226
CL-698 - Conversion & Renovation of Becht Hall Addendum #3 05/31/2013 Page 1 of 1 DOCUMENT 009113 - ADDENDA #3 1.1 PROJECT INFORMATION A. Project Name: Conversion and Renovation of Becht Hall B. Owner: Clarion University C. Owner Project Number: CL-698 D. Architect: Perfido Weiskopf Wagstaff + Goettel E. Architect Project Number: 20803.00 F. Date of Addendum: 05/31/2013 1.2 NOTICE TO BIDDERS A. This Addendum is issued to all registered plan holders pursuant to the Instructions to Bidders and Conditions of the Contract. This Addendum serves to clarify, revise, and supersede information in the Project Manual, Drawings, and previously issued Addenda. Portions of the Addendum affecting the Contract Documents will be incorporated into the Contract by enumeration of the Addendum in the Owner/Contractor Agreement. B. The Bidder shall acknowledge receipt of this Addendum in the appropriate space on the Bid Form. C. The date for receipt of bids is unchanged by this Addendum, at same time and location. 1.3 ATTACHMENTS A. Separately bid documents for the Demolition and Hazardous Abatement project are attached electronically in PDF format to this addendum for reference only: 1. Drawings, dated January 11, 2013 2. Project Manual, dated January 18, 2013 3. Addendum #1, dated February 14, 2013 The scope of work outlined in the Demolition and Hazardous Abatement bid documents will be completed prior to commencement of the scope of work defined by the Conversion & Renovation bid documents. END OF DOCUMENT 009113

SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

  • Upload
    others

  • View
    0

  • Download
    0

Embed Size (px)

Citation preview

Page 1: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698 - Conversion & Renovation of Becht Hall Addendum #3

05/31/2013 Page 1 of 1

DOCUMENT 009113 - ADDENDA #3

1.1 PROJECT INFORMATION

A. Project Name: Conversion and Renovation of Becht Hall

B. Owner: Clarion University

C. Owner Project Number: CL-698

D. Architect: Perfido Weiskopf Wagstaff + Goettel

E. Architect Project Number: 20803.00

F. Date of Addendum: 05/31/2013

1.2 NOTICE TO BIDDERS

A. This Addendum is issued to all registered plan holders pursuant to the Instructions to Bidders

and Conditions of the Contract. This Addendum serves to clarify, revise, and supersede

information in the Project Manual, Drawings, and previously issued Addenda. Portions of the

Addendum affecting the Contract Documents will be incorporated into the Contract by

enumeration of the Addendum in the Owner/Contractor Agreement.

B. The Bidder shall acknowledge receipt of this Addendum in the appropriate space on the Bid

Form.

C. The date for receipt of bids is unchanged by this Addendum, at same time and location.

1.3 ATTACHMENTS

A. Separately bid documents for the Demolition and Hazardous Abatement project are attached

electronically in PDF format to this addendum for reference only:

1. Drawings, dated January 11, 2013

2. Project Manual, dated January 18, 2013

3. Addendum #1, dated February 14, 2013

The scope of work outlined in the Demolition and Hazardous Abatement bid documents will be

completed prior to commencement of the scope of work defined by the Conversion &

Renovation bid documents.

END OF DOCUMENT 009113

Page 2: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL�698.5 REBID BECHT HALL DEMOLITION & HAZARDOUS MATERIAL ABATEMENT

ADDENDUM NO.1

D A T E : February 14, 2013 R E : ADDENDUM NO. 1

ITEM DESCRIPTION

RFI QUESTIONS/CLARIFICATIONS

QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated.

RFI-1.

Response: After all work is completed, the contractor shall leave the existing structure weather-tight from the outdoor elements, such as, but not limited too, water & wind.

QUESTION: Is the loose furniture in the building to be removed & disposed of OR salvaged? RFI-2.

Response: All existing furniture in Becht Hall at the start of work shall be removed and disposed/recycled by the Contractor.

QUESTION: The Proposed Date of Completion noted in the Notice to Contractors is November 24, 2013. How long will the contractors have from the Notice to Proceed to the Proposed Date of Completion?

RFI-3.

Response: The Proposed Date of Completion is November 24, 2013. The Notice to Proceed date, expected to be given to the Contractor, is July 31, 2013. This will allow approximately four (4) months to complete the work.

SPECIFICATIONS CHANGES

SECTION 01010- SUMMARY a. Part 1.7, Paragraph D.: Add the following subparagraph 1:

S1.

1. After all demolition and abatement work is completed, the Contractor is required to leave the existing structure weather tight from the outdoor elements such as, but not limited too, rain/snow and/or wind.

SECTION 01010- SUMMARY a. Part 1.8, Paragraph A.: Add the following subparagraph 1.:

1. The approximate Notice to Proceed Date is July 31, 2013 b. Part 1.8: Replace paragraph B with the following:

S2.

B. All work on this project shall be completed by November 24, 2013. SECTION 02419 - SELECTIVE STRUCTURE DEMOLITION a. Part 1.9: Replace paragraph G. with the following

S3.

G. Utility Service: Existing utilities indicated to remain and protect them against damage during selective demolition operations.

