesive.
C. Apply seam adhesive to the base of the edge glued down. Lay adjoining piece with seam straight,
not overlapped or peaked, and free of gaps.
City Hall Modifications CARPET
09680 - 3
E. Trim carpet neatly at walls and around interruptions.
F. Complete installation of edge strips, concealing exposed edges. Bind cut edges where not
concealed by edge strips.
3.05 CLEANING
A. Remove excess adhesive from floor and wall surfaces without damage.
B. Remove all small scraps, containers and trash from the building immediately upon completeing the
carpet installation. Bundle all large scraps of carpet and deliver to the Owner.
C. Clean and vacuum carpet surfaces.
END OF SECTION
September 18, 2000
City Hall Modifications CARPET
09680 - 4
SECTION 09900
PAINTS AND COATINGS
September 18, 2000
PART1 GENERAL
1.01 SECTION INCLUDES
A. Surface preparation.
B. Field application of paints, stains, vamishes, and other coatings.
C. Subcontractor shall be responsible for layout, clean -up and removal of all debris associated with
this section.
1.02 REFERENCES
A. ASTM D 16 - Standard Terminology for Paint, Coatings, Materials, and Applications; 1998b.
B. ASTM D 4442 - Standard Test Methods for Direct Moisture Content Measurement of Wood and
Wood -Base Materials; 1992 (Reapproved 1997).
1.03 DEFINITIONS
A. Conform to ASTM D 16 for interpretation of terms used in this section.
1.04 SUBMITTALS
A. See Section 01300 - Administrative Requirements, for submittal procedures.
B. Product Data: Provide data on product properties and colors for specified manufacturer for
selection by Owner and Architect.
C. Samples: Submit two painted samples, illustrating colors and textures to match exiisting walls with
specified coats cascaded. Submit on gypsum wallboard, 12x12 inch in size.
D. Manufacturer's Instructions: Indicate special surface preparation procedures.
E. Maintenance Data: Submit data on cleaning, touch -up, and repair of painted and coated surfaces.
1.05 QUALITY ASSURANCE
A. Manufacturer Qualifications: Company specializing in manufacturing the Products specified in this
section with minimum ten years documented experience.
B. Applicator Qualifications: Company specializing in performing the work of this section with minimum
5 years experience.
1.06 REGULATORY REQUIREMENTS
A. Conform to applicable code for flame and smoke rating requirements for products and finishes.
City Hall Modifications PAINTS AND COATINGS
09900 -1
1.07 DELIVERY, STORAGE, AND PROTECTION
September 18, 2000
A. Deliver products to site in sealed and labeled containers; inspect to verify acceptability.
B. Container Label: Include manufacturer's name, type of paint, brand name, lot number, brand code,
coverage, surface preparation, drying time, cleanup requirements, color designation, and
instructions for mbdng and reducing.
C. Paint Materials: Store at minimum ambient temperature of 45 degrees F and a maximum of 90
degrees F, in ventilated area, and as required by manufacturer's instructions.
1.08 ENVIRONMENTAL REQUIREMENTS
A. Do not apply materials when surface and ambient temperatures are outside the temperature ranges
required by the paint product manufacturer.
B. Do not apply exterior coatings during rain or snow, or when relative humidity is outside the humidity
ranges required by the paint product manufacturer.
C. Minimum Application Temperatures for Latex Paints: 45 degrees F for interiors; 50 degrees F for
exterior; unless required otherwise by manufacturer's instructions.
D. Minimum Application Temperature for Varnish Finishes: 65 degrees F for interior or exterior, unless
required otherwise by manufacturer's instructions.
E. Provide lighting level of 80 ft candles measured mid - height at substrate surface.
1.09 EXTRA MATERIALS
A. See Section 01600 - Product Requirements, for additional provisions.
B. Supply 1 gallon of each color; store where directed.
C. Label each container with color in addition to the manufacturer's label.
PART 2 PRODUCTS
2.01 MANUFACTURERS
A. Paints:
1. Base Manufacturer: ICI Dulux Paints
B. Substitutions: No substitutions permitted. Paint to be same as current stock supply of Owner.
2.02 PAINTS AND COATINGS - GENERAL
A. Paints and Coatings: Ready mixed, except field- catalyzed coatings. Prepare pigments:
1. To a soft paste consistency, capable of being readily and uniformly dispersed to a
homogeneous coating.
2. For good flow and brushing properties.
3. Capable of drying or curing free of streaks or sags.
B. Paint Schedule:
1. PT -1: 2H39F. Premium grade acrylic latex, semi -gloss enamel.
2. Color: To be selected by Owner.
City Hall Modifications PAINTS AND COATINGS
09900 - 2
2.03 PAINT SYSTEMS - INTERIOR
A Ferrous Metals, Primed, Alkyd, 2 Coat
1. Touch -up with alkyd primer.
2. Semi - gloss: Two coats of alkyd enamel.
B. Gypsum Board/Plaster, Latex, 3 Coat:
1. One coat of alkyd primer sealer.
2. Semi - gloss: Two coats of latex enamel.
2.04 ACCESSORY MATERIALS
A. Accessory Materials: Linseed oil, shellac, turpentine, paint thinners and other materials not
specifically indicated but required to achieve the finishes specked; commercial quality.
B. Patching Material: Latex filler.
C. Fastener Head Cover Material: Latex filler.
PART 3 EXECUTION
3.01 EXAMINATION
September 18, 2000
A. Verify that surfaces are ready to receive Work as instructed by the product manufacturer.
B. Examine surfaces scheduled to be finished prior to commencement of work. Report any condition
that may potentially affect proper application.
