~,~ ~ 3q'd PROJECT MANUAL FOR DEMOLITION OF - PREVIOUS DETENTION FACILITIES KERR COUNTY COURTHOUSE ANNEX -SECOND FLOOR 700 MAIN STREET KERRVILLE, TEXAS 78028 PROJECT - KC2 - BY: MICHAEL HEAL WALKER, ARCHITECT ,_ 1303 VESPER LANE KERRVILLE, TEXAS 78028 (830)895-2724 (830) 895-3297 FAX LUX ENGINEERING 1600 HARPER RD., SUITE #104 KERRVILLE, TEXAS 78028 (830)895-4030 (830) 895-3213 FAX VORDENBAUM ENGINEERING, INC. 507-D EAST ffiGHWAY ST. FREDERICKSBURG, TEXAS 78264 (83U) 997-4744 (830) 997-6967 FAX OWNER: KERR COUNTY COMMISSIONER'S COURT KERRVILLE, TEXAS THE HONORABLE ROBERT DENSON, COUNTY NDGE - H.H. BALDWIN, PRECINCT ]COMMISSIONER T.H. LACKEY, PRECINCT 2 COMMISSIONER JONATHAN LETZ, PRECINCT 3 COMMISSIONER -- BRUCE OEHLER, PRECINCT 4 COMMISSIONER ''~~DayoNNO.t AD.199B~_ BIU.IE G. MEEKER RELEASE DATE: MARCH 23,1998 _ Ge~rk Co~,urn~y Court, Kerr Coumy, Texas 'v --_"~~P~N DEMOLITION 8r ALTERATIONS -SECOND FLOOR `°' KERR COUNTY COURTHOUSE ANNEX PROJECT MANUAL TABLE OF CONTENTS ORGANIZED BY CONSTRUCTION SPECIFICATIONS INSTITUTE DIVISIONS SECTION NO. OF PAGES DIVISION 0 -GENERAL REQUIREMENTS 00001 Cover Page 1 00005 Table of Contents 2 00020 Invitation to Bid 1 00100 Instructions to Bidders 3 00310 Bid Form 1 00500 Form of Agreement 1 00600 Bonds 1 -- 00700 General Conditions 1 00800 Supplementary General Conditions 4 SPECIFICATIONS DIVISION 1-GENERAL DATA 01027 Applications for Payment 1 01045 Cutting and Patching 2 01090 Reference Standards 8 "' 01340 Product Options 2 01500 Temporary Facilities, Controls, Coordination 1 01700 Contract Closeout 1 01710 Cleaning 2 01720 Record Documents 1 01740 Warranties (Guarantees) 1 DIVISION 2 - SITEWORK i 02072 Demolition 1 DIVISION 3 -CONCRETE 03730 Concrete Rehabilitation 3 DIVISION 4 -MASONRY (Not used) DIVISION 5 -METALS 05120 Structural Steel Framing and Miscellaneous Metal Fabrications DIVISION 6 -WOOD & PLASTICS r 06000 Lumber and Rough Carpentry DIVISION 7 -THERMAL & MOISTURE PROTECTION 07620 Flashing and Sheet Metal 07900 Joint Sealants DIVISION 8 -DOORS & WINDOWS (Not used) DIVISION 9 -FINISHES (Not used) DIVISION 10 -SPECIALTIES (Not used) DIVISION 11 -EQUIPMENT (Not used) DIVISION 12 -FURNISHINGS (Not used} DIVISION 13 -SPECIAL CONSTRUCTION (Not used) i DIVISION 14 -CONVEYING SYSTEMS (Not used) DIVISION 15 -MECHANICAL - On Drawings DIVISION 16 -ELECTRICAL - On Drawings KC2 -TABLE OF CONTENTS -Page 1 of 2 w' PROJECT MANUAL IS AN ATTACHMENT TO AND AN INTEGRAL PART OF THE FOLLOWING DRAWINGS: SHEETS: Al-A2 Architectural p -- MP1 Mechanical, HVAC, Plumbing ~ E1 Electrical Engineering ~ END OF TABLE OF CONTENTS file:kc200005 KC2 -TABLE OF CONTENTS -Page 2 of 2 oooso INVITATION TO BID A. Notice is hereby given that Kerr County, Texas, will accept bids for Demolition and Alterations of Previous _. Detention Facilities, Second Floor Kerr County Courthouse Annex, 700 Main Street, Kerrville, Texas, according to Drawings and Specifications prepared by Michael N. Walker, Architect, and described in general as: Provide labor, materials, and equipment needed to dismantle, to remove and to make alterations to the existing building to prepare for future conversion of the existing building spaces into courtroom and office space. Current Work of this phase includes: wet-sawing and removal of concrete masonry walls and ceilings, removal _ of plaster and gypsum board walls and ceilings, framing, partitioning, removal of rough, finish carpentry, woodwork, and furring, flooring and base, electrical wiring, devices, and fixtures, plumbing, heating, ventilating and air conditioning fixtures and equipment. B. Sealed bids will be received by the Owner, Kerr County, at the County Clerk's Office, Suite 122, 700 Main Street, Kerrville, Texas 78028, until: 9'00 a m Monday, April 13. 1998 .Telephonic bids will be permitted, provided they received by the deadline. Bids received after that time will be rejected and retumed to Bidder. C. Bids will be opened and read aloud at 10'00 a m Mondav April 13. 1998 , in Commissioners' Court Meeting. D. Bidding Documents and Proposed Contract Documents may be examined without charge at the office of the - Architect during normal office hours. Arrangements for such examination may be made by contacting the office of the Architect, (830) 895-2724. This examination set of documents may not be removed from the offce. E. Bonafide general contrail Bidders may secure copies of the Bidding Documents and Proposed Contrail Documents in person from the office of the Architect after March 23, 1998, on the following basis: 1. One or more sets of the Project Manual, including Specifications, and prints of the Drawings, upon payment by cashier's check of $40 deposit per set, completely refundable if Project Manual(s) and Drawings are '~ retumed to the Owner postpaid in satisfactory condition complete as issued with all issued addenda bound and suitable for use during construction within fourteen calendar days after bid opening. Otherwise, deposit will be forfeited. All deposit checks shall be payable to Kerr County, Texas. 2. If requested by Bidder, complete sets may be shipped, pre-postpaid or C.O.D., after appropriate deposit is received by Architect. Bidder assumes total responsibility for delays, if any, resulting from shipping. 3. No partial sets will be issued. 4. No Bidding Documents will be issued after April 8, 1998 at 5:00 p.m. F. Bid security in the amount pf five percent (5%) of the Base Bid will be required to accompany the bids, in the form of a Bid Bond (e.g., AIA Document A310) issued by surety acceptable to Owner, or cashiers check drawn in favor of the Owner. Bid Bond must be executed by the Bidder as principal. Bid Bond form shall be subject to Owner's approval. G. The Owner reserves the right to reject any and all bids and to waive irregularity in the bids and in the bidding. H. In addition to payment of deposit for Bidding Documents, at or before time for receiving Bidding Documents, Bidder will be required to present evidence satisfactory to Owner and Architect that he has sufficient means and experience in the types of work called for to assure completion of the Contract in a satisfactory manner if he is the successful Bidder. Such evidence can be in the information provided by AIA Document A305, or similar form. Bidder will be informed within seven calendar days of submission if his pre-qualification information has been found unacceptable. I. The Owner will require the successful Bidder to secure and post a Labor and Materials Payment Bond and Performance Bond, each in the amount of 100% of the Contrail Sum, each executed by successful Bidder as -- principal, in such form and by such surety company acceptable to the Owner. END OF INVITATION TO BID KC2 - 00020 -INVITATION TO BID -Page 1 of 1 00100 INSTRUCTIONS TO BIDDERS 1. THE WORK FOR KERR COUNTY, TEXAS KERR COUNTY COURTHOUSE ANNEX -SECOND FLOOR, DEMOLITION OF PREVIOUS DETENTION FACILITIES Further described as: Provide labor, materials, and equipment needed to dismantle, to remove and to make alterations to the existing building to prepare for future conversion of the existing building spaces into courtroom and office space. Current Work of this phase includes: wet-sawing and removal of concrete masonry walls and ceilings, removal of plaster and gypsum board walls and ceilings, framing, partitioning, removal of rough, finish carpentry, woodwork, and furring, flooring and base, electrical wiring, devices, and fixtures, plumbing, heating, ventilating and air conditioning factures and equipment, fire alarm and security service to the Second Floor of the Courthouse Annex, unless noted otherwise. Directions to the site: Take Highway 16 (Sidney Baker) Exit off I-10 at Kemille, Texas; proceed Downtown to Jefferson Street, turn into the County Square Parking area or park on the street around the Courthouse. 2. DEFINITIONS A. Bidding Documents include the Documents prepared by Michael Neal Walker, Architect: Instruilions to Bidders, the Bid Form, other sample bidding and contrail forms and the proposed Contrail Documents including any Addenda issued prior to receipt of bids. The Contrail Documents proposed for the Work consist of the Owner-Contractor Agreement, the General Conditions of the Contrail, the Drawings, the Specifications, Addenda issued prior to and all modifications issued after the execution of the Contrail. B. All definitions in General Conditions of Contrail for Construction and other Contrail Documents are applicable to the Bidding Documents. W C. Addenda are written or graphic instruments issued by the Architect prior to the execution of the Contract which modify or interpret the Bidding Documents by additions, deletions, clarifications or corrections. D. A Bid is a complete and properly signed proposal to do the Work or designated portion thereof for the sums stipulated therein, submitted in accordance with the Bidding Documents. "- E. Base Bid is the sum stated in the Bid for which the Bidder offers to perform the Work described in the Bidding Documents using only the methods and materials specified without Proposed Savings, Substitutions, or Attemates included. F. An Alternate, if required, is an amount stated in the Bid to be added to or deducted from the amount of the Base Bid if the corresponding change in the Work, as described in the Bidding Documents, is accepted, at the time of Notice to Proceed or within a reasonable amount of time thereafter. G. A Unit Price, if required, is an amount stated in the Bid as a price per unit of measurement for materials or services as described in the Bidding Documents or in the proposed Contrail Documents. H. A Proposed Savings is a price reduction option proposed on the Bid Fonn in which Bidder offers to significantly reduce the cost to the Owner by using materials or construction methods different from those required by the Bidding Documents on which the Base Bid was prepared. Bidder shall briefly describe aftemate materials or methods in sufficient detail for the Arohiteil and Owner to properly evaluate the Proposed Savings. Owner will accept or reject Proposed Savings before awarding the contrail and as provided elsewhere in the Contrail Documents. KC2 - 00100 -INSTRUCTIONS TO BIDDERS -Page 1 of 3 I. Other Definitions as included in Section 01340 Product Options. 3. BID FORM In order to receive consideration, make bids in accordance with the following: A. Make bids in the form provided herein. Completed bid form shall be properly signed and with items filled out manually in ink ortype-written. B. Address bid to Owner, and deliver sealed bids to the Kerr County Clerk's Office at the Kerr County Courthouse, Suite 122, 700 Main Street, Kerrville, Texas 78028, on or before 9:00 a.m.. Monday. Aoril 13. 1998. Telephonic bids will not be permitted. Bids received after that time will be rejected and returned to Bidder. Bids will be opened and read aloud at 10:00 a m .Monday, April 13. 1998, in Commissioners' Court Meeting. C. A Bidder who chooses not to submit Proposed Savings will not be disqualified for failure to submit Proposed Savings. D. Bidder shall include with the Bid a Bid Bond which is 5% of the Base Bid Amount from a bonding company acceptable to the Owner. E. Tentative date for Pre-bid Meeting is April 2, 1998, at Commissioners' Courtroom in the Kerc County Courthouse at 3:00 p.m. 4. EXAMINATION OF DOCUMENTS AND SITE OF WORK A. Bonafide general contract Bidders may secure copies of the Bidding Documents and Proposed Contract Documents in person from the office of the Amhited after Mamh 23, 1998, on the following basis: 1. One or more sets of the Project Manual, inducting Specifications, and prints of the Drawings, upon payment by cashiers check of $40 deposit per set, completely refundable if Project Manual(,s) and Drawings ~-- are returned to the Owner. postpaid. in satisfactory condition. complete as issued. with all issued addenda. suitable for use during construction within fourteen calendar days after bid opening. Otherwise, deposit will be forfeited. All deposit checks shall be payable to Kerr County, Texas. 2. If requested by Bidder, complete sets may be shipped, pre•postpaid or C.O.D., after appropriate deposit is received by Architect. Bidder assumes total responsibility for delays, if any, resulting from shipping. 3. No partial sets will be issued. 