FOR REFERENCE ONLY

Page 3: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

D E M O L I T I O N & H A Z A R D O U S M A T E R I A L A B A T E M E N T

ADDENDUM NO.1

Date: 2/14/2013 Page 2 of 3

ITEM DESCRIPTION

b. Part 1.9, Paragraph G.3: Replace subparagraphs a & b with the following

a. Cap and terminate campus steam system 10'-0" within the existing NW steam tunnel from the face Becht Hall.

b. Cap and terminate campus steam systems within the Becht Hall crawl space/basement where they exit to Moore and Ballentine Hall.

c. Part 1.9, Paragraph G.4: Replace subparagraph (a.) with the following: a. Power to be maintained to a designated electrical panel (the main distribution

panel) within the building from the existing feed from the exterior transformer. This panel will be used to provide the contractor with temporary power. Usage charge to be paid for by the University.

c. Part 3.2, Paragraph A.2: Replace subparagraphs a, b & c with the following: a. Existing incoming water service. Support pipes as required. b. Existing sprinkler risers (stand pipes) and fire hose connections in the three (3) stair

enclosures. c. TO BE DELETED

d. Part 3.8, Paragraph A: Add the following subparagraph 17: 17. Miscellaneous Furniture: Quantities are estimated (+/- 10%) and locations are

scattered within the four (4) upper floors of the building. Quantity Description

60 Bed frames – Standard twin, half with wood head and foot boards, frames were steel

80 Bed mattress – Standard twin, no box spring (part of the bed frame), material cloth/blanket fill covering springs

140 Dressers – Wood drawers, approximate size 2’x2’x4’high

10 Clothes Closet (free standing) – Wood, approximate size 3’wx2’dx6.3’high

160 Desks – Wood with drawers and shelf above the desk top, size 4’wx2’dx4.25’high

140 Desk chairs and including lounge chairs – Single occupant, mixture of types having wood with cushioned seats and partial to full cloth cushioned

15 Couches - Mixture of capacity two to three, with mixture of types having wood with cushioned seats and partial to full cloth cushioned

Bulk quantity equivalent to 60

desks

Miscellaneous coffee and end tables, free standing bookcases & freestanding light fixtures (floor lamps)

continued on next page...

FOR REFERENCE ONLY

Page 4: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

D E M O L I T I O N & H A Z A R D O U S M A T E R I A L A B A T E M E N T

ADDENDUM NO.1

Date: 2/14/2013 Page 3 of 3

e. Part 3.8, Paragraph B: Replace subparagraph 8 with the following:

8. Eleven (11) pole site light fixtures (locations as indicated on the drawings). See attached cut sheet. All poles and heads are to be reused at a later date. Remove and recycle the concrete base. Cap & mark the end of the abandoned run of conduit.

f. Part 3.8, Paragraph C: Replace subparagraph 7 with the following:

7. Existing fire risers in the three (3) stair enclosures, associated fire hose connections at each floor of the stair enclosures, and existing fire service equipment in the basement are to remain.

DRAWING CHANGES (No Drawing Changes) 3 pages Attachments – Existing light fixture cut�sheet Via Email L:\Projects\2080300 Clarion University Becht Hall\Pre�Construction\Bidding & VE\1.1�Demo&Abatement\2013�02�01_ REBID BechtHall Demo & Abatement ADDENDUM #1.doc

FOR REFERENCE ONLY

Page 5: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

FOR REFERENCE ONLY

Page 6: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

COMMONWEALTH OF PENNSYLVANIASTATE SYSTEM OF HIGHER EDUCATION

HARRISBURG, PENNSYLVANIATom Corbett � Governor Dr. John C. Cavanaugh � Chancellor

CLARION UNIVERSITY OF PENNSYLVANIA

DEMOLITION & HAZARDOUS MATERIAL ABATEMENTFOR

CONVERSION & RENOVATION OF BECHT HALL

CLARION, CLARION COUNTY, PENNSYLVANIAPREPARED BY:

INDEX TO DRAWINGS

PROJECT NO. CL � 698

GENERAL CONTRACT 698.5

SCALE:CHECKED BY:

DRAWN BY: DATE:

DRAWING NO.:

PROFESSIONAL SEALS:

CAMPUS MAP

VICINITY LOCATION MAP

AREA LOCATION MAP

BECHT HALL

BECHT HALL

BECHT HALL

REVIEWED BY:

CONSTRUCTIONMANAGER:

DATE: DESCRIPTION:

DATE

FIRM

DRAWINGS LISTED IN INDEX

FOR THE UNIVERSITY AND STATE SYSTEM(SIGNATOR'S TITLE)

DATE

APPROVED:

01/11/201301/11/201301/11/201301/11/2013DK/JFDK/JFDK/JFDK/JF

JF/KWJF/KWJF/KWJF/KW

01/11/201301/11/201301/11/201301/11/2013 DEMOLITION & ABATEMENT SUBMISSIONDEMOLITION & ABATEMENT SUBMISSIONDEMOLITION & ABATEMENT SUBMISSIONDEMOLITION & ABATEMENT SUBMISSION