C. Test shop - applied primer for compatibility with subsequent cover materials.
3.02 PREPARATION
A Surface Appurtenances: Remove or mask electrical plates, hardware, Tight fixture trim,
escutcheons, and fittings prior to preparing surfaces or finishing.
B. Surfaces: Correct defects and clean surfaces which affect work of this section. Remove or repair
existing coatings that exhibit surface defects.
C. Marks: Seal with shellac those which may bleed through surface finishes.
D. Gypsum Board Surfaces to be Painted: Fill minor defects with filler compound. Spot prime defects
after repair.
E. Shop- Primed Steel Surfaces to be Finish Painted: Sand and scrape to remove loose primer and
rust. Feather edges to make touch -up patches inconspicuous. Clean surfaces with solvent. Prime
bare steel surfaces. Re -prime entire shop - primed item.
3.03 APPLICATION
A. Apply products in accordance with manufacturer's instructions.
B. Where adjacent sealant is to be painted, do not apply finish coats until sealant is applied.
C. Do not apply finishes to surfaces that are not dry. Allow applied coats to dry before next coat is
City Hall Modifications PAINTS AND COATINGS
09900 - 3
applied.
September 18, 2000
D. Apply each coat to uniform appearance. Apply each coat of paint slightly darker than preceding
coat unless otherwise approved.
E. Vacuum clean surfaces of loose particles. Use tack cloth to remove dust and particles just prior to
applying next coat.
F. Where clear finishes are required, tint fillers to match wood. Work fillers into the grain before set
Wipe excess from surface.
3.04 FIELD QUALITY CONTROL
A. Inspect and test questionable coated areas in accordance with industry standards.
3.05 CLEANING
A. Collect waste material which may constitute a fire hazard, place in closed metal containers, and
remove daily from site.
END OF SECTION
City Hall Modifications PAINTS AND COATINGS
09900 - 4
RESOLUTION NO. R- 00- 11- 21 -10C1
WHEREAS, the City of Round Rock has duly advertised for bids for
the City Hall Modifications Project, and
WHEREAS, M.B. Home Construction Services, Inc. has submitted the
lowest responsible bid, and
WHEREAS, the City Council wishes to accept the bid of M.B. Home
Construction Services, Inc., Now Therefore
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS,
That the bid of M.B. Home Construction Services, Inc. is hereby
accepted as the lowest responsible bid and subject to the negotiation
and final approval by the City Manager and City Attorney of a contract
document, the Mayor is hereby authorized and directed to execute a
contract with M.B. Home Construction Services, Inc. for the City Hall
Modifications Project.
The City Council hereby finds and declares that written notice of
the date, hour, place and subject of the meeting at which this
Resolution was adopted was posted and that such meeting was open to the
public as required by law at all times during which this Resolution and
the subject matter hereof were discussed, considered and formally acted
upon, all as required by the Open Meetings Act, Chapter 551, Texas
Government Code, as amended, and the Act.
RESOLVED this 21st day of Nov
E LAND, City Secretary
K AWPDOCS \RSSOLUTI \RO1121C1.WPD /0C
000.
Aie ' 41FA
R� TS' A. STLUKA, i'. , Mayor
City of Round Rock, Texas
THE CITY OF ROUND ROCK
PUBLIC WORKS DEPARTMENT
2008 Enterprise Dr.
Round Rock, Texas. 78664
(512) 218 -5555. BID
BIDS EXTENDED
BY :
DATE :
TABULATION SHEET
AND CHECKED
Larry Madsen
10/3/00
1 of 1
CONTRACT : City Hall Modifications
LOCATION : City Hall Council Chambers
M.B. Home Construction
Services, Inc.
Bid Bond? Yes
Southwest Constructors
Bid Bond? Yes
Quality Solutions
Construction Company
Bid Bond? Yes
DATE: Tuesday, October 3, 2000 at 2:00 p.m.
BASE BID
UNIT
APPROX
QTY.
UNIT
PRICE
COST
UNIT
PRICE
COST
UNIT
PRICE
COST
Base Bid
LS
$21,798.00
$51,888.00
$37,000.00
Alternate No. 1
LS
$3,689.00
$3,690.00
$5,182.12
Alternate No. 2
LS
$6,850.00
$5,200.00
$7,000.00
TOTAL:
$32,337.00
$60,778.00
$49,182.12
bidtab/bidtab
City Hall Modifications
SAGRAPHICS\CGUNCIL AGENDA ITEMS \ ENGINEERING\ 11-02- W\CITY HALL
DATE: November 15, 2000
SUBJECT: City Council Meeting — November 21, 2000
ITEM: 10.C.1. Consider a resolution authorizing the Mayor to execute a contract,
subject to the negotiation and final approval by the City Manager
and City Attorney, with M.B. Home Construction Services, Inc for
the City Hall Modifications Project. Three bids were received on
October 3, 2000. M.B. Home Construction Services, Inc. was the
lowest and best bid of $32,337.00. This bid amount includes
Alternates No. 1 & 2 for carpet replacement.
Resource: Jim Nuse, Public Works Director
Larry Madsen
History: Plans to remodel third floor administration area to include removing existing
walls, adding communication wiring, new carpet and storage shelving. The
planning dept. will close an area for office space. On the second floor,
purchasing and computer rooms will be remodeled to meet the needs of
employees and improve workspace. New carpet will be provided in areas to be
remodeled.
Funding:
Cost: $32,337.00
Source of funds: 1999 -2000 Budget Revision Number 2
Outside Resources: Dan Crise, Architect
Impact: More efficient use of space.
Benefit: Improve work space.
Public Comment: N/A
Sponsor: N/A