4. No Bidding Documents will be issued after April 8, 1998 at 5:00 p.m. B. Before submitting a bid, each Bidder. shall examine the Drawings carefully, shall read the Spedfications and all other proposed CoMrad Dowments, and shall visit the site of the Work. Each Bidder shall fully inform himself prior to bidding as to existing conditions and limitations under which the Work is to be perforned, and shall include in the "' bid amount a sum to cover the cost of all labor and materials necessary to perform the Work as set forth in the Bid/CoMrail Documents. The submission of a bid will be considered as condusive evidence that the Bidder has made such examination and is prepared to enter into the Agreement including any combination of items on his Bid. 5. QUALIFICATION OF BIDDER A. A Bidder in submitting a bid thereby represents that he is fully qualified, properly licensed, staffed, equipped, insured and bonded to property perform the Work in axordance with all applicable laws and local ordinances, and these Contrail Documents. B. In addition to payment of deposit for Biddirg Documents, at or before time for receiving Bidding Documents, Bidder will be required to present evidence satisfactory to Owner and Architect that he has suffident means and experience in the types of work called for to assure completion of the Contrail in a satisfactory manner if he is the _ successful Bidder. Such evidence can be in the information provided by AIA Document A305, or similar form. Bidder will be informed within seven calendar days of submission if his pre-qualification information has been found KC2 - 00100 -INSTRUCTIONS TO BIDDERS -Page 2 of 3 unacceptable. 6. WITHDRAWAL OF BIDS No Bidder may wtthdraw his bid for a period of thirty calendar days after the deadline for the receiving bids, and bids shall be subject to acceptance or rejection 6y the Owner during this period. Any Bidder whose Bid is accepted by the Owner, but who wtthdmws his Bid within said thirty days shall forted his Bid Bond. 7. AWARD OR REJECTION OF BIDS A. The Contrail, if awarded, will be awarded to the Bidder who has submitted the bid considered by the Owner to be most advantageous to the Owner, and subject to Owner's right to reject any and all bids. B. Any award which includes Proposed Savings may be made on the aggregate sum resulting from the amount of the Base Bid adjusted by the Proposed Savings accepted by the Owner. Owner reserves the right to reject any or all Proposed Savings and to waive any irregularity in the bids and the bidding. 8. EXECUTION OF AGREEMENT A. A copy of the Form of Agreement which the successful bidder will be required to execute is included in the Bidding Documents. B. The selected Bidder will be rwtified to immediately submit Certificates of Insurance, proof of bonding capabilities, and complete list of proposed subcontractors and major suppliers to Owner, including addresses, phone numbers and names of persons responsible. Prior to Owner's execution of the Agreement, the Architect will notify the Bidder '-' if, after due investigation, the Owner has a reasonable and substantial objection to any person or organization on such list. At such point, Bidder may, at his option, wtthdraw his bid without forfeiting his Bid Bond. If Bidder proposes an acceptable substitute subcontractor or supplier which increases the bid amount, the Owner may, at his option, disqualify the Bidder. C. Subcontractors proposed by Bidder and accepted by the Owner must be used on the Worts and shall not be changed except with written approval of Owner. D. Certificates of insurance, and proposed list of subcontractors and major suppliers, and required bonds shall be approved by the Owner before the Owner will sign the Agreement or before the successful Bidder may proceed with the Work. E. If Contract is awarded, Work at the site may commence upon receipt by the successful Bidder of fully executed Agreement and written Notice to Proceed. F. The Owner will require the successful Bidder to secure and post a Labor and Materials Payment Bond and Performance Bond, each in the amount of 100% of the Contract Sum, each executed by successful Bidder as °° principal, in such form and by such surety company acceptable to the Owner. 9. INTERPRETATION OF CONTRACT DOCUMENTS PRIOR TO BIDDING A. If any person submitting a bid for construction of the Work is in doubt as to the true meaning of any part of the proposed Contrail Documents, or finds any discrepancies in or omissions from any part of the proposed Contrail Documents, he may submit to the Architect a verbal or written request for interpretation thereof, not later than two "- working days before the deadline for receiving the bids. B. Interpretations may be made by the Architect orally or in writing. END OF INSTRUCTIONS TO BIDDERS file:kc200~00 ._ KC2 - 00100 -INSTRUCTIONS TO BIDDERS -Page 3 of 3 DEMOLITION OF PREVIOUS DETENTION FACILITIES -SECOND FLOOR _. KERR COUNTY COURTHOUSE ANNEX BID FORM TO: Kerr County Commissioner's Court Kerrville, Texas 1. BASE BID _ The undersigned, having examined all the proposed Contract Documents, Instructions to Bidders, General Conditions, and Addenda for the DEMOLITION AND ALTERATIONS OF PREVIOUS DETENTION rAGILITIES SECOND FLOOR KERR COUNTY COURTHOUSE ANNEX KERRVILLE TEXAS and having visited the site and examined the conditions affecting the Work, hereby proposes and agrees to furnish all labor, materials, equipment, and appliances, and to perform operations necessary to complete the Work as required by said proposed Contract Documents, for "Guaranteed Maximum Price" that basic portion of the Work identified in the Bid Documents, for sum of: DOLLARS ($ ). 2. The PERCENTAGES used to cover CONTRACTOR'S OVERHEAD AND PROFIT, over and above Cost, in determination of costs for Guaranteed Maximum Price of the Owner-Contractor Agreement and for Changes in the Work, as described in the General Conditions, Article 7, shall be as follows: e For work performed by Contractor's forces: %; For work performed by Subcontractor: %. 3. CONTRACT TIME: Bidder agrees to commence Work under this Contract on the date of written "Notice to Proceed" from Owner and to complete Work within ( )Calendar Days (90 days maximum). -~- 4. The undersigned acknowledges receipt of ADDENDA numbers: 5. Bidder is including a Bid Bond Security in the amount of (5% of above Guaranteed Maximum Price) which warrants that the Contractor shall enter into an agreement with the Owner to perform the Work of the Project. 6. The Bidder submits the following PROPOSED SAVINGS for the Owner's consideration. Should Owner accept any and/or all of the Proposed Savings, the Bidder's proposed Guaranteed Maximum Price will be reduced by the amount shown by the Bidder. (Bidder may list herein or on a separate sheet specified product or material, the proposed methods or materials to affect savings, and the proposed reduction in Contract ~.. Sum. These Proposed Savings will not affect the Guaranteed Maximum Price, but may be accepted or rejected by the Owner.) Submitted, BIDDER: BY: (Signature) (Typed or printed name and title) (Corporate Seal, if any) END OF BID FORM file:kozooato 00500 FORM OF AGREEMENT - PART1-GENERAL 1.1 DESCRIPTION A. AIA Document A111, "Standard Forrn of Agreement Between Owner and Contractor, 1987, With a Guaranteed Maximum, as modified to meet the conditions of Construction and Bidding Documents, forms ._ a part of the Contract Documents. AIA Document A111 is not bound herein but is available upon request. END OF FORM OF AGREEMENT file:kc200500 KCB- 00500 -FORM OF AGREEMfrZNY • Page 1 of 1 00600 _ BONDS _ Based upon bonding requirements as outlined in "Instructions to Bidders", required Performance and Labor and Materials Payment Bonds shall be submitted on AIA Document A311, February 1970 Edition. _ AIA Document A311 is not bound herein but is on file at the Architect's office and available upon request. Performance Bond and Labor and Materials Payment Bond shall form a part of the Contract Documents and shall be issued by a surety acceptable to Owner. The Labor and Materials Payment Bond shall comply inform and substance and in all respect with Sections 53.201 et seq of the Property Code of the State of Texas, in a penal amount of not less than the •- Contract Sum, plus normal and usual extras not to exceed fifteen percent (15%), and otherwise in accordance with said statute. FuRher, each of the bonds shall name Owner as obligee, and shall be filed of record with the County Clerk of Kerr County, Texas, before work commences. END OF BONDS file:kc200600 KC2 -BONDS 00600 -Page 1 of 1 00700 GENERAL CONDIT~Z9NS ~-- PART 1 -GENERAL 1.1 DESCRIPTION ' A. AIA Document A201 "General Conditions of the Contract for Construction" forms a part of the Contrail Documents. AIA Document A201 is not bound herein but is on file at the Architect's office and available upon request. B. AIA Document A201 is to be amended as described in Section 00800, Supplementary General -- Condition. END OF GENERAL CONDITIONS SECTION file:kc200700 KC2.00700 GENERAL COI1DITtONS -Page 1 oosoo SUPPLEMENTARY GENERAL CONDITIONS 1. The'General Conditions of the Contract for Construction', AIA Document A201, 14th Edition, 1987, Articles 1 '-" through 14 inclusive, form part of this Contract. 2. The following supplements modify, delete from or add to the General Conditions. A. All Articles, or portions thereof, which are not specifically modified, deleted or superseded hereby, remain in full effect. B. The General Conditions also may be supplemented elsewhere in the Contract Documents by provisions located in, but not necessarily limited to, Division 1 of the Specifications. 3. After Subparagraph 1.1.7, add: "1.1.8 MISCELLANEOUS DEFINITIONS 1.1.8.1 The term 'product' includes materials, systems and equipment 1.1.8.2 The term 'furnish' is used to mean supply and deliver to project site, ready for unloading, unpacking, assembly, installation, etc. 1.1.8.3 The term install' is used to describe, operations at the project site including unloading, unpacking, assembly, erecting, placing, anchodng, applying, working to dimension, finishing, curing protecting, leaning, and similar operations. 1.1.8.4 The term 'provide' includes furnishing and Installing a product complete in place, tested and accepted, unless otherwise noted. 1.1.8.5 The term 'building code and the term 'Code' refer to regulations of governmental agencies having jurisdiction. 1.1.8.6 The terms 'approved; 'required,' 'selected; 'accepted; and 'as directed' refer to and indicate the work or materials that must be required, reviewed, or accepted by the Architect acting as a trained, experienced construction professional and an agent of the Owner. 1.1.8.7 The term 'similar means in its General sense and not necessarily identical. 1.1.8.8 The terms'shown; 'indicated,"detailed,' 'noted; 'scheduled; and terms of similar import, refer to requirements contained in the Contract Documents. 1.1.8.9 The terms'shown,"indicated,"detailed,"noted; 'scheduled; 're:,' and terms of similar import, refer to the requirements of Drawings, Spedfications, Schedules, and other related documents. 1.1.8.10 The installer is the person or fine engaged to install at the project site and it is a general requirement that such installers be expert In operations they are engaged to perform." 4. Modify Para. 1.3.1 to the extent that fifteen (15) copies of the Drawings and Project Manuals will be furnished to the Contractor free of charge, and any addftional copies he requires will be furnished at the actual cost of reproduction, plus 15%. KC2 - 00800 -SUPPLEMENTARY GENERAL CONDITIONS -Page 1 of 4 5. At the end of Subparagraph 3.7.2, add the following: "Applicable public authorities include, but are not limited to, Kerr County, the State and Federal governments, Kerrville Telephone Company, Kenville Public Utility Board, the Standard Building Code, National Electric Code, and the National Plumbing Code." 6. At the end of Subparagraph 3.10.1, add the following: "Required Progress Schedule shall be submitted to the Architect within seven (7) days of Owner's Notice to Proceed, and shall be updated during construction with Architect notified of each update." 7. Subparagraph 3.16.2: Add to the end of the paragraph, the following: ", or other insurance policies." 8. Subparagraph 4.1.4: Delete in its entirety. 9. In Subparagraph 4.3.3, the time periods for asserting a Claim shall not be applicable to any claims by Owner against Contractor. 10. After Subparagraph 4.3.8.22 add: "4.3.8.3 In planning the construction schedule within the agreed Contract Time, Contractor shall anticipate the amount of adverse weather conditions which are usually encountered during the seasons of the year involved which might effect either transportation or delivery of materials or completion of the Work. Only unusual or unforeseeable delays will be considered. Extensions of Contrail Time, in and of themselves, shall not justify extra compensation to Contractor." 11. Delete Subsection 4.5 ARBITRATION in its entirety. 12. First sentence of Subparagraph 8.1.2 shall be changed to read: 'The date of the commencement of the Work is the date established in the Notice to Proceed Letter from the Owner." 13. To the end of Subparagraph 9.3.1, add: 'The form of application for payment shall be AIA Document G702, 'Application and Certificate for Payment,' supported by continuation sheets." 