1/1

0/2

01

3 1

:28

:38

PM

DEMOLITION & HAZARDOUS MATERIALABATEMENT COVER SHEET

CS�1

CS�1 DEMOLITION & HAZARDOUS MATERIAL ABATEMENTCOVER SHEET

01/11/2013

G�1 GENERAL PROJECT NOTES 01/11/2013

AB�001 SITE DEMOLITION & ABATEMENT PLAN 01/11/2013

AB�100 BASEMENT FLOOR DEMOLITION & ABATEMENT PLAN 01/11/2013

AB�101 FIRST FLOOR DEMOLITION & ABATEMENT PLAN 01/11/2013

AB�102 SECOND FLOOR DEMOLITION & ABATEMENT PLAN 01/11/2013

AB�103 THIRD FLOOR DEMOLITION & ABATEMENT PLAN 01/11/2013

AB�104 FOURTH FLOOR DEMOLITION & ABATEMENT PLAN 01/11/2013

FOR REFERENCE ONLY

Page 7: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

LINE SYMBOLS LEGEND

HIDDEN OR OVERHEAD ITEMS

EXISTING ITEMS TO BE REMOVED

CENTER LINES, COLUMN LINES

LIMIT OF WORK, UNO

MATERIAL LEGEND

EXISTING SOLID MASONRY WALL TO REMAIN

EXISTING WALL TO REMAIN

EXISTING CONSTRUCTION & MATERIAL TO REMAIN

ABBREVIATIONS

A/C AIR CONDITIONAB ANCHOR BOLTACC ACCESSIBLEAD AREA DRAINADA AMERICANS WITH DISABILITIES ACTADJ ADJUSTABLEAFF ABOVE FINISHED FLOORALUM ALUMINUMANOD ANODIZEAPPROXAPPROXIMATEAPT APARTMENTBD BOARDBLW BELOWBR BEDROOMBRG BEARINGC TO C CENTER TO CENTERCIP CAST�IN�PLACECJ CONTROL JOINTCL CENTER LINECLG CEILINGCLO CLOSETCMU CONCRETE MASONRY UNITCOL COLUMNCONC CONCRETECONF CONFERENCECONT CONTINUOUSCORR CORRIDORCPT CARPETCSK COUNTERSUNKCT CERAMIC TILECTR CENTERCU FT CUBIC FEETCU YD CUBIC YARDDEMO DEMOLITIONDEPT DEPARTMENTDH DOUBLE HUNG (WINDOW)DIA DIAMETERDIAG DIAGONALDIM DIMENSIONDL DEAD LOADDN DOWNDS DOWNSPOUTDW DISHWASHERE EASTEA EACHEFS EXTERIOR FINISH SYSTEMEIFS EXTERIOR INSULATION AND FINISH SYSTEMEJ EXPANSION JOINTEPS EXPANDED POLYSTYRENE BOARD (INSULATION)EPDM ETHYLENE PROPYLENE DIENE TERPOLYMEREQ EQUALEXIST EXISTINGFAR FLOOR AREA RATIOFBO FURNISHED BY OWNERFD FLOOR DRAINFE FIRE EXTINGUISHERFF EL FINISHED FLOOR ELEVATIONFIN FINISHFIN GR FINISHED GRADEFLR FLOORFRMG FRAMINGFRP FIBER REINFORCED PLASTICFS FLAT SEAMFT FOOT, FEETFV FIELD VERIFYFTG FOOTINGGA GAGEGALV GALVANIZEDGC GENERAL CONTRACTORGFRC GLASS FIBER REINFORCED CONCRETEGYP GYPSUMGYP BD GYPSUM BOARD

HDWD HARDWOODHM HOLLOW METALHT HEIGHTID INSIDE DIAMETERINSUL INSULATIONKIT KITCHENLAU LAUNDRYLAV LAVATORYLF LINEAR FEETLIN LINEN CLOSETLL LIVE LOADLLH LONG LEG HORIZONTALLLV LONG LEG VERTICALMAX MAXIMUMMBR MASTER BEDROOMMDF MEDUIM DENSITY FIBERBOARDMECH MECHANICALMEZZ MEZZANINEMO MASONRY OPENINGN NORTHNA NOT APPLICABLENIC NOT IN CONTRACTNRC NOISE REDUCTION COEFFICIENTNTS NOT TO SCALEOA OVERALLOC ON CENTEROFCI OWNER FURNISHED, CONTRACTOR INSTALLEDOPNG OPENINGOSB ORIENTED STRAND BOARDPCC PRECAST CONCRETEPLAM PLASTIC LAMINATEPOLY POLYETHYLENE (PLASTIC SHEET)PSK POLYPROPYLENE�SCRIM�KRAFTPT(D) PAINT(ED)PTL PRESSURE TREATED LUMBERPVC POLYVINYL CHLORIDEP/P PATCH & PAINTR RADIUS, RISER, THERMAL RESISTANCE VALUERCP REFLECTED CEILING PLANRD ROOF DRAINREF REFRIGERATORRM ROOMRO ROUGH OPENINGRWC RAINWATER CONDUCTORS SOUTHSAM SELF�ADHERED MEMBRANESCWD SOLID CORE WOOD DOORSF SQUARE FEETSIM SIMILARSPEC SPECIFICATIONSPF SPRUCE�PINE�FIRSQ SQUARESST STAINLESS STEELSTC SOUND TRANSMISSION CLASSSTL STEELSYP SOUTHERN YELLOW PINET TREADT/ TOP OFTC TERRA COTTATERR TERRAZZOT&G TONGUE AND GROOVETS TUBE STEELTYP TYPICALUNO UNLESS NOTED OTHERWISEVAR VARIESVIF VERIFY IN FIELDVB VINYL BASEVCT VINYL COMPOSITION TILEW WESTW/ WITHW/O WITHOUTWH WATER HEATERWWF WELDED WIRE FABRICXPS EXTRUDED POLYSTYRENE BOARD (INSULATION)

PA ONE�CALL NOTICE

PENNSYLVANIA ACT 187 (1996) REQUIRES NOTIFICATION OF EXCAVATORS,DESIGNERS, OR ANY PERSON PREPARING TO DISTURB THE EARTH'S SURFACEANYWHERE IN THE COMMONWEALTH. CALL PENNSYLVANIA ONE�CALL SYSTEM, INC.AT 1�800�242�1776 OR 811 BEFORE ANY DISTURBANCE.

CALL BEFORE YOU DIG!

PENNSYLVANIA LAW REQUIRES 3 WORKING DAYS' NOTICE FOR CONSTRUCTIONPHASE AND 10 WORKING DAYS' NOTICE IN DESIGN PHASE.

EXISTING BUILDING DATA

PROJECT TYPE: RENOVATION/ADDITION

BUILDING NAME: BECHT HALL

DATE OF CONSTRUCTION: 1908

HISTORIC STATUS: ELIGIBLE BUT NOT LISTED

SIZE: 47,450 GSF

HEIGHT: FOUR STORIES

EXISTING BUILDING CONSTRUCTION: MASONRY EXTERIOR BEARING WALLSMASONRY AND WOOD�FRAMED INTERIOR BEARING WALLSWOOD FLOOR AND ROOF FRAMINGCLAY TILE ROOF

FORMER USE: DORMITORY

NEW USE: OFFICES / STUDENT SERVICES / LIMITED CLASSROOMS

LEED REQUIREMENT: LEED SILVER CERTIFICATION

OWNERCLARION UNIVERSITY OF PENNSYLVANIA, CLARION, PA 16214�1232PH: 814 393 2453FX: 814 393 1750CONTACT: DAVID FAGAN, JR, PROJECT MANAGER

ARCHITECTPERFIDO WEISKOPF WAGSTAFF + GOETTEL408 BOULEVARD OF THE ALLIESPITTSBURGH, PA 15219PH: 412 391 2884FX: 412 391 1657CONTACT: JOE FILAR, AIA, LEED AP

HAZARDOUS MATERIALS ABATEMENT CONSULTANTGSP ENVIRONMENTAL SAMPLING, INC.PO BOX 212CLARIDGE, PA 15623PH: 724 989 3992

PROJECT TEAM � CONTACT PERSON

GENERAL DEMOLITION & ABATEMENT NOTES

A. REFER TO SPECIFICATION SECTION � 02419 SELECTIVE DEMOLITION FOR ADDITIONALDEMOLITION INFORMATION FOR THE REMOVAL OF MATERIALS

B. REFER TO SPECIFICATION SECTION � 02080 � ASBESTOS ABATEMENT FOR ADDITIONALABATEMENT INFORMATION

C. REFER TO SPECIFICATION SECTION � 01813 SUSTAINABLE DESIGN REQUIREMENTSFOR ADDITIONAL DEMOLITION INFORMATION

D. COORDINATE GENERAL DEMOLITION WORK WITH THE HAZARDOUS ABATEMENT SCOPEOF WORK

E. DEMOLITION/ABATEMENT CONTRACTOR SHALL COORDINATE WORK W/ AIRMONITORING CONTRACTOR

F. ALL ROOM NUMBERS SHOWN ON ALL 'AB' DWGS REFER TO THE HAZARDOUSMATERIALS SURVEY REPORT PLAN DIAGRAMS. REFER TO SPECIFICATION

G. Remove all miscellaneous wall furring or finishes (excluding plaster on masonry) attached tooriginal exterior masonry wall, interior finish side. This includes, but not limited to, wood trim ,wood paneling, base board, wainscot, casing and crown molding, etc..

H. Remove all miscellaneous furring, plaster lath, plaster molding, gypsum board, cementboard, wood paneling, ceramic tile, wall bases, and associated fasteners, etc., attached toexisting interior wood/metal framed walls, as indicated on the drawings. Wood/metal wallframing (studs) to remain.

I. Remove all ceiling construction such as, but not limited to, miscellaneous furring, plaster lath,plaster molding, gypsum board, cement board, acoustic panel systems, and associatedframing and fasteners, etc., from the underside of existing wood floor joists, typical unlessotherwise noted. Fourth floor roof & dormer framing (ceiling joists) to remain.

J. Remove all floor finishes and multiple layers of underlayment (if applicable) down to theoriginal subfloor (boards, plywood, concrete or terrazzo). This includes, but not limited too,Wood flooring, Carpet, Carpet padding, Vinyl tile, Ceramic tile, Grout fill, Raised floor structure

K. Remove all interior doors, excluding fire stair doors and salvaged doors. Exterior doors toremain.

L. Remove all window treatments (blinds, curtains, shades)M. Remove all building insulation where exposed by the removal of interior wall finishes, if

applicable.N. Remove all HVAC piping, HVAC radiators, valves, pumps and equipment back to the existing

campus steam line.O. Remove all miscellaneous HVAC ducts and equipment. Remove all plumbing components

such as, but not limited to, plumbing fixtures, piping, ect., back to underground/underslabpiping. Drain piping and cap or plug piping with same or compatible piping material.

P. Remove all electrical equipment back to the existing main distribution panel (MDP) in thebasement such as, but not limited too, light fixtures, ceiling fans, panels, devices, wiring,conduit, hangers and braces, except as specifically noted otherwise. EXTERIOR SITEFIXTURES TO BE REROUTED AND FEED TO THE EXISTING MDP. THIS PANEL WILL BETHE SOURCE OF THE CONTRACTORS TEMPORARY POWER.

Q. Remove all toilet partitions and toilet accessories.R. Remove all fire suppression components such as, but not limited too, sprinkler heads, branch

piping, main lines. EXISTING FIRE RISERS (STANDPIPES) IN STAIR ENCLOSURES ANDFIRE SERVICE EQUIPMENT IN BASEMENT (FIRE PUMP, STATION/CONNECTION) TOREMAIN.

S. Remove all miscellaneous casework such as, but not limited to, Bulletin boards, Displaycases

T. Remove all debris or loose items, such as, but not limited to, furniture, boxes, and trashdispensers.

U. Remove and Salvage all air conditioner window units and return them to the OwnerV. Remove and Salvage selected items noted on the drawings. Refer to drawing Sheet Notes.