14. At the end of Subparagraph 9.3.2, add: "The tenns'stored' and 'suitably stored' shall mean under lock and key or otherwise reasonably secured from vandalism, damage from weather, and theft, either on site or at an akernate location which is accessible and acceptable to tha Architect for inspection." 15. After Subparagraph 9.6.6, add: .._ KC2 - 00800 -SUPPLEMENTARY GENERAL CONDITIONS -Page 2 of 4 "9.8.7 Application and Certification for Payment shall be made on AIA Form G702 with extension pages, or on a form approved by Architect." 16. At the end of Subparagraph 10.2.3, add: - "The Contmdor shall secure and pay for all security measures inGuding watchmen services, if necessary, on the site as are required to protect the interests of the Owner in the Work. - 17. To the end of Subparagraph 10.2.4, add the following: "All building materials, liquid or solid, which may be hazardous to plant or animal life, shall be removed from the site and disposed of in a safe and legal manner. If any portion of the Work or surrounding structure or site becomes contaminated with such hazardous material, Contractor shall replace such contaminated portion of the Work, surrounding structure, or site at no cost to the Owner." 18. In the first line of Subparagraph 11.1.1, following the word "maintain," insert the words: ", in a company or companies licensed to do business in Texas." ,_ 19. To Subparagraph 11.1.2, add the following: "11.1.2.1 All insurance policies shall provide that no cancellation of the policy or endorsement shall be effective until the 30th day following the mailing of the notice of cancellation to the Owner. 11.1.2.2 Certificate of Insurance shall be on a form acceptable to Owner with Contractor furnishing to Owner through Architect copies of any endorsements which are subsequently Issued amending coverage or limits. 11.1.2.3 Contractor shall pay amounts deductible if applicable. 11.1.2.4 Insurance coverage shall not be less than the following: A. Workers Compensation: Statutory B. Contractor's Public Liability: - 1. Personal injury: $500,000/$1,000,000 2. Property damage: $100,0001$200,000 C. Contractor's Contingent Liability: - 1. Personal injury: $1,000,000/$1,000,000 2. Property damage: $100,0001$200,000 - D. Automobile Public Liability: 1. Personal injury: $1,000,000/$1,000,000 2. Property damage: $100,000 each occurrence 11.1.2.5 The Contractor shall maintain Builder's Risk Insurance against the perils of fire, IigMning, windstorm, hurricane, hail, explosion, riot, commotion, smoke, aircraft, land vehicles, vandalism, and malicious mischief, in the amount of insurance equal at all times to the insurable value of the materials delivered and labor performed. The policy shall be Issued jointly in the names of the Contractor, his subcontractors, the Owner, Architect and Engineer as their interests may appear. The Policy shall have endorsements as follows: A. The insurance shall be specific as to coverage and not considered as contributing insurance with any permanent insurance maintained on the present premises. B. Loss, if any, shall be adjustable with and payable to the Owner as Trustee for Whom It May Concern:' KC2 - 00800 -SUPPLEMENTARY GENERAL CONDITIONS -Page 3 of 4 ,~, 20. After Subparagraph 11.1.3, add the following: "11.1.4 All insurers shall be subject to the acceptance by the Owner. Acceptance of insurance by the Owner shall not relieve or decrease the liability of the Contractor. __ 21. After Subparagraph 11.3.11, add the following: "11.3.12 All Contractors insurance policies shall name the Architect and the Owner as Additional insureds. END OF SUPPLEMENTARY CONDITIONS file:kc200800 KC2 - 00800 -SUPPLEMENTARY GENERAL 6®NDITIONS -Page 4 of 4 01027 APPLICATIONS FOR PAYMENT _, PART 1 -GENERAL 1.1 DESCRIPTION A. Work included: Comply with procedures described in this Section when applying for progress payment and final payment under the Contract. B. Related work: 1. Documents affecting work of this Section include, but are not necessarily limited to, General Conditions, Supplementary Conditions, other Division 1 Specification Sections, and Changes in the Work. 2. The Contract Sum and the schedule for payments are described in the Forth of Agreement. m 3. Payments upon Substantial Completion and Completion of the Work are described in the General Conditions and Supplementary Conditions of these Specifications. 4. The Architect's approval of applications for progress payment and final payment are contingent upon the Architect's approval of status of Project Record Documents as tlescrbed in Section 01720. 1.2 QUALITY ASSURANCE A. Prior to first application for payment, secure the Architect's approval of the Schedule of Values required to be submitted under Paragraph 9.2 of the General Conditions on AIA Document G702. B. During progress of the Work, modify the Schedule of Values as approved by the Architect to reflect changes in the Contract Sum due to Change Orders or other authorized modifications of the Contract. C. Base requests for payment on the approved Schedule of Values. 1.3 SUBMITTALS A. Unless otherwise directed by the Architect: r 1. Make formal submittal of request for payment by filling in the applicable data, by typewriter or neat lettering in ink, on AIA Document G702, "Application and Certificate for Payment", plus continuation sheet(s). 2. Sign and notarize the Application and Certificate for Payment. 3. Submit the original of the Application and Certificate for Payment, the continuation sheets and other pertinent data (including facsimiles of all materials invoices purchased on account of the Work, along with five identical copies of same, to the Architect. Telephonic facsimile transmittal of '~ Applications for Payment are acceptable provided that the copies are clearly legible upon receipt by Architect. 4. The Architect will, when approved, sign the Application and Certificate for Payment and distribute. 5. Owner will disburse to Contractor. END OF SECTION file:kc201027 KC2 - 01027 APPLICATIONS FOR PAYMENT -Page 1 of 1 01045 CUTTING AND PATCHING -- PART 1 -GENERAL 1.1 DESCRIPTION A. Work included: This Section establishes general requirements pertaining to cutting (including excavating), fitting and patching of the Work required to: 1. Make the several parts fit properly; 2. Uncover work to provide for installing, inspecting, or both, of ill-timed work; 3. Remove and replace work not conforning to requirements of the Contract Documents; and 4. Remove and replace defective work. B. Related work: 1. Documents affecting work of this Section include, but are not necessarily limited to, General Conditions, Supplementary Conditions, Sections in Division 1 and other Sections of these Speci- s fications. 2. In addition to other requirements specified, upon the Architect's request, uncover work to provide for inspection by the Architect, Engineer or Testing Engineer of covered work, and remove samples °' of installed materials for testing. 3. Do not cut or alter other work performed under separate contracts or existing work without the Architect's written permission. 12 QUALITY ASSURANCE °° Use adequate numbers of skilled workmen who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper pertormance of the work of this Section. 1.3 SUBMITTALS _.. A. Requests for Architect's consent: 1. Prior to cutting which effects structural safety, submit written request to the Architect for _., permission to proceed with the cutting. 2. Should conditions of the Work, or schedule, indicate a required change of materials or methods for cutting and patching, so notify the Architect and secure his written permission and the required Change Order prior to proceeding. B. Notices to the Architect: 1. Prior to cutting and patching performed pursuant to the Architect's instructions, submit cost estimate to the Architect. Secure the Architect's written approval of cost estimates and type of reimbursement before proceeding with cutting and patching. '- 2, Provide 48-hour notice to the Architect designating the time the Work will be uncovered, to provide for the Architect's observation and Owner's preparation. KC2 - 01045 CUTTING AND PATCHING -Page 1 of 2 PART2-PRODUCTS 2.1 MATERIALS ,_ A. For replacement of items removed, use materials complying with pertinent Sections of these Specifications. 2.2 PAYMENT OF COSTS A. The Owner will reimburse the Contractor only for cutting and patching performed pursuant to an approved written Change Order, after claim for such reimbursement is submitted by the Contractor and accepted by Architect. B. Perform other cutting and patching needed to cromply with the Contract Documents, including "° replacement of rejected or defective work, at no additional wst to the Owner. PART 3 -EXECUTION 3.1 SURFACE CONDITIONS - A. Inspection: 1. Inspect existing conditions, including elements subject to movement or damage during cutting, excavating, patching and backfilling. 2. After uncovering the work, inspect conditions affecting installation of new work. B. Discrepancies: s 1. If uncovered conditions are not as anticipated, immediately notify the Architect and secure needed directions. 2. Do not proceed until unsatisfactory conditions are corrected. 3.2 PREPARATION PRIOR TO CUTTING _, A. Provide required protection including, but not necessarily limited to, shoring, bracing, and support to maintain structural integrity of the Work. 3.3 PERFORMANCE A. Perform required excavating and backfilling as required under pertinent other Sections of these Specifications. 1. Perform cutting and demolition by methods which will prevent damage to other portions of the Work and provide proper surfaces to receive installation of repair and new work. "' 2. Perform fitting and adjusting of products to provide finished installation complying with the specified tolerances and finishes. 3. Fumish and install all conduits, piping, and other penetrations of finished or structural material on ~° a timely basis; pertorm no cutting and patching in finished or structural materials without Architect's approval. 4. Fumish and install sleeves, boxes and inserts where required to provide future access through -~ finish materials to avoid delays in construction schedule caused by unavoidable late delivery of materials. END OF CUTTING AND PATCHING file: kc201045 ,_ KC2 - Ot045 CUTTING AND PATCHING -Page 2 of 2 01090 REFERENCE STANDARDS PART1-GENERAL 1.1 DESCRIPTION Work included: To enable orderly reference and interpretation of standards of governing or organizations having jurisdiction, authority, or industry-wide expertise to applicable portions of tha Work, the Contractor shall become familiar, and require all those employed, to become familiar with standards applicable to their portion of the Work. 1.2 QUALITY ASSURANCE Schedule of abbreviations for technical societies, organizations, or governing entities: AAMA ARCHITECTURAL ALUMINUM MANUFACTURERS ASSN. AA ALUMINUM ASSN. AASHTO AMER. ASSOC. OF STATE HWY. & TRANSPORTATION OFFICIALS ACI AMERICAN CONCRETE INSTITUTE AGA AMERICAN GAS ASSOCIATION AIA AMERICAN INSTITUTE OF ARCHITECTS AIEE AMERICAN INSTITUTE OF ELECTRICAL ENGINEERS AISC AMERICAN INSTITUTE OF STEEL CONSTRUCTION AMCA AIR MOVING AND CONDITIONING ASSN. ANSI AMERICAN NATIONAL STANDARDS INSTITUTE APA AMERICAN PLYWOOD ASSOCIATION API AMERICAN PETROLEUM INSTITUTE ASA AMERICAN STANDARDS ASSOCIATION ASHRAE AMERICAN SOCIETY OF HEATING, REFRIGERATING AND AIR CONDITIONING ENGINEERS ASME AMERICAN SOCIETY OF MECHANICAL ENGINEERS ASTM AMERICAN SOCIETY OF TESTING MATERIALS AWI AMERICAN WOODWORKING INSTITUTE AWSC AMERICAN WELDING SOCIETY CODE AWWA AMERICAN WATER WORKS ASSN. CRI CARPET AND RUG INSTALLERS CRSI CONCRETE REINFORCING STEEL INSTITUTE CS COMMERCIAL STANDARD OF NATIONAL BUREAU OF STANDARDS CSI CONSTRUCTION SPECIFICATIONS INSTITUTE CTI CLAY TILE INSTITUTE FGMA FLAT GLASS MARKETING ASSN. FS FEDERAL SPECIFICATIONS FTI FACING TILE INSTITUTE GA GYPSUM ASSOC. IEEE INSTITUTE OF ELECTRICAL AND ELECTRONIC ENGINEERS IPCEA INSULATED POWER CABLE ENGINEERS ASSOCIATION MBMA METAL BUILDING. MANUFACTURERS ASSOCIATION NAAMM NATIONAL ASSN. OF ARCHITECTURAL METAL MANUFACTURERS NBFU NATIONAL BOARD OF FIRE UNDERWRITERS NBS NATIONAL BUREAU OF STANDARDS NEC NATIONAL ELECTRIC CODE NEMA NATIONAL ELECTRICAL MANUFACTURERS ASSN. NESC NATIONAL ELECTRICAL SAFETY CODE NFPA NATIONAL FIRE PROTECTION ASSN or NATIONAL FOREST PRODUCTS ASSN. NATIONAL DESIGN SPECIFICATION FOR STRESS GRADE LUMBER NSPE NATIONAL SOCIETY OF PROFESSIONAL ENGINEERS OSHA OCCUPATIONAL SAFETY AND HEALTH ADMINISTRATION SDI STEEL DECK INSTITUTE SBCCI STANDARD BUILDING CODE KC2 - 01090 -REFERENCE STANDARDS -Page 1 of 8 SSPC STEEL STRUCTURES PAINTING COUNCIL _ TCA TILE COUNCIL OF AMERICA, iNC. UBC UNIFORM BUILDING CODE UL UNDERWRITERS' LABORATORIES, INC. UPC UNIFORM PLUMBING CODE '° Also refer to Specifications Divisions 15 and 16. 1.3 LEGEND OF ABBREVIATIONS, GENERAL NOTES, AND REFERENCES _ All references are specific to Architectural Drawings, but are generally applicable to all Drawings DIVISION 1 -GENERAL REQUIREMENTS ABN ABANDON -Leave in place; disconnect any service and cap according to Code and direction of Architect. ABV ABOVE - Higherthan the plane pictured. A/C AIR CONDITIONER, -ING - Re: MECH. ADH ADHERE with glue or adhesive recommended by MFR. ADJ ADJUSTABLE AFF ABOVE FINISH FLOOR -from finish floor to center of item. ALT ALTERNATE, -ATING ALW ALLOWANCE APPL APPLY,-(CABLE APRV APPROVED, -VAL: Shall be by Architect, except as noted. APX APPROXIMATE, -LY ARCH ARCHITECT, -URAL ASY ASSEMBLY s @ AT BKT BRACKET BLO BELOW or HIDDEN B/O BY OTHERS or BY OWNER - Furnished by Owner or others. BOT BOTTOM BRKR BREAKER-Re:ELEC. BTUH BRITISH THERMAL UNITS/H R. - Re: MECH. ._ BTW BETWEEN BZ BRONZE CB CIRCUIT BREAKER-Re:ELEC. CCT CIRCUIT - Re: ELEC. '- CDT CONDUIT - Re: ELEC. CEN CENTER CFM CUBIC FEET PER MINUTE - Re: MECH. ._ CI CAST IRON , C CENTERLINE CNR CORNER CNT CONTRACT -Contract Documents: Agreement, Change Orders, Construction Drawings, Project Manual, Specifications, Amendments, and Addenda as identified in the Agreement. CNTL CONTROLS - Re: MECH. CNTR CONTRACTOR - Re: General Conditions. d- CO CLEANOUT - Re: PLBG. COL COLUMN COM COMPRESSOR; COMPRESSION COMB COMBINE, -ATION COMM COMMERCIAL COND CONDENSER-Re:MECH. CONN CONNECTION CONST CONSTRUCTION CONT CONTINUOUS CORR CORRUGATED COT CONVENIENCE OUTLETS - Re; ELEC. CSMP CONTRACTOR'S STANDARD METHODS, MATERIALS, AND/OR PROCEDURES KC2 - 01090 -REFERENCE STANDARDS -Page 2 of 8 CU COPPER-Re:MEP. CVR COVER,-ING CW COLD WATER - Re:PLBG. d,° DEGREES -Bearing. DEMO DEMOLITION DIA, DIAMETER DIM DIMENSION DIR DIRECTION DIST DISTRIBUTION DN DOWN DP DEEP, DEPTH DRN DRAIN - Re: PLBG. DRV DRIVE -Existing; not in Contract. E EAST EA EACH EF(#) EXHAUST FAN - Re: MEP. EL ELEVATION (GRADE) ELEC ELECTRIC - Re: Electrical Sections of Specifications and Drawings. ELEV ELEVATION (DRAWING) ENG ENGINEER, -ING ENT ENTRANCE, ENTRY EO EQUAL EQP EQUIPMENT EW EACH WAY EX EXISTING -Verify existing configuration. EXH EXHAUST-Re:MEP. EXP EXPANSION EXPS EXPOSED EXT EXTERIOR FCU FAN COIL UNIT -Existing. Re: MEP, HVAC. FD FLOOR DRAIN - Re: PLBG. FF FINISH FLOOR FG FIBERGLASS - Re: INSL and PLBG. FIN FINISH FL FLOOR F FLOW LINE FLR FLUORESCENT - Re: ELEC. FOC FACE OF CONCRETE FOS FACE OF STUD -Not used. FRT FRONT FS FULL-SIZE -Scale. FT; FOOT FUT FUTURE FXT FIXTURES - Re: MEP. GA GAGE GAL GALLON GFI GROUND FAULT CIRCUIT INTERRUPTER - Re: ELEC. GR GRADE - Lumber or Elevation. GRD GROUND -Electrical or grade. HDY HEAVY DUTY HNRL HANDRAIL HOR HORIZONTAL HP HORSEPOWER HSG HOUSING HST HIGH STRENGTH HT HEIGHT HTR HEATER-Re:MECH. HW HOT WATER - Re: PLBG. KC2 - 01090 -REFERENCE STANDARDS -Page 3 of 8 ID INSIDE DIAMETER IN," INCHES INCL INCLUDES INST INSTALL INT INTERIOR INTM INTERMEDIATE J JUNCTION BOX - RE: ELEC. KIT KITCHEN KO KNOCKOUT OR REMV lAV LAVATORY (OR L) - Re: PLBG. LB,# POUND LOC LOCATION LT LIGHT - Re: ELEC. MAX MAXIMUM MECH MECHANICAL (OR M) - Re: Mechanical Sections of Specifications and Drawings. MEP MECH,ELEC,PLBG. MFR MANUFACTURER -Adhere completely to MFR recommendation; if not possible or advisable, notify Arch. MIN MINIMUM MANL MANUAL MO MASONRY OPENING MTD MOUNTED MTL MATERIAL N NORTH NA NOT APPLICABLE NE NORTHEAST NEO NEOPRENE NIC NOT IN CONTRACT NO,# NUMBER NTS NOT TO SCALE - Schematic or drawn not to scale. NW NORTHWEST OBL OBLIQUE - 45 degree unless noted otherwise. OBSC OBSCURE OC ON CENTER OCEF ON CENTER EACH FACE OCEW ON CENTER EACH WAY OD OUTSIDE DIAMETER OH OVERHEAD, OVERHANG -Above or rises above. OPR OPERATIVE, -ABLE, -ING OPG OPENING OPP OPPOSITE OS OUTSIDE P PLUMBING FIXTURE-Re:PLBG. P8M PATCH & MATCH -with approved patching materials make damaged surfaces reasonably unnoticeable. PART PARTITION - Re: FRMG. PB PUSHBUTTON - Re: ELEC. PC(S) PIECE(S) P PROPERTY LINE PLBG PLUMBING - Re: Plumbing Sections of Specifications and Drawings. Re: MEP. PNL PANEL - Re: ACC & ELEC. POL POLISHED PORC PORCELAIN - Re: MEP. PRO PROTECT PROP PROPERTY,-IES PSI POUNDS PER SQUARE INCH PT POINT PVC POLY VINYL CHLORIDE R RADIUS R RISERS KC2 - 01090 -REFERENCE STANDARDS -Page 4 of 8 RA RETURN AIR - Re: MECH. RAD RADIUS, or R. RD ROUND RE: REFER TO REC RECEPTACLE-Re:ELEC. RECD RECESSED REFN REFINISH - To match existing as applicable. REG REGISTER-RE:MECH. RELC RELOCATE REMV REMOVE, -ABLE -Completely and legally take from site or salvage, pay all expenses for final disposal of all scrap demolished materials. Exception: all major fixtures, doors, windows, appliances, harclware,'and other mechanical and electrical equipment shall be delivered to Owner's designated place on site. REPL REPLACE REO REQUIRE, -ED RET RETAIN, -ING RLG RAILING - Re. HNRL. RT RIGHT RTN RETURN RU REUSE -Only materials designated or approved by Architect, to be reused after demolition or dismantling. S SOUTH SAL SMOKE ALARM - NA SCH SCHEDULE SCR SECURE, -ITY - NA. SE SOUTHEAST SEC SECTION -Example: 3A4 RE: Detail or Drawing number 3 on sheet A4. SF SQ.FOOT (FEET, FOOTAGE) SHR SHOWER SIM SIMILAR SK SINK-Re: PLBG, KIT. SPEC SPECIFICATIONS - As contained in Contract Documents or asecommended by MFR, whichever requirements are more stringent. SQ SQUARE STAB STABILIZED STD STANDARD STGD STAGGERED -Irregular, alternating pattern. STO STORAGE STR STRUCTURE, -AL. SURF SURFACE SUSP SUSPENDED SW SOUTHWEST . $ SWITCH - Re: ELEC. T THERMOSTAT-Re:MECH. T8B TOP AND BOTTOM TEL TELEPHONE - Re: ELEC. TEM TEMPORARY TERM TERMINAL - RE: MEP THK THICK THW THERMAL WIRING - Re: ELEC. TMX TO MATCH EXISTING -materials adjacent or designated. TOB TOP OF BEAM TR TREAD TRK TRACK TYP TYPICAL UC UNDER CABINET UFL UNDERFLOOR-Re:MEP. UG UNDERGROUND-Re:MEP. UNF UNFINISHED - Do not prepare, finish, paint or modify . V VERIFY -Verify existing materiels, wnditions, end dimensions to enable the advisability for re-use of existing KC2 - 01090 -REFERENCE STANDARDS -Page 5 of 8 configurations, equipment, and construction. Report to the Architect any variances actual conditions found from that indicated in the Contrail Documents. VERT VERTICAL VTR VENT THRU ROOF - Re: MECH. VTW VENT THRU WALL - Re: MECH. W WEST W/ WITH WC WATER CLOSET - Re: PLBG. WH WATER HEATER - Re: PLBG. WID WIDTH, WIDE W/O WITHOUT WT WEIGHT WTR WATER DIVISION 2 - SITEWORK .... LS LANDSCAPE, -ING -Protect existing. DIVISION 3 -CONCRETE CJ CONTROL JOINT '- CONC CONCRETE -Placement or for repair or for any damage to existing by this Work. 3,OOOpsi in 28 days, curing by compound or water, as approved by ARCH, mechanical vibration required. DWL DOWEL - (for patching} #4 reinforcing min., embedded in new concrete or set 4" min. in epoxy grout into existing concrete or extended from concrete for future placements of concrete or masonry. EJ EXPANSION JOINT - As required for patching of existing concrete, shall be 3/4" wide and 1/2" deep with Sonofoam backer rod and Sonnebom SL1 or SL2 sealant. FND FOUNDATION -Existing. GRT GROUT -For patching, Portland cement, sand, water mixture of 2,000 psi. GRTS GROUT STRUCTURAL -For patching, Master 713, non-shrinking, developing 2400 PSI in 2 days and 7,000 PSI in 28 days. GRVL GRAVEL NS NON-SHRINK - Re: GRTS REIN REINFORCED,-CING-Re:DWL. TRWL TROWEL WWM WELDED WIRE MESH - If required for patching; comply with ASTM 185 6x6/6"x6" flat sheets or rolls if completely straightened. DIVISION4-MASONRY BLK BLOCK CMU CONCRETE MASONRY UNITS -Reinforced with truss-type, 9 gage, galvanized, if required for patching. Y MAS MASONRY -Existing CMU, face brick, and precast concrete: patch and. match any damaged during construction. VNR VENEER DIVISION 5 -METALS ACC ACCESS PANEL OR DOOR AL ALUMINUM ANCH ANCHOR -Provide appropriately sized lag bolts or screws (#10 min.) in wood, inserts or toggle fasteners in masonry. C CHANNEL MAB MACHINE (screws, bolts): Cadmium plated with Phillips or hex heads, nuts. MET METAL -Corrosion resistant material of Contractors choice, unless specified. PL PLATE SSTL STAINLESS STEEL - 26 GA minimum. STL STEEL -Minimum thickness 1/8" or as othervvise specified. DIVISION 6 -WOOD 8 PLASTICS BD BOARD BLK BLOCK KC2 - 01090 -REFERENCE STANDARDS -Page 6 of 8 BLKG BLOCKING - #2 SYP shall be provided as required to provide back-up and fastening. Blocking shall be fire retardant where required by Code. BM BEAM -Existing, BRC BRACE, -ING CAB CABINET CSK COUNTERSUNK with head 1/16" below surface of material, SLT cover exterior fasteners, CLK odT compound interior. CTR COUNTER-NA. ,,, DKG DECKING - If applicable. Unexposed decking shall ba 3/4" (or as otherwise designated) exterior grade DFPA PW, with joint clips. FR FRAME FRG FURRING "° FRMG FRAMING - If required, fire retardant treated #1SYP S4S, 15% KD, fb=1100 psi, E= 1,600,000 or Metal Framing: USG references, use only one manufacturer throughout. Steel studs: 358ST20; steel runners: 3580CR20; metal furring channel (718"), except as noted otherwise. Studs and furring channels spaced 16" .~ o.c. maximum, except as noted, GR GRADE KD KILN-DRIED - 15% maximum moisture content. LBR LUMBER - Re: FRMG, WD. ~~ PBD PARTICLE BOARD PLS PLASTIC - Re: MEP PLYE POLYETHYLENE - 10 mil unless noted otherwise, if applicable. --- PW PLYWOOD - 3/4" CDX or as indicated for exterior applications. Re: DKG,PTD. PWR POWDER activated fasteners, P&M damaged concrete with GRTS. SYP SOUTHERN YELLOW PINE - Re: FRMG, TRD TREATED -High-pressure treated #1 SYP, Fire Retardant Treated, 15% maximum moisture content. WD WOOD - Re: LBR, FRMG, PTD, PW, TRD. DIVISION 7-THERMAL & MOISTURE PROTECTION -'- BROD BACKER ROD - Re: SLT. CFLA COUNTERFLASHING - Re:FLA. CLK CAULK - If applicable, NP1 off-white or paintable premium latex/silicone caulk. Re: PTD. DMPF DAMPPROOFING DS DOWNSPOUT - Re: PLBG. FG FIBERGLASS - Re: INSL and PLBG. FLA FLASHING -Metal fbshing shall be a minimum of .032" AL or 26 ga. GI, G-90 coating ASTM A93, to match °" adjacent existing malarial in shape and color. GI GLV. IRON or SHEET METAL - 26 GA minimum and RE: MECH, GLV, RFG, FLA. GLV GALVANIZED - G90 unless otherwise approved by Arch, INSL INSULATE, -ED, -ION -None required, except as an exact replacement for any damaged as a result of this construction. JT JOINT MEM MEMBRANE ~-' RFG ROOFING -Use wmpatible materials to match existing, for temporary waterproofing, and any damage to existing by this Work; apply per MFR instructions. SLT SEALANT -Where applicable, apply per MFR instructions at exterior metal, wood, and masonry joints: Sonnebom, Sonolastic NP1 oft white (or color to match adjacent materials), as required, Sonofoam backrod, sealant applied no deeper than width of joint. No silicone sealant shall be used without Architect's specific acceptance. SMET SHEET METAL - Re: FLA, GI, MEP. VBAR VAPOR BARRIER - 10 mil PLYE unless noted othewise, if applicable. WAP WATERPROOF,-ING -Completely capable of withstanding draining, shedding, condensing, driving, or standing moisture. •- WP WEATHERPROOF -Shall shed driving or condensing moisture, but not necessarily be waterproof. DIVISION 8 -DOORS & WINDOWS _ CLS CLOSER DR DOOR - (If applicable) Temporary doors constructed of 3/4" plywood. KC2 - 01090 -REFERENCE STANDARDS -Page 7 of 8 FAST FASTENER-Re:ANCH. FR FRAME FXD FIXED -Non-operable glass or panels. GL GLASS HD HEAD -Door, window, wall. HDW HARDWARE JB JAMB -Door, window, wall. STP STOP, -PED - Re: HDW. TEMP TEMPERED THRS THRESHOLD WDW WINDOW WS WEATHERSTRIP, -PING -All exterior passage doors; all WS must be adjusted to be weather-tight and sealed with SLT if directed by Architect. DIVISION 9 -FINISHES ACS ACOUSTICAL CLG CEILING - Re: ACS, GB, FRG. CLK CAULK - If applicable, interior joints shall be sealed with NPt off-white or paintable premiuiletex/silicone caulk. CTG COATING(S) -Colors selected by Arch. Re: PTD. GB GYPSUM BOARD (T&Fj If required for patching, 5!8" or match existing on walls and tailings {where exposed), USG SW or Firecode, in lengths for minimum joints. Trim per MFR standard of galvanized steel (where ex- posed): J-mold, comer beads, casing beads, metal tape, and edge beads. Screws 1-1l4" (min.) at 12" OC or MFR recommendation. Tape and float all GB whether textured and painted or not. Light stipple texture (where painted) to match existing walls. Re: FRMG, BLKG, PTD, GBP, T&F. GBP GYPSUM BOARD PAINTED - Re: PTD, GB, TEXT. PTBL PRINTABLE -Material which will readily accept coatings (with MFR instructions for preparation/priming), PTD PAINTED - If required, highest quality premium coatings manufactured by Devoe, Tnemec, Sherwin-Williams, Benjamin Moore, Coronado, or Olympic; colors selected by Architect; Shervvin-Williams(SW) Super Paint(SP), unless otherwise noted: EXT S4S WOOD - P(Preparation): SW23; (Coat)1: SWA100 Alkyd primer; (Coats) 2,3:SW SP Satin, if required. EXT MET - P:SW14,15; (spray) 1: Tnemec 10-99 orfactory primer; 2, 3: SW SP Satin, if required. EXT GI - P:SW10; (spray) 1: SW Galvite; 2, 3: SW SP Satin (for on-site touch-up, if needed). INT FERROUS - P:SW14,15; 1:SW KEMK ; 2,3:SW Satin. INT WOOD - P:SW24; 1:SW Lacquer Undercoat; 2,3:SW SP Satin. GBP, PLASTER - P:SW11; 1:SW PROM200 latex Undercoat; 2,3:SW SP Satin. Prime surfaces as 2quired for sealants and caulk; apply NP1 SLT; CLK prior to painting (allow MFR curing time) around doors, windows, and other openings. SLD SEALED - Re: PTD. TEXT TEXTURED-Re:G6 T&F TAPED AND FLOATED -per MFR recommendations. Re: GBP, PTD. W!R WATER RESISTANT - RE: GB. DIVISION 10 -SPECIALTIES DIVISION 11 -EQUIPMENT DIVISION 12 -FURNISHINGS DIVISION 13 -SPECIAL CONSTRUCTION DIVISION 14-FURNISHINGS DIVISION 15 -MECHANICAL - Re: Drawings DIVISION 16 -ELECTRICAL - Re: Drawings END OF REFERENCE STANDARDS file:kc201090 KC2 - 01090 -REFERENCE STANDARDS -Page 8 of 8 01340 _ PRODUCT OPTIONS 1.1 SCOPE During Bidding and Construction, materials and procedures required by the Contract Documents may be revised, when properly documented and approved, per the following requirements. 1.2 GENERAL DEFINITIONS: A. "Products" are items purchased for incorporation into the Work. B. "Materials" are products which must be substantially cut, shaped, worked, mixed, finished, refined or otherwise fabricated, processed, installed or applied to form units of work. C. "Equipment" is a products with operational parts, including products with service connections. °' D. "Changes" are revisions to Contract Documents where requested by Owner or Contractor. E. "Substitutions" are Contractor's requests, made after Agreement date, for changes in products, materials, and methods of construction required by the Contract Documents and are subject to requirements hereof. F. "Furnish" is for any party of the Contract to dispense (free of additional cost, beyond the contracted amounts, to a receiving party) products, materials, or equipment for the purposes of the second °- party to use, install or othervvise dispose, relative to the execution of the Work. G. "Install" is for any party of Contract to physically attach or otherwise incorporate into the Work of Project (free of additional cost to the Owner) any products, materials, or equipment. -- H. "Provide" means for the Contractor (or specified party) to furnish and install. ._ 2.1 ALTERNATES Altemates are alternative products, materials, equipment or systems for the Work, which may, at Owner's option, and under terms established by the Instructions to Bidders, be selected and recorded in the Agreement to either supplement or displace corresponding basic requirements of the Contract Documents. Alternates may or may not substantially change scope and general character of the Work, and must not be ,_ confused with "Allowances", "Unit Prices", "Change Orciers", "Substitutions", "Proposed Savings" and other similar provisions. 2.2 Schedule of Altemates: Alternate A: Not used. 3.1 UNIT PRICES '- The Unit Prices as included in the Agreement, or as subsequently submitted to and accepted approved by the Owner, shat! be applicable throughout Contract Time, should the Owner elect to have such Wor1c performed. A Change Order will be executed to reflect the change in Contract Sum and/or Contract Time, °- based upon fhe final measure or count of work-in-place, including reasonable margins for applicable cutting losses, tolerances, mixing wastes, product imperfections and similar margins. A. Unif Price: Not used. 4.1 ALLOWANCES as further defined in the Drawings, specifications, and Instructions to Bidders: KC2 - 01340 -PRODUCT OPTIONS -PAGE 1 of 2 A. Not used. 5.1 PROPOSED SAVINGS A. The Contract is based on the standards of quality established in the Contract Documents. Contractor's Proposed Savings to the Owner prior to Contract Date are considered when listed at the time of bidding and when substantiated by the Bidder's submittal of required data on Proposed Savings prior to award of Contract. B. Base Bid will be submitted using only items specified. Owner encourages Bidders to seek out alternative materials, manufacturers, and/or procedures which will reflect a Savings in cost to the Owner and meet or better the quality and appearance standards of the specific item or procedure. These Proposed Savings are to be listed very generally on the Contractor's bid form. Itemized Proposed Savings °° will be reviewed and the Bid most advantageous to the Owner will be decided. The exception to this will be for those items which are unavailable, discontinued or unobtainable in quantities or configurations indicated. C. It is not the intention to discriminate against any product of similar quality, which will perform as well as the material or method specified. It is rather the intention that the specific material or method is of an established quality for the particular application; however, alternate materials and methods may be offered as Proposed Savings. 3.1 SUBSTITUTIONS i A. During construction, any requested changes in products, materials, and methods of construction ("Substitutions") required by Contract Documents shall be in accordance with requirements herein. B. Conditions: During construction, substitution requests will be considered when extensive revisions to Contract Documents are not required; when timely, fully documented and properly submitted, and when Architect judges one or more of following conditions is satisfied: ° 1. Where request is directly related to a material, product or procedure of same quality to that specified. 2. Where required products, material or method cannot be provided within Contract Time through no fault of Contractor. 3.Where required product, material or method cannot be: provided in a manner compatible with other materials of the Work, properly coordinated therewith, warranted as required, used without adversely affecting Owner's insurance coverage on completed work, used because of other substantial noncompliance. 4.Where required product, material or method cannot receive approval of a governing authority. 5.Where substantial advantage is offered Owner in terms of cost, time or other valuable considerations. -° C. Provide Contractor's detailed comparison of qualities between specified item and proposed substitution, effect on Contract Time, cost information, and statement that item proposed is equal to or better than work originally indicated. END OF PRODUCT OPTIONS SECTION KC2 - 01340 -PRODUCT OPTIONS -PAGE 2 of 2 01500 TEMPORARY FACILITIES, CONTROLS, COORDINATION PART1-GENERAL 1.1 TEMPORARY FACILITIES A. Contractor shall utilize existing utilities to the building and install all temporary utilities used to perform Work. The Owner shall pay for utility cost during construction. Contractor may use the existing water supply and telephone system in a manner which the Owner expressly approves. B. Contractor may use existing toilet facilities and maintain them in clean condition. C. The Contractor shall allow no signs to be erected except as approved by the Owner. 1.2 CONTROLS A. Provide and maintain all scaffolds, tarpaulins, canopies, fencing, warning signs, steps, platforms, and other temporary construction necessary for safe completion of the Work. B. Provide security for the immediate area to prevent entry onto the Work by unauthorized persons and to facilitate secure storage for stored materials. Owner will provide normal building security and fire alarm services. r C. Provide adequate protection for installed work during construction to ensure Work will be delivered to Owner in unblemished condition. D. Provide and maintain fire extinguishers and other necessary fire protection equipment; post fire department and emergency medical assistance call numbers. 1.3 COORDINATION A. Contractor shall coordinate with subcontractors' requirements for property access, employee parking, storage areas, waste disposal procedures, and limits of on-site operations. B. Contractor shall coordinate transportation and delivery of materials to the areas of the Work, assuring that no property is damaged in the process. C. Contractor shall coordinate taking his own measurements of existing conditions, verifying same with drawings, and shall be responsible for layout and fit of completed work. END OF TEMPORARY FACILITIES, CONTROLS, COORDINATION SECTION flle:kc201500 KC2 - 01500 -TEMPORARY FACILITIES, CONTROLS, COORDINATION -Page 1 of 1 01700 CONTRACT CLOSEOUT PART 1 -GENERAL 1.1 DESCRIPTION A. Work inGuded: Provide an orderly and efficient transfer of completed Work to Owner. 1.2 QUALITY ASSURANCE A. Prior to requesting final inspection by Architect, assure that the Work is completed in accordance with Contract ® Documents. 1.3 PROCEDURES A. Final Completion: "' 1. Complete start-up testing of systems; discontinue or change over and remove temporary facilities and services, along with construction tools and facilities and similar elements. 2. Complete final cleaning up requirements as outlined in Section 01710, including touch-up of marred surfaces; 3. Prepare and submit written notice required by Paragraph 9.8.2 and 9.9.1 of General Conditions; 4. Architect will make inspection to verify status of completion; 5. Should Architect determine that the Work is incomplete or defective: a. Architect will so notify Contractor in writing, listing incomplete or defective Work. b. Remedy deficiencies and notify Architect when ready for reinspedion. c. In the event more than two re-inspections of the same incomplete or defective Work are re- ._ quested of Architect, Owner shall be reimbursed by Contractor for time expended in accordance with provisions of Article 12 of General Conditions. _ 6. When Architect determines that the Work is acceptable under Contract Documents, he will request Contractor to make closeout submittals. B. Closeout submittals indude, but are not limited to: - 1. Project Record Documents, described in Sedion 01720; 2. Operation and Maintenance data for items so listed in these Specifications, and for others requested by Architect; - 3. Warrenties and bonds; 4. All keys and keying schedule; 5. Spare parts and materials extra stock; 6. Evidence of compliance with requirements of government agenaes having jurisdiction; - 7. Certificates of Insurance for Products and Completed Operations, showing that R will be maintained for a minimum period of two years after Final Payment and Owner will be notified on an annual basis by Contractor that such coverage exists during this period; 8. Evidence of payment and releases of lien; 9. List of subcontractors, service organizations, and principal vendors, inducting names, addresses, and telephone numbers; 10. Consent of surety; 11. Notice to owner of pending insurance change-over, 12. Final accounting including Change Order requests, final detailed costs (if applipble) and Bonus and Liquidated Damages statement (if applicable according to Agreement) and any other adjustments to Contrail Sum. 1.4 FINAL ACCEPTANCE A. Upon Owner's final acceptance of the Work, arrange to have any temporary utilities discontinued and/or '~ restored to Owner's full use. B. Instruct Owner's personnel in proper operat'ron and maintenance of systems, equipment and similar items - which were provided as part of the Work. END OF CONTRACT CLOSEOUT SECTION file:kc201700 KC2 - 01700 -CONTRACT CLO§EOUT -Page 1 of 1 01710 CLEANING PART1-GENERAL 1.1 DESCRIPTION A. Work included: Throughout the construction period, maintain the portions of building and site directly affected as ,_ a result of this Work in a standard of cleanliness as described in this Section. B. Related work: 1. In addition to standards described in this Section, comply with requirements for cleaning as described in pertinent other Sections of these Specifications. 1.2 QUALITY ASSURANCE A. Conduct daily inspection, and more often if necessary, to verify that requirements for cleanliness are being met. B. In addition to standards described in this Section, comply with pertinent requirements of governmental agencies having jurisdiction. PART2-PRODUCTS 2.1 CLEANING MATERIALS AND EQUIPMENT W A. Provide required personnel, equipment, and materials needed to maintain specifed standard of cleanliness. 2.2 COMPATIBILITY -° A. Use only cleaning materials and equipment which are compatible with surfaces being cleaned, as recommended by manufacturer of cleaning materials and materials being cleaned. PART3-EXECUTION 3.1 PROGRESS CLEANING ' A. General: 1. Retain stored items in an orderly arrangement, allowing maximum access, not impeding traffic or dreinage, and providing required protection of materials. 2. Do not allow accumulation of scrap, debris, waste materials, and other items not required for construction of this Work. 3. At least twice each month, and more often if necessary, completely remove all scrap, debris, and waste material from job site. 4. Provide adequate storage for all items awaiting removal from job site, observing requirements for fre protection and protection of the ecology. B. Site: 1. Daily, and more often if necessary, inspect site and pick up all scrap, debris, and waste material caused by this Work. Remove such items to place designated for their storage until removal. 2. Weekly, and more often if necessary, inspect all arrangements of materials stored on site. Restack, tidy, or otherwise service arrangements to meet requirements of Subparagraph 3.1.A.1 above. 3. Maintain site in a neat and orderly condition at all times. 4. Do not permit debris to tolled outside of building, but transfer immediately from inside building to •- disposal area off-site or maintain adequate size container, which shall be emptied weekly or when 3/4 full, whichever comes first. C. Structures: _. 1. Daily, inspect structures and pick up all scrap, debris, and waste materials caused by She Work. Remove KC2 - 01710 -CLEANING -Page 1 of 2 such items to place designated for their storage until removal. 2. Weekly, and more often if necessary, sweep interior spaces clean; "clean" for purposes of this subparagraph, shall be interpreted as meaning free from dust and other material capable of being removed by use of reasonable effort and ahand-held broom. 3. As required preparatory to installation of succeeding materials, clean structures or pertinent portions thereof to degree of cleanliness recommended by manufacturer of succeeding material, using equipment and materials required to achieve necessary cleanliness. 4. Following installation of finish floor materials, clean finish floor daily (and more often if necessary) at all ,_„ times while work is being performed in space in which finish materials are installed; "clean' for purpose of this subparagraph, shall be interpreted as meaning free from foreign material which, in the opinion of Archi- tect, may ba injurious to finish floor material. 3.2 FINAL CLEANING A. "Clean" for purpose of this Article, and except as may be specifically provided otherwise, shall be interpreted as meaning level of cleanliness generally provided by skilled cleaners using commercial quality building maintenance ..- equipment and materials. B. Priorto completion of the Work, remove from job site all tools, surplus materials, equipment, scrap, debris, and waste. Conduct final progress cleaning as described in Article 3.1 above. C. Perform the following to the site: 1. Unless otherwise specifically directed by Architect, broom clean paved areas on site and public paved areas adjacent to site if affected by the Work. 2. Completely remove resultant debris. D. Perform the following to the Structures: 1. Exterior portions affected by this Work: a. Visually inspect exterior surfaces and remove with mild cleaners and soft brushes or rags, all traces of soil, waste materials, smudges, and other foreign matter caused as a result of this Work. -- b. Remove all traces of splashed materials from adjacent surfaces. c. In event of stubborn stains not removable with water and mild cleaners, receive Architect's acceptance of any more harsh or abrasive cleaning methods. 2. Interior (all interior Work shall be considered as affected by this Work): a. Visually inspect interior surfaces and remove all traces of soil, waste materials, smudges and otherforeign matter. b. Remove all traces of splashed material from adjacent surfaces. c. Remove paint drippings, spots, stains, and dirt from finished surfaces. 3. Glass: Clean all, inside and out. 4. Polished surfaces: To surfaces requiring routine application of buffed polish, apply polish recommended ,_ by manufacturer of material being polished. E. Schedule fnal cleaning as accepted by Architect to enable Owner to receive completely clean Work. 3.3 CLEANING DURING OWNER'S OCCUPANCY A. Should Owner occupy the Work or any portion thereof prior to completion by Contractor and final acceptance by Owner, responsibilities for interim and final cleaning shall ba as determined by Architect in accordance with General Conditions of the Contract. END OF SECTION file:kc20t710 KC2 - 01710 -CLEANING -Page 2 of 2 01720 RECORD DOCUMENTS PART1-GENERAL 1.1 WORK INCLUDED: A. Throughout progress of Work, maintain an accurate rewrd of changes in the Job Set (temporary Record Doc- uments) of Contract Documents. "- B. Upon completion of the Work, provide the complete Job Set to Architect for transfer of revisions in Contract Documents to a sef of Final Record Documents which are the Owner's permanent record copies. M 1.2 ACCURACY OF RECORDS: A. Thoroughly coordinate changes, making adequate and proper entries on Specifications, Drawings and other documents to accurately indicate modifications to the requirements of the Contract Documents. 8. Entries shall be adequately accurate, in order that future search for items shown in the Contract Documents may rely on data obtained from the approved Project Record Documents. C. In the event of loss of recorded data, use means necessary to again secure the data necessary. 1.3 PROCEDURES A. Promptly following issuance of the Owner's Notice to Proceed, secure from the Owner at no charge to the Contractor one complete set of all Documents comprising the Contrail. Keep this Job Set at the site and do not use it for any purpose except entry of new data and for review by the Architect. B. Maintain the Job Set of Record Documents completely protected from deterioration, loss, and damage until _ completion of the Work. C. Making entries on Drawings: 1. Using erasable colored pencil (not permanent ink), clearly describe the change by graphic line and note. 2. Date all entries and state 6y whom authorized. 3. Call attention to the entry by a "cloud" drawn around the area(s) affected. Show, by symbol or note, the vertical location of the item ("under slab","in ceiling plenum",etc). r D. Final Record Documents: At a time nearing the completion of the Work, and priorto submitting request for final payment, provide to Architect the completely and carefully marked Job Set for the Architect to transfer date shown on the Job Set of Record Drawings to the corresponding Final Set of Record Document Drawings. END OF RECORD DOCUMENTS SECTION .m file:kc201720 KC2 - 01720 -RECORD DOCUW~ENTS -Page 1 of 1 01740 WARRANTIES (GUARANTEES) PART1-GENERAL 1.1 CATEGORIES OF SPECIFIC WARRANTIES A. Warranties on the Work are required, unless unavailable, in several categories, including: roofing, siding, electrical components, mechanical components, plumbing and accessory components, and equipment. 8. Project Warranty (Guarantee): A warranty specifically written and signed by the Contractor for all the Work and, where required, countersigned by affected subcontractor, installer, manufacturer, or other entity engaged by Contractor. C. Specified Product Warranty: A warranty which is required by Contract Documents, to be provided for a manufactured product incorporated into the Work, regardless of whether manufacturer has published warranty without regard for specific incorporation of product into the work, or has written and executed warranty as a direct result of Contract Document requirements. D. Coincidental Product Warranty: A warranty which is not specifically required by Contract Documents, (otherthan as specified in this Section), but which is available on a product incorporated into the Work, by virtue of the fact that the manufacturer of product has published warranty in connection with purchases and uses of product without regard for specific applications except as otherwise limited by terms of warranty. E. Warranty period shall begin on date of Final Completion and continue for one year, unless specific product warranties, special project warranties, or coincidental product warranties indicate otherwise, in which case, warranty shall continue for the longer period. `~ 1.2 REINSTATEMENT OF WARRANTY PERIOD A. Except as otherwise indicated, when Work covered by a special Project Warranty or Product Warranty has failed - and has been corrected by replacement or restoration, reinstate Warrantyforthe following time period, starting on date of acceptance of replaced or restored work for period of lima ending upon date original Warranty would have expired if there had been no failure. END OF SECTION file:kc201740 KC2 - 01740 - WARRANTIES -Page 1 of 1 ozo~s DEMOL1TfON 1.1 DESCRIPTION A. Work included: Complete minor demolition work for remodeling as shown on the Drawings, Specifications, and as specified herein. B. Secure and pay for all necessary permits or certificates required to complete the Work specified; make ,,_ any and all required notifications and comply with all applicable Federal, State and local laws and ordi- nances. 2.1 PROTECTION A. Provide protection necessary to prevent damage to existing improvements indicated to remain and ` personal property of the Owner. B. Execute in an orderly and careful manner; barricade and cover as necessary to protect pedestrians, "° workmen, public, visitors, and protect any existing active service lines, indicated or not. C. Repair and make good any damage to adjoining improvements or properties caused by operations, °- including any damage or loss to adjoining property owners, whether to buildings, fences, vegetation, stock, and the like. 3.1 EXECUTION ._ A. Conduct operations so as not to interfere with Owner's normal operations. B. Disconnect any electric, telephone, gas, water, television or other lines as required to accomplish the work, but in such as way as to assure as little interruption of services to remainder of the building as possible. C. All materials removed which are not to be re-used or designated to be delivered to the Owner shall become property of Contractor and be promptly removed from the building and placed in appropriate refuse containers at Owner-approved locations while on site. D. Demolish or disassemble and remove all materials, fixtures, etc., as indicated on the Drawings, as needed to complete the Work. E. Patch floors, walls, and ceilings where necessary to provide finished surface; patch all existing materials with like materials whether or not specifically noted herein. END OF DEMOLITION SECTION flle:kc202072 KC2 - 02072 -DEMOLITION -PAGE 1 of 1 03730 °~ CONCRETE REHABILITATION PART1-GENERAL 1.1 DESCRIPTION A. Work included: Cleaning concrete surfaces, application of bonding agent and cementifious filler, application of epoxy adhesive and fillers. B. Related Work: 1. Documents affecting the work of this Section include, but are not necessarily limited to, General Conditions, Supplementary Conditions, Sections in Division 1, and the following Sections of these Specifications: 2. Section 05120 -Structural Steel Framing and Miscellaneous Metal Fabrications 1.2 QUALITY ASSURANCE ~_ A. Use adequate numbers of skilled workmen who are thoroughly trained and experienced in the use of the materials and their application and who are completely familiar with the specified requirements and the methods needed for proper performance of the work of this Section. B. Epoxy Materials Manufacturer: Company specializing in type materials specified, with not less than five years of documented experience. C. Applicator: Acceptable to manufacturer. 1.3 REFERENCES A. ASTM C404 Aggregates for Masonry Grouts B. ASTM C882 Bond Strength of Epoxy Resin Systems Used with Concrete C. ASTM D638 Test Method for Tensile Properties of Plastics D. ASTM D695 Compressive Properties of Rigid Plastics E. ASTM D790 Flexural Properties of Plastics and Electrical Insulating Materials 1.4 SUBMITTALS A. Comply with pertinent provisions of Section 01340. B. Product data: Within 20 calendar days after date of Owner's Notice to Proceed, submit: 1. Materials list of items proposed to be provided under this Section, including product standards, physical and chemical characteristics, and maintenance instructions. 2. Manufacturer's specifications and other data needed to prove compliance with the specified requirements. 3. Manufacturer's recommended mixing, handling, and placement instructions which, when approved by the Architect, will become the basis for accepting or rejecting actual installation. 4. Samples: Prepare one field sample of each type of injection and patching procedure. 1.5 PRODUCT HANDLING KC2 - 03730 -CONCRETE REHABILITATION -Page 1 of 3 a Comply with pertinent provisions of Section 01640 and with manufacturer's instructions for storage, shelf life, and handling. PART2-PRODUCTS 2.1 MANUFACTURERS Provide materials manufactured by Sika, Mastergrout, or Thoro where indicated and where otherwise required for a complete and proper installation. 2.2 MATERIALS A. Epoxy resin: Two-part epoxy adhesive containing 100 percent solids, meeting the following minimum characteristics: 1. Bond strength: 2700 psi, 18.6 MPa per ASTM C882. 2. Tensile strength: 6600 psi, 4.5 MPa per ASTM C638. 3. Elongation: Two percent at 7 days at 70 degrees F (21 degrees C) per ASTM C638. 4. Flexural strength: 8000 psi, 44.8 MPa per ASTM D790. 5. Compressive strength: 6500 psi, 55 MPa per ASTM D695. ,- B. Bonding agent: Polyvinyl acetate emulsion, dispersant in waterwhile mixing, noncoagulant in mix, water resistant when applied and cured. C. Portland Cement: ASTM C150, gray color. D. Sand: ASTM C33 uniformly graded, clean. E. Water. Clean and potable. - F. Cleaning agent: Commercial muriatic acid. 2.3 MIXING EPOXY MORTARS. ~~ A. Mix epoxy mortars in accordance with manufacturer's instructions. B. Mix components in clean equipment or containers; conform to pot life and workability limits. 2.4 MIXING CEMENTITIOUS MATERIALS '- A. Mix cementitious grout in accordance with manufacturer's instructions for purpose intended. B. Include bonding agent as additive to mix if recommended by manufacturer for purpose intended. PART 3 -EXECUTION - 3.1 SURFACE CONDITIONS Examine the areas and conditions under which the work of this Section will be performed. Correct conditions detrimental to timely and proper completion of the Work. Do not proceed until unsatisfactory conditions are corrected. __ 3.2 PREPARATION - KC2 - 03730 -CONCRETE REHABJLITATION -Page 2 of 3 ~' A. Comply with manufacturer's printed instructions except where more stringent requirements are shown or specified, and except where manufacturer's technical representative directs otherwise. B. Clean surfaces of dirt, laitance, corrosion, or other contamination; wire brush using water or acid as appropriate; rinse surtace and allow to dry. C. Flush out cracks and voids with chemical solvent, muriatic acid or water to remove laitance and dirt; neutralize chemical by rinsing with water. D. Provide temporary entry ports spaced to accomplish movement of fluids between ports, but no greater _ than the depth of the crack to be filled or thickness of concrete. Provide temporary seal at concrete surface to arrest extrusion of adhesive. E. For areas patched with epoxy mortar, remove broken and soft concrete 1/4 inch deep. Remove corrosion from steel. Clean surface mechanically; wash with acid; rinse with water. 3.3 INSTALLATION A. General: Repair structural shrinkage, damage, and cracks of existing concrete work by the epoxy injection method or bonding agent and cementitious paste method. B. Repair spalling by filling voids flush with surface. Apply surface finish to match existing. C. Epoxy Resin Adhesive Injection (if required) 1. Inject adhesive into prepared ports under pressure using equipment appropriate for particular application. 2. Begin injection at lower port entry and continue until evidence of adhesive in adjacent entry port. Transfer injection to next port. Continue from port to port until entire crack is filled. ~_ 3. Remove temporary seal and excess adhesive. 4. Clean surtaces adjacent to repair and blend finish. _ D. Application of cementitious grout 1. If required by manufacturer, apply coating of bonding agent to dry concrete surfaces. Provide full surface coverage. 2. Apply cementitious grout by steel trowel to an average thickness to match existing finishes. Tamp into place filling voids at spalled areas. END OF CONCRETE REHABILITATION file:kc203730 KC2 - 03730 -CONCRETE REHABILITATION -Page 3 of 3 00020 INVITATION TO BID NOTICE A. Notice is hereby given that Kerr County, Texas, will accept bids for Demolition of Previous Detention Facilities, Second Floor Kerr County Courthouse Annex, 700 Main Street, Kemille, Texas, according to Drawings and Specifications prepared by Michael N. Walker, Architect, and described in general as: Provide labor, materials, and equipment needed to dismantle, to remove and to make alterations portions of to the existing building to prepare for future conversion of spaces into courtroom and office space. Work of this phase includes: sawing and removal of concrete masonry walls and ceilings, removal of plaster and gypsum board walls and ceilings, framing, partitioning, removal of rough, finish carpentry, woodwork, furring, flooring, base, electrical wiring, devices, fixtures, plumbing, heating, ventilating and air conditioning fixtures and equipment, fire alarm and security service to the Second Floor of the Courthouse Annex, unless noted. B. Sealed bids will be received by the Owner, Kerr County, at the County Clerk's Office, Suite 122, 700 Main Street, Kemille, Texas 78028, until: 9:00 .m. Monda Aril 27 1998. Bids received after that time will be rejected and returned to Bidder. Bids will be opened and read aloud at 10:00 a.m.. Mondav, Agril 27. 1998, in Commissioners' Court Meeting. Telephonic bids will not be accepted. C. The proposed form of contract will be AIA A111 (1987) Owner-Contractor Agreement, Cost of Work Plus a Fee with a Guaranteed Maximum Price. Therefore, the Bid Amount referred to throughout the Bidding Documents shall be the same as the Guaranteed Maximum Price. The estimate of probable cost for the Work exceeds $100,000.00. The area to be demolished is approximately 15,000 square feet. Construction is anticipated to commence within 30 days of Bid Date, or as soon as possible. D. Bidding Documents and Proposed Contract Documents may be examined without charge at the office of the Architect or the Kerr County Clerk during normal office hours. Arrangements for such examination may be made by contacting the office of the Architect (830)895-2724, or the Kerr County Clerk at (830)792-2255. This examination set of documents may not be removed from the office. E. Bonafide general contract bidders may secure copies of the Bidding Documents and Proposed Contract Documents in person from the office of the Architect after March 23, 1998, on the following basis: 1. One or more sets of the Project Manual, including Specifications, and prints of the Drawings, upon payment by cashier's check of $40 deposit per set, completely refundable if Project Manual(s) and Drawinos are returned to the Owner oostoaid in satisfactory condition complete as issued, with all issued addenda, bound and suitable for use during construction within fourteen calendar days after bid opening. Otherwise, deposit will be forfeited and checks deposited in the account of the Owner. All deposit checks shall be payable to Kerr County, Texas. 2. If requested by Bidder, complete sets may be shipped, pre-postpaid or C.O.D., after appropriate deposit is received by Architect. Bidder assumes total responsibility for delays, if any, resulting from shipping. 3. No partial sets will be issued. 4. No Bidding Documents will be issued after April 22, 1998 at 5:00 p.m. KC2 •00020 -INVITATION TO BID -Page 1 of 2 F. Bid security in the amount of five percent (5%) of the Base Bid will be required to accompany the bids, in the form of a Bid Bond (e.g., AIA Document A310) issued by surety, and on a form, acceptable to Owner, or cashier's check drawn in favor of the Owner. Bid Bond must be executed by the Bidder as principal. G. The Owner reserves the right to reject any and all bids and to waive irregularity in the bids and in the bidding. H. In addition to payment of deposit for Bidding Documents, at or before time for receiving Bidding Documents, Bidder will be required to present evidence satisfactory to Owner and Architect that the Bidder has sufficient means and experience in the types of work called for to assure completion of the Contract in a satisfactory manner if he is the successful Bidder. Such evidence can be in the information provided by AIA Document A305, or similar form. Bidder will be informed within seven calendar days of submission ifpre-qualification information has been found unacceptable. I. The Owner will require the successful Bidder to secure and post a Labor and Materials Payment Bond and Performance Bond, each in the amount of 100% of the Contract Sum, each executed by successful Bidder as principal, in such form and by such surety company acceptable to the Owner. END OF INVITATION TO BID KC2 - 00020 -INVITATION TO BID -Page 2 of 2 oo~oo INSTRUCTIONS TO BIDDERS 1. THE WORK FOR KERR COUNTY, TEXAS KERR COUNTY COURTHOUSE ANNEX SECOND FLOOR DEMOLITION OF PREVIOUS DETENTION FACILITIES Further described as: Provide labor, materials, and equipment needed to dismantle, to remove and to make alterations to the existing building to prepare for future conversion of the existing building spaces into courtroom and office space. Current Work of this phase includes: wet-sawing and removal of concrete masonry walls and ceilings, removal of plaster and gypsum board walls and ceilings, framing, partitioning, removal of rough, finish carpentry, woodwork, furring, flooring, base, electrical wiring, devices, fixtures, plumbing, heating, ventilating and air conditioning fixtures and equipment, fire alarm and security service to the Second Floor of the Courthouse Annex, unless noted otherwise. Directions to the site: Take Highway 16 (Sidney Baker) Exit off I-10 at Kerrville, Texas; proceed Downtown to Jefferson Street, tum into the County Square Parking area or park on the street around the Courthouse. 2. DEFINITIONS A. Bidding Documents include the Documents prepared by Michael Neal Walker, Architect: Instructions to Bidders, the Bid Form, other sample bidding and contract forms and the proposed Contract Documents including any Addenda issued prior to receipt of bids. The Contract Documents proposed for the Work consist of the Owner-Contractor Agreement, the General Conditions of the Contract, the Drawings, the Specifications, Addenda issued prior to and all modifications issued after the execution of the Contract. B. All definitions in General Conditions of Contract for Construction and other Contract Documents are applicable to the Bidding Documents. C. The proposed form of contract will be AIA A111 (1987) Owner-Contractor Agreement, Cost of Work Plus a Fee with a Guaranteed Maximum Price. Therefore, the Bid Amount referred to throughout the Bidding Documents shall be the same as the Guaranteed Maximum Price. The estimate of probable cost for the Work exceeds $100,000.00. The area to be demolished is approximately 15,000 square feet. D. Addenda are written or graphic instruments issued by the Architect prior to the execution of the Contract which modify or interpret the Bidding Documents by additions, deletions, clarifications or corrections. E. A Bid is a complete and properly signed proposal to do the Work or designated portion thereof for the sums stipulated therein, submitted in accordance with the Bidding Documents. F. Base Bid is the sum stated in the Bid for which the Bidder offers to perform the Work described in the Bidding Documents using only the methods and materials specified without Proposed Savings, Substitutions, or Alternates included. G. An Alternate, if required, is an amount stated in the Bid to be added to or deducted from the amount of the Base Bid if the corresponding change in the Work, as described in the Bidding Documents, is accepted, at the time of Notice to Proceed or within a reasonable amount of time thereafter. H. A Unit Price, if required, is an amount stated in the Bid as a price per unit of measurement for matedals or services as described in the Bidding Documents or in the proposed Contract Documents. I. A Proposed Savings is a price reduction option proposed on the Bid Form in which Bidder offers to significantly KC2 - 00100 -INSTRUCTIONS TO BIDDERS -Page 1 of 4 reduce the cost to the Owner by using materials or construction methods different from those required by the Bidding Documents on which the Base Bid was prepared. Bidder shall briefly describe alternate materials or methods in sufficient detail for the Architect and Owner to properly evaluate the Proposed Savings. Owner will accept or reject Proposed Savings before awarding the contract and as provided elsewhere in the Contract Documents. J. Other Definitions as included in Section 01340 Product Options. 3. BID FORM In order to receive consideration, make bids in accordance with the following A. Make bids in the form provided herein. Completed bid form shall be properly signed and with items filled out manually in ink or type-written. B. Address bid to Owner, and deliver sealed bids to the Kerr County Clerk's Office at the Kerr County Courthouse, Suite 122, 700 Main Street, Kerrville, Texas 78028, on or before 9:00 a.m.. Mondav. April 27. 1998 Telephonic bids wilt not be permitted. Bids received after that time will be rejected and returned to Bidder. Bids will be opened and read aloud at 10:00 a.m.. Mondav. April 27. 1998, in Commissioners' Court Meeting. C. A Bidder who chooses not to submit Proposed Savings will not be disqualified for failure to submit Proposed Savings. D. Bidder shall include with the Bid a Bid Bond which is 5% of the Base Bid Amount from a bonding company acceptable to the Owner. E. Tentative date for Pre-bid Meeting is April 14, 1998, at Commissioners' Courtroom in the Kerr County Courthouse at 9:00 a.m. 4. EXAMINATION OF DOCUMENTS AND SITE OF WORK A. Bonafide general contract Bidders may secure copies of the Bidding Documents and Proposed Contract Documents in person from the office of the Architect after March 23, 1998, on the following basis: 1. One or more sets of the Project Manual, including Specifications, and prints of the Drawings, upon payment by cashier's check of $40 deposit per set, completely refundable if Proiect Manual(s) and Drawings are returned to the Owner, postpaid. in satisfactory condition. complete as issued. with all issued addenda. suitable for use during construction within fourteen calendar days after bid opening. Otherwise, deposit will be forfeited and checks deposited in the account of the Owner. All deposit checks shall be payable to Kerr County, Texas. 2. If requested by Bidder, complete sets may be shipped, pre-postpaid or C.O.D., after appropriate deposit is received by Architect. Bidder assumes total responsibility for delays, if any, resulting from shipping. 3. No partial sets will be issued. 4. No Bidding Documents will be issued after April 22, 1998 at 5:00 p.m. B. Before submitting a bid, each Bidder: shall examine the Drawings carefully, shall read the Specifications and all other proposed Contract Documents, and shall visit the site of the Work. Each Bidder shall fully inform himself prior to bidding as to existing conditions and limitations under which the Work is to be performed, and shall include in the bid amount a sum to cover the cost of all labor and materials necessary to perform the Work as set forth in the Bid/Contract Documents. The submission of a bid will be considered as conclusive evidence that the Bidder has made such examination and is prepared to enter into the Agreement including any combination of items on his Bid. KC2 - 00100 -INSTRUCTIONS TO BIDDERS -Page 2 of 4 5. QUALIFICATION OF BIDDER A. A Bidder in submitting a bid thereby represents that he is fully qualified, properly licensed, staffed, equipped, insured and bonded to properly perform the Work in accordance with all applicable laws and local ordinances, and these Contract Documents. B. In addition to payment of deposit for Bidding Documents, at or before time for receiving Bidding Documents, Bidder will be required to present evidence satisfactory to Owner and Architect that he has sufficient means and experience in the types of work called for to assure completion of the Contract in a satisfactory manner if he is the successful Bidder. Such evidence can be in the information provided by AIA Document A305, or similar form. Bidder will be informed within seven calendar days of submission if his pre-qualification information has been found unacceptable. 6. WITHDRAWAL OF BIDS No Bidder may withdraw his bid for a period of thirty calendar days after the deadline for the receiving bids, and bids shall be subject to acceptance or rejection by the Owner during this period. Any Bidder whose Bid is accept- ed by the Owner, but who withdraws his Bid within said thirty days shall forfeit his Bid Bond. 7. AWARD OR REJECTION OF BIDS A. The Contract, if awarded, will be awarded to the Bidder who has submitted the bid considered by the Owner to be most advantageous to the Owner, and subject to Owner's right to reject any and all bids. B. Any award which includes Proposed Savings may be made on the aggregate sum resulting from the amount of the Base Bid adjusted by the Proposed Savings accepted by the Owner. Owner reserves the right to reject any or all Proposed Savings and to waive any irregularity in the bids and the bidding. 8. EXECUTION OF AGREEMENT A. The proposed Form of Agreement which the successful bidder will be required to execute will be AIA A111 (1987) Owner-Contractor Agreement, Cost of Work Plus a Fee with a Guaranteed Maximum Price, modified per the Bidding Documents. B. The selected Bidder will be notified to immediately submit Certificates of Insurance, proof of bonding capabilities, detailed in a Schedule of Cost, and complete list of proposed subcontractors and major suppliers to Owner, including addresses, phone numbers and names of persons responsible. Prior to Owner's execution of the Agreement, the Architect will notify the Bidder if, after due investigation, the Owner has a reasonable and substantial objection to any person or organization on such list. At such point, Bidder may, at his option, withdraw his bid without forfeiting his Bid Bond. If Bidder proposes an acceptable substitute subcontractor or supplier which increases the bid amount, the Owner may, at his option, disqualify the Bidder. C. Subcontractors proposed by Bidder and accepted by the Owner must be used on the Work and shall not be changed except with written approval of Owner. D. Certificates of insurance, and proposed list of subcontractors and major suppliers, and required bonds shall be approved by the Owner before the Owner will sign the Agreement or before the successful Bidder may proceed with the Work. E. If Contract is awarded, Work at the site may commence upon receipt by the successful Bidder of fully executed Agreement and written Notice to Proceed. F. The Owner will require the successful Bidder to secure and post a Labor and Materials Payment Bond and Performance Bond, each in the amount of 100% of the Contract Sum, each executed by successful Bidder as KC2 - 00100 -INSTRUCTIONS TO BIDDERS -Page 3 of 4 principal, in such fonn and by such surety company acceptable to the Owner. 9. INTERPRETATION OF CONTRACT DOCUMENTS PRIOR TO BIDDING A. If any entity submitting a bid for construction of the Work is in doubt as to the true meaning of any part of the proposed Contract Documents, or finds any discrepancies in or omissions from any part of the proposed Contract Documents, the Bidder may submit to the Architect a verbal or written request for interpretation thereof, not later than two working days before the deadline for receiving the bids. B. Interpretations may be made by the Architect orally or in writing. END OF INSTRUCTIONS TO BIDDERS file:kc200100 KC2 - 00100 -INSTRUCTIONS TO BIDDERS -Page 4 of 4 a^^{ ~-- .~ /~ + ~: WILLIE G. 1KEEX~ER COUNTY CLERK, KERB COUNTY 700 MAIN STREET, ROOM 122 KERRVR.LE, TEXAS 78028-5389 7F1.. (UO}792-2255 FAX (6)0}792-2271 FACSIMILE MESSAGE Date: '~-~ $" `") p To: I~rru:lle l~d.~u ^T`,Mes Ar~~ ~. ~J e~r~S2 nog -- Phone: ( ) Fax: ($~) ~(Q ' ~~~J~ From: ~I1~ ry1t' Q(' ~~~(yy~(~;; Dept: \'pt Lf1~.,5 `~Vt[0 Fax: 830/792-2274 Remarks: P~,p11~4 ~ ~,L~ n ~1~'f TOTAL NUMBER OF PAGES INCLUDING THIS ONE If you have any problems, questions or this transmission is illegible or incomplete, please contact us at 830/792-2255. ~.~..~w+.--Cl \ \~ Signature NOTICE TO BIDDERS DEMOLITION OF DETENTION FACILITIES, 2`VD FLOOD, KERR COUNTY COURTHOUSE ANNEX KERRVILLE, TEXAS Sealed Bids will be received by the Kerr County Clerk at 700 Main Street, Kerrville, Texas 78028, at Kerr County Courthouse until 9:00 A.M. Monday, April 27, 1998 and publicly opened at 10:00 A.M. Monday, April 27, ]998 during a meeting of Kerr County Commissioners' Court for Demolition of Detention Facilities, 2"a Floor Kerr County Courthouse Annex. The project work demolition to the Courthouse annex include, but are not limited to: sawing and removal of concrete masonry walls and ceilings; removal of plaster and gypsum board walls and ceilings, framing, partitioning; removal of rough and finish carpentry, woodwork, furring, flooring, base electrical wiring, devices, fixtures, plumbing, heating, ventilating and air conditioning fixtures and equipment, fire alarm and security service. Contract documents may be examined at, or obtained from, the Kerr County Clerk at the above mentioned address. Additional sets of contract documents are available from Michael Neal Walker, Architect, 1303 Vesper, Kerrville, Texas 78028 for a refundable deposit of $40.00. A pre-bid conference may be held in the Ken County Commissioners' Courtroom on April 14, 1998 at 9:00 A.M. The Owner reserves the right to reject any or all bids, to waive formalities, and in the case of ambiguity or lack of clearness in stating bid prices, to adopt such interpretation as may be most advantageous to the Owner. Sou{-bl~t~ M.rl. Wa(ker, 2 - ~-~S ~eiJ - ~Kis~,~ ~ rc(1. ~I~~ I'~ilk-3?~ ''``V 1211 - ~~ 2-2~ -`~~ '~'~t "^~l l'"M eb- ~. ~ . ~.W malt -i`s~'~~ vl~- sa-z ~~bt~ a~vv~~~ P~°-~cE -~i~ '"}sa~ ~ ~ ie~ - ~~~~ v~ ~orkt~ ~at1-er, ~~ " ~.~~ 1~or~1 ~se~{- 1~t ew - ~ ~~ ~a~de ~~- ~ rat. ~. wa ~~.,-, -~-a, . ~ 2-~-~8 ~.ct~wes~' ~l~e,~ - ~x~~ Nt.hl. 1~(afka.~-, Arm . 2-25-`~~ ~a~~~ ~~ _ ~,~ ~ ~1d ~~'~~ tJ9r~ea~- V ie~J - ~jUS(-,w~ M~ Walker, ~~~ . 2-s ~8 2' / ' Y~ Metropolitan cost comparisons by R.S. Means Three-story, 32,1100-sq: ft. jail with 12-ft. story heights; face brick Three-story, 60.(100-sq.-R. courthnuu u ith 12-ft. stun heights; face with concrete block back-up; steel frame. brick with concrete block back-up: creel frame. One-story, 13,011f7-sq.-ft. post office with a 14-(t. Story hciRht: face brick with mncrcte block back-up; stcci trams. r 1 1. 1 r 11 Jail Ceeythouse, Pollee Post 2-3 stories station office '98 '97 %chg. '96 '97 %dg. '98 '97 %chg. '98 '97 %tirq. AOanta 147.33 145.30 1.4 %.59 %.87 1.8 103.65 103.31 0.3 63.46 63.80 -0.5 Ba18moYe 152.15 150.23 1.3 101.81 100.16 1.6 107.03 106.82 0.2 65.54 65.% -0.6 Boston 195.20 1%.i6 0.0 130.50 130.10 0.3 738.60 138.76 -0.1 84.85 85.69 -1.0 Chicago 183.04 177.88 2.9 122.93 718.59 3.7 128.77 126.48 1.8 78.85 78.10 7.0 Cleveland 167.76 766.52 0.7 112.26 111.02 1.1 116.30 118.40 •0.1 72.41 73.72 -1.0 Dallas 743.68 142.17 1.1 %.14 91.78 1.1 107.08 101.09 0.0 61.89 62.42 -0.8 Denver 155.64 153.20 1.8 104.15 102.13 2.0 109.49 108.93 0.5 67.01 67.26 -0.3 Detroit 175.07 173.11 1.1 117.]5 115.40 1.5 123.16 123.08 0.1 75.41 76.07 -0.8 Houston 148.66 147.60 0.7 99.48 %.40 1.1 104.83 104.% -0.1 64.20 64.61 -09 Kansas City 158.13 156.16 1.3 106.04 104.11 1.9 717.24 711.03 0.2 68.72 68.57 - 7 _- LosAngeles 1!14.87 184.79 0.0 123.71 123.19 0.4 131.26 131.39 -0.7 80.35 81.14 -1.0 Miami 145.34 144.80 0.4 97.26 %.54 0.7 102.84 702.% -0.1 63.06 63.58 -0.8 Minneapolis 183.04 181.17 1.0 122.49 120.78 1.4 128.77 128.82 0.0 78.85 79.55 -0.9 New Orleans 143.18 142.34 0.6 95.81 94.89 7.0 101.72 101.21 -0.1 61.93 62.50 -0.9 New York City 225.73 222.47 1.5 151.05 148.37 1.8 158.80 758.18 0.4 97.24 97.68 -0.5 Philadelphia 185.20 182.32 1.6 123.93 121.55 2.0 730.29 129.64 0.5 i 79.78 80.05 -0 3 Phoenix 150.12 150.07 0.0 100.20 100.05 0.1 106.58 706.70 -0.1 ~ 65.20 65.69 -7.0 Pittsburgh 171.25 168.66 7.5 114.60 112.44 1.9 120.47 119.93 0.5 I 73.77 ~ 74.06 -0A Portland 178.56 175.90 1.5 119.49 117.27 1.9 125.61 125.07 0.4 ,I 76.92 77.24 -0.4 SL Louis 169.59 187.02 1.5 113.71 117.35 2.1 119.30 118.76 0.5 73.05 73.33 -0.1 San Diego 778.89 178.54 0.2 179.71 719.02 0.6 726.81 126.% -0.1 77.68 76.39 -0.9 San Francisco 207.46 206.84 0.3 138.83 137.89 0.7 146.% 147.07 -0.1 89.97 90.82 -0.9 Seattle 175.24 173.44 1.0 117.26 715.62 1.4 123.28 123.32 0.0 75.49 76.15 -0.9 Washington, D.C. 160.29 157.15 2.0 107.26 704.76 2.4 112.76 172.67 0.1 69.05 69.00 0.7 Winston/Salem 130.22 129.67 0.4 87.14 86.44 0.8 92.11 92.20 -0.1 56.40 56.93 -0.9 R.S. Means Co. N(7fE: Costs as shown are for the basic building and du not include- 1 sitrx ork ~aiie clranng and gr.nline . u~dni~ ~ 1•av me laml,+ ~r~ ne. ~rtr PO. Box 800 improve ments); 2. land coals; 1. developmem cogv; J. specialty' finis he. nr cyuip meni. Squ are I~w,l r„o ...n , •,. d. l , a^„~~ ,...m M „r,1 rv p•" King.an, MA O2l6a jec[due t o quality. complexity and emnomic climate Each p roject rhou ldheaominrd indn id uall. (ter i ~l~i.idrd r~, d M:i'.d~~•e ,~~m p.•m~r~•~ (o,~~ s,8~ oRo~ includctl in These figurer, see Men m .Square F ,nr Cnav March 1998 • BUILDING DESIGN b CONSTRUCTION 3~ Two-story, 11,1700-sq: ft. police station with 12-ft. story heights: limestone with concrete block back-up; bearing walls. EX PARKING ~F== LOBBY SALLY PORT VEST EXIST ELEV ~-- ~ MECI-I ^ o NEW OFFICE/STORAGE 9000 SF I I EX I I M~ I1 I I I I I I dt=: NEW OFFICE/STOR EXTEND LOBBY STORAGE, 1 CIRCULATION SALLY PORT f'Ro~'osE-~ -~a-T~r•~ K~RR call~t'rY ~ala~iC I~~ s Zoe M.nl. WAr.~cER, ~t . 3-19•g8 EX ANNEX COUNTY ATTORNEY JP 3 EX PARKING 0 ~..~-~g ~~ ~~ .aht' ~t~u~ -~v no~lr-l^ ex,~1-~`5 ` ~ hew '~~~ ~, x ts-k-•w~ ~o°~ ~fvts~um~ u~aws o~ ~~„~~ ~ls ~ r{imr~~ ~-~cm (~-~'cck `lD ~at~lnc~t~'"1 ild~ ~ ~s ~'~f f C. M.U. 't'ea{~•u-~' add elf-lW~-Iu^~i ~~~ ~ 2v~ `~~oa~• 3 G ~~t ~ ~ " ~ _ -rid ~~~,' (~ead,z~l ex~~~ w,~,,~tus m~ ~ ~~ ~~~ RAG r eYly't'~l ~~MGY~~-° 5'~YUC~U'Y'e, cwt ~ q ~ r ~~ fvs ~~ ~ ggy~l3 r x ~-~(~dY~ ~' `Y _~. ---add t-~-xtdou3s "~° crn~~ ~~°~ {~5~"~'- eXth~~w! ~ • add ~'~ .~ ~~ '~{~' ~ -tf 3.~--~~ ' ` ' 1 ~ _ ~____ ~ G~DY1 Cyr C 'iL~JI «'~ ---_'"- C(AVtG., ~ - - --