AREA OF ASBESTOS CONTAINING MATERIAL (4" DEEP OFSOIL OR FLOOR TILE) TO BE REMOVED. REFER TOHAZARDOUS MATERIAL SURVEY REPORT FOR ESTIMATEDQUANTITIES AND LOCATIONS (CONTRACTOR TO VERIFY)

AREA OF ASBESTOS CONTAINING MATERIAL (WALLBOARDAND/OR JOINT COMPOUND) TO BE REMOVED ENTIRELYWITHIN THE SPACE. WALL STRUCTURE TO REMAIN. REFERTO HAZARDOUS MATERIAL SURVEY REPORT FORESTIMATED QUANTITIES AND LOCATIONS (CONTRACTOR TOVERIFY)

REMOVE ALL MISCELLANEOUS FURRING, PLASTER LATHAND/OR MOLDING, GYP. BD., CEMENT BD., WOOD PANELING,CERAMIC TILE, FASTENERS FROM EXISTING INTERIORWOOD/METAL FRAMED WALLS. REMOVE ALL ELECTRICALCOMPONENTS FROM WITHIN STUD CAVITY, SEE TYPICALNOTES. WOOD/METAL WALL FRAMING (STUDS) TO REMAIN.

EXISTING DOOR & FRAME TO BE REMOVED, UNO.

Salvage woodbase moldingthroughoutbuilding.

EXISTING WOOD CASING

EXISTING WOOD CHAIR RAIL

EXISTING WOOD BASE

3/4"

3 7

/8"

7 5

/8"

4 1/4"

1"

7/8"

All dimensions areapproximate

COPYRIGHT PERFIDO WEISKOPFWAGSTAFF + GOETTEL 2013C

SCALE:CHECKED BY:

DRAWN BY: DATE:

DRAWING NO.:

DEMOLITION & HAZARDOUS MATERIALS ABATEMENTCONVERSION AND RENOVATION OF

BECHT HALL � CLARION CAMPUS

PROJECT / CONTRACT No. # CL�698.5

STATE SYSTEM OF HIGHER EDUCATIONCLARION UNIVERSITY

AUTHORIZED BY:

REVIEWED BY:

SUBMITTED:

SUBMITTED:

CONSTRUCTION MANG:

CONSULTANT:

PROFESSIONAL:

SYSTEM REP:

PROFESSIONAL SEALS:

AS�BUILT REVISIONS

PERFIDO WEISKOPF WAGSTAFF + GOETTEL408 BOULEVARD OF THE ALLIESPITTSBURGH, PENNSYLVANIA 15219�1301412.391.2884 PH 412.391.1657 FXWWW.PWWGARCH.COM

DATE: DESCRIPTION:

DEMOLITION & ABATEMENT SUBMISSIONDEMOLITION & ABATEMENT SUBMISSIONDEMOLITION & ABATEMENT SUBMISSIONDEMOLITION & ABATEMENT SUBMISSION01/11/201301/11/201301/11/201301/11/2013

01/11/201301/11/201301/11/201301/11/2013

AS NOTEDAS NOTEDAS NOTEDAS NOTED1/1

0/2

01

3 1

:28

:39

PM

GENERAL PROJECT NOTES

G�1 6" = 1'�0" G�1

2DETAIL � EXISTING WOOD TRIM PROFILES TO BE SALVAGED

FOR REFERENCE ONLY

Page 8: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

Mac.

Stea

m Line

EU

UNK MH

UNK MH

SIGNAL MH

RIM

RIM

RIM

RIM

INV IN

INV OUT

1500

1505

1510

1515

1520

1520

1515

1510

1505

1500

1510

1510

1510

1505

CO

E

E

E

S

N

TRUEPROJECT

N

BECHT HALL

WOOD STREET

BECHT HALL PARKING LOT

6'�0" HIGH CHAIN LINK SITE FENCE AND (3)GATES FOR CONTRACTOR'S SITE ACCESS.ENTIRE FENCE & GATE TO REMAIN ASPROPERTY OF CLARION UNIV. AFTER THECOMPLETION OF THE PROJECT

MOORE HALL

GATE � SECONDARY CONTRACTOR'SSITE ACCESS POINT

BALLENTINE HALL

EGBERT H

ALL

EAGLE

COMM

ONS/DINING

FACILITY

PAGE STREET

ADMISSIONS

OFFICE

CA

RLS

ON

LIB

RA

RY

LAY DOWNCONSTRUCTION

AREA

60' � 0"

130' �

0"

EXISTING CAMPUS STEAM &CONDENSATE LINES TO BE ABATED10'�0" FROM THE INSIDE FACE OFBECHT HALL TO THE INSIDE FACE OFMOORE HALL

6'�0" HIGH CHAIN LINK SITE FENCE AND GATE(S)AS NECESSARY FOR CONTRACTOR LAYDOWNAREA. ENTIRE FENCE & GATE TO REMAIN ASPROPERTY OF CLARION UNIV. AFTER THECOMPLETION OF THE PROJECT

GATE � SECONDARY CONTRACTOR'SSITE ACCESS POINT

BECHT HALLSITE

CONTRACTORLAYDOWNAREA

CONTEXTUAL CAMPUS MAP

EXISTING PAD MOUNTED TRANSFORMERTO REMAIN

6'�0" HIGH CHAIN LINK SITE FENCE BEHINDEXIST PICKET FENCE (WOOD STREET SIDE).ENTIRE FENCE & GATE TO REMAIN ASPROPERTY OF CLARION UNIV. AFTER THECOMPLETION OF THE PROJECT

SITE FENCE TO BE LOCATED ADJACENT TO CONCCURB ( PAGE STREET) AND WOOD POST & RAIL,TERMINATED AT CORNER OF MOORE HALLGARAGE

60' � 0"

(11) ELEVEN EXISTING SITE LIGHT POLES TOBE REMOVED & SALVAGED.

1" = 20'�0" AB�001

1SITE ABATEMENT PLAN

COPYRIGHT PERFIDO WEISKOPFWAGSTAFF + GOETTEL 2013C

SCALE:CHECKED BY:

DRAWN BY: DATE:

DRAWING NO.:

DEMOLITION & HAZARDOUS MATERIALS ABATEMENTCONVERSION AND RENOVATION OF

BECHT HALL � CLARION CAMPUS

PROJECT / CONTRACT No. # CL�698.5

STATE SYSTEM OF HIGHER EDUCATIONCLARION UNIVERSITY

AUTHORIZED BY:

REVIEWED BY:

SUBMITTED:

SUBMITTED:

CONSTRUCTION MANG:

CONSULTANT:

PROFESSIONAL:

SYSTEM REP:

PROFESSIONAL SEALS:

AS�BUILT REVISIONS

PERFIDO WEISKOPF WAGSTAFF + GOETTEL408 BOULEVARD OF THE ALLIESPITTSBURGH, PENNSYLVANIA 15219�1301412.391.2884 PH 412.391.1657 FXWWW.PWWGARCH.COM

DATE: DESCRIPTION:

DEMOLITION & ABATEMENT SUBMISSIONDEMOLITION & ABATEMENT SUBMISSIONDEMOLITION & ABATEMENT SUBMISSIONDEMOLITION & ABATEMENT SUBMISSION01/11/201301/11/201301/11/201301/11/2013

01/11/201301/11/201301/11/201301/11/2013

AS NOTEDAS NOTEDAS NOTEDAS NOTED1/1

0/2

01

3 1

:28

:23

PM

SITE DEMOLITION & ABATEMENT PLAN

AB�001JFJFJFJF

DK / JFDK / JFDK / JFDK / JF

FOR REFERENCE ONLY

Page 9: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

UP

UP

UP

UP

UNEXCAVATED

UN

EX

CA

VA

TE

DU

NE

XC

AV

AT

ED

UNEXCAVATED

BASEMENTB4

CRAWL SPACED

CRAWL SPACEA

CRAWLSPACE

B

CRAWL SPACEC

MECH RM B5

MECH RM B3LAUNDRY

B2

GENERATORB3A

METER RM B1

EM

ER

GE

NC

Y P

OW

ER

TO

MO

OR

E H

AL

L

EX

IST

ING

CIT

Y W

AT

ER

IN

TA

KE

EXISTING SANITARYDISCHARGE & CLEANOUT

CUT & CAP EXISTINGCAMPUS STEAM &CONDENSATE LINES INTUNNEL 10'�0" INTO THETUNNEL FROM BECHTHALL. CONFIRM SHUTOFF OF SYSTEM WITHUNIVERSITY PROJECTREPRESENTATIVE.

REMOVE ASBESTOS CONTAININGMATERIAL (300 SF OF FIBER PAPER)

STAIR #3

EX

IST

ING

PR

IMA

RY

(CA

MP

US

) P

OW

ER

INSULATION ON 5" EXIST STEAM LINE & 3"EXIST CONDENSATE RETURN LINE TO BEABATED 10'�0" FROM OUTSIDE OF BECHTHALL

3SF OF TRANSITE PANELS TOBE ABATED

FLEX JOINT ONEMERGENCY GENERATOR,APPROXIMATELY 2 SF

REMOVE CONDENSATE LINEENTIRELY FROM BECHT HALL, TYP

REMOVE EXISTING CAMPUS STEAMLINE ENTIRELY FROM BECHT HALL,TYP

N

TRUEPROJECT

N

0' 4' 8' 16' 32'

AREA OF ASBESTOS CONTAINING MATERIAL (4" DEEP OF SOIL ORFLOOR TILE) TO BE REMOVED. REFER TO HAZARDOUS MATERIALSURVEY REPORT FOR ESTIMATED QUANTITIES AND LOCATIONS(CONTRACTOR TO VERIFY)

AREA OF ACM � ASBESTOS CONTAINING MATERIAL (WALLBOARD AND/ORJOINT COMPOUND) TO BE REMOVED ENTIRELY WITHIN THE SPACE (I.E.,PLASTER & LATH OR GYP BD @ WALLS & CEILINGS). WALL & FLOORSTRUCTURE TO REMAIN. LOCATIONS OF ACM ARE NOTED IN THEHAZARDOUS MATERIAL SURVEY REPORT (CONTRACTOR TO VERIFY),QUANTITIES NOTED IN THE REPORT HAVE BEEN REVISED BY THEUNIVERSITY TO INCLUDE ALL THE ACM & NON�ACM MATERIAL IN THE SPACE.

LEGEND

REMOVE ALL MISCELLANEOUS FURRING, PLASTER LATH AND/ORMOLDING, GYP. BD., CEMENT BD., WOOD PANELING, CERAMIC TILE,FASTENERS FROM EXISTING INTERIOR WOOD/METAL FRAMED WALLS.REMOVE ALL ELECTRICAL COMPONENTS FROM WITHIN STUD CAVITY,SEE TYPICAL NOTES. WOOD/METAL WALL FRAMING (STUDS) TOREMAIN.

DEMOLITION & ABATEMENT SHEET NOTES

REFER TO GENERAL DEMOLITION & ABATEMENTNOTES ON SHEET G�1

1. Remove all miscellaneous furring, plaster lath, plastermolding, gypsum bd, cement bd, wood paneling,ceramic tile, wall bases, and fasteners, etc., fromexisting interior wood/metal framed walls. Remove allelectrical components from within stud cavity, refer totypical notes. Wood/metal wall framing (studs) toremain.

2. Remove & Salvage existing door and frame (jamb,head and transom)

3. Existing plaster on masonry walls to remain.4. Equipment to remain.5. Equipment to be salvaged, returned to owner.6. Remove additional wood & plaster wall furring attached

to the original masonry/plaster finish of the exteriorwalls.

5

4 (5) ITEMS

5(3) ITEMS

4

CRAWL SPACE+/� 90'�3"

CRAWL SPACE+/� 91'�3"

CRAWL SPACE+/� 95'�6"

CRAWL SPACE+/� 95'�0"

CRAWL SPACE+/� 95'�0"

EXIST RAISED PAD

EX

IST

ING

GA

S L

INE

10'�0"

REMOVE EXISTINGCAMPUS STEAM &CONDENSATE LINESROUTED TO MOORE HALL.CAP & PLUG LINE @ EXITPOINT.

SERVICE AND METER TOBE REMOVED BY OTHERSPRIOR TO THE START OFDEMO WORK. REMOVEALL ELECTRICALEQUIPMENT (PANELS,CONDUIT, ETC.)

EM

ER

GE

NC

Y P

OW

ER

TO

MO

OR

E H

AL

L

EXISTING FIRE SERVICEREMOVE & CAPDOMESTIC WATERSERVICE

ABANDONED CAMPUS STEAM& CONDENSATE LINE

CUT, CAP & PLUG EXISTING CAMPUSSTEAM & CONDENSATE LINES ROUTED TOBALLENTINE HALL. CONFIRM SHUT OFF OFSYSTEM WITH UNIVERSITY PROJECTREPRESENTATIVE.

COPYRIGHT PERFIDO WEISKOPFWAGSTAFF + GOETTEL 2013C

SCALE:CHECKED BY:

DRAWN BY: DATE:

DRAWING NO.:

DEMOLITION & HAZARDOUS MATERIALS ABATEMENTCONVERSION AND RENOVATION OF

BECHT HALL � CLARION CAMPUS

PROJECT / CONTRACT No. # CL�698.5

STATE SYSTEM OF HIGHER EDUCATIONCLARION UNIVERSITY

AUTHORIZED BY:

REVIEWED BY:

SUBMITTED:

SUBMITTED:

CONSTRUCTION MANG:

CONSULTANT:

PROFESSIONAL:

SYSTEM REP:

PROFESSIONAL SEALS:

AS�BUILT REVISIONS

PERFIDO WEISKOPF WAGSTAFF + GOETTEL408 BOULEVARD OF THE ALLIESPITTSBURGH, PENNSYLVANIA 15219�1301412.391.2884 PH 412.391.1657 FXWWW.PWWGARCH.COM

DATE: DESCRIPTION:

DEMOLITION & ABATEMENT SUBMISSIONDEMOLITION & ABATEMENT SUBMISSIONDEMOLITION & ABATEMENT SUBMISSIONDEMOLITION & ABATEMENT SUBMISSION01/11/201301/11/201301/11/201301/11/2013

01/11/201301/11/201301/11/201301/11/2013

AS NOTEDAS NOTEDAS NOTEDAS NOTED1/1

0/2

01

3 1

:28

:25

PM

BASEMENT FLOOR DEMOLITION &ABATEMENT PLAN

AB�100JFJFJFJF

DK / JFDK / JFDK / JFDK / JF 1/8" = 1'�0" AB�100

1BASEMENT FLOOR ABATEMENT PLAN

FOR REFERENCE ONLY

Page 10: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

DN

DN

UP

DN

DN

DN

DN

DN

UP

UP

DN

DN

34

33

35

33

5 6 7 8 9 10

1 2 3 4 5

23

1312

11

14

31A

31

WOMEN'STLT

(20A)

21 1617

1918

15

38

21

22

24

26

STAIR #1

STAIR #2STAIR #3

MEN'S TLT(20)

25

23

21A

32

N

TRUEPROJECT

N

0' 4' 8' 16' 32'

AREA OF ASBESTOS CONTAINING MATERIAL (4" DEEP OF SOIL ORFLOOR TILE) TO BE REMOVED. REFER TO HAZARDOUS MATERIALSURVEY REPORT FOR ESTIMATED QUANTITIES AND LOCATIONS(CONTRACTOR TO VERIFY)

AREA OF ACM � ASBESTOS CONTAINING MATERIAL (WALLBOARD AND/ORJOINT COMPOUND) TO BE REMOVED ENTIRELY WITHIN THE SPACE (I.E.,PLASTER & LATH OR GYP BD @ WALLS & CEILINGS). WALL & FLOORSTRUCTURE TO REMAIN. LOCATIONS OF ACM ARE NOTED IN THEHAZARDOUS MATERIAL SURVEY REPORT (CONTRACTOR TO VERIFY),QUANTITIES NOTED IN THE REPORT HAVE BEEN REVISED BY THEUNIVERSITY TO INCLUDE ALL THE ACM & NON�ACM MATERIAL IN THE SPACE.

LEGEND

REMOVE ALL MISCELLANEOUS FURRING, PLASTER LATH AND/ORMOLDING, GYP. BD., CEMENT BD., WOOD PANELING, CERAMIC TILE,FASTENERS FROM EXISTING INTERIOR WOOD/METAL FRAMED WALLS.REMOVE ALL ELECTRICAL COMPONENTS FROM WITHIN STUD CAVITY,SEE TYPICAL NOTES. WOOD/METAL WALL FRAMING (STUDS) TOREMAIN.

DEMOLITION & ABATEMENT SHEET NOTES

REFER TO GENERAL DEMOLITION & ABATEMENTNOTES ON SHEET G�1

1. Remove all miscellaneous furring, plaster lath, plastermolding, gypsum bd, cement bd, wood paneling,ceramic tile, wall bases, and fasteners, etc., fromexisting interior wood/metal framed walls. Remove allelectrical components from within stud cavity, refer totypical notes. Wood/metal wall framing (studs) toremain.

2. Remove & Salvage existing door and frame (jamb,head and transom)

3. Existing plaster on masonry walls to remain.4. Equipment to remain.5. Equipment to be salvaged, returned to owner.6. Remove additional wood & plaster wall furring attached

to the original masonry/plaster finish of the exteriorwalls.

2

2

REMOVE AND SALVAGE ALL EXISTINGTIN/METAL CEILING PANELS & CROWN

MOLDING IN THIS AREA

SALVAGEEXISTINGWOODWINDOWCASINGS,STOOLS ANDAPRONS INTHIS AREA.

REMOVE EXISTING WOODFRAMING AND ELEVATEDFLOORS

3TYP

3

TYP

EXISTING PAD MOUNTED TRANSFORMER TO REMAIN

3

TYP

REMOVE ROOM SIDE PLASTER/GYP BD FINISH

3

TYP

1

TYP

REMOVEEXISTINFILLWITHINORIGINALOPNGS

EXISTING VINYL/RUBBER TREADS &LANDINGS TO BE REMOVED INSTAIR #2

REMOVE AND SALVAGETHE EXIST ELEVATOR CAR,DOOR/GATE & ALLRELATED COMPONENTS(PULLEYS, ROPE ANDWOODEN GUIDE RAILS)

5

EXISTING WOOD BEADBOARD CEILING TO BEREMOVED AND SALVAGED.

66

6

6 ENTIRE WEST WALLBTWN ROOM 34 TO35

66

COPYRIGHT PERFIDO WEISKOPFWAGSTAFF + GOETTEL 2013C

SCALE:CHECKED BY:

DRAWN BY: DATE:

DRAWING NO.:

DEMOLITION & HAZARDOUS MATERIALS ABATEMENTCONVERSION AND RENOVATION OF

BECHT HALL � CLARION CAMPUS

PROJECT / CONTRACT No. # CL�698.5

STATE SYSTEM OF HIGHER EDUCATIONCLARION UNIVERSITY

AUTHORIZED BY:

REVIEWED BY:

SUBMITTED:

SUBMITTED:

CONSTRUCTION MANG:

CONSULTANT:

PROFESSIONAL:

SYSTEM REP:

PROFESSIONAL SEALS:

AS�BUILT REVISIONS

PERFIDO WEISKOPF WAGSTAFF + GOETTEL408 BOULEVARD OF THE ALLIESPITTSBURGH, PENNSYLVANIA 15219�1301412.391.2884 PH 412.391.1657 FXWWW.PWWGARCH.COM

DATE: DESCRIPTION:

DEMOLITION & ABATEMENT SUBMISSIONDEMOLITION & ABATEMENT SUBMISSIONDEMOLITION & ABATEMENT SUBMISSIONDEMOLITION & ABATEMENT SUBMISSION01/11/201301/11/201301/11/201301/11/2013

01/11/201301/11/201301/11/201301/11/2013

AS NOTEDAS NOTEDAS NOTEDAS NOTED1/1

0/2

01

3 1

:28

:30

PM

FIRST FLOOR DEMOLITION &ABATEMENT PLAN

AB�101CheckerCheckerCheckerChecker

AuthorAuthorAuthorAuthor 1/8" = 1'�0" AB�101

1FIRST FLOOR ABATEMENT PLAN

FOR REFERENCE ONLY

Page 11: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

DNUP

UPDN

UPDN

222

222B

224

226

228

230

232

234

236

220

227

229

233

233

235

237

239

241

243

218 216 214 212 210 208 206 204 202

225 223 221

219

217

215

213

209

211

207 205 203 201

EXISTING ROOF TO REMAIN

EXISTING ROOF TO REMAIN

STAIR #1

STAIR #2STAIR #3

IRONING

ABATE ALL FLASHINGTAR AT LOW ROOF(NEAR STORAGE ROOM211)

WALLS NOT SHOWN INHAZ MAT REPORTS,INDICATED AS'LOUNGE'

INDICATED AS 'APARTMENTBEDROOM' IN REPORT

231

TOILETS&

SHOWERS

STOR

N

TRUEPROJECT

N

0' 4' 8' 16' 32'

AREA OF ASBESTOS CONTAINING MATERIAL (4" DEEP OF SOIL ORFLOOR TILE) TO BE REMOVED. REFER TO HAZARDOUS MATERIALSURVEY REPORT FOR ESTIMATED QUANTITIES AND LOCATIONS(CONTRACTOR TO VERIFY)

AREA OF ACM � ASBESTOS CONTAINING MATERIAL (WALLBOARD AND/ORJOINT COMPOUND) TO BE REMOVED ENTIRELY WITHIN THE SPACE (I.E.,PLASTER & LATH OR GYP BD @ WALLS & CEILINGS). WALL & FLOORSTRUCTURE TO REMAIN. LOCATIONS OF ACM ARE NOTED IN THEHAZARDOUS MATERIAL SURVEY REPORT (CONTRACTOR TO VERIFY),QUANTITIES NOTED IN THE REPORT HAVE BEEN REVISED BY THEUNIVERSITY TO INCLUDE ALL THE ACM & NON�ACM MATERIAL IN THE SPACE.

LEGEND

REMOVE ALL MISCELLANEOUS FURRING, PLASTER LATH AND/ORMOLDING, GYP. BD., CEMENT BD., WOOD PANELING, CERAMIC TILE,FASTENERS FROM EXISTING INTERIOR WOOD/METAL FRAMED WALLS.REMOVE ALL ELECTRICAL COMPONENTS FROM WITHIN STUD CAVITY,SEE TYPICAL NOTES. WOOD/METAL WALL FRAMING (STUDS) TOREMAIN.

DEMOLITION & ABATEMENT SHEET NOTES

REFER TO GENERAL DEMOLITION & ABATEMENTNOTES ON SHEET G�1

1. Remove all miscellaneous furring, plaster lath, plastermolding, gypsum bd, cement bd, wood paneling,ceramic tile, wall bases, and fasteners, etc., fromexisting interior wood/metal framed walls. Remove allelectrical components from within stud cavity, refer totypical notes. Wood/metal wall framing (studs) toremain.

2. Remove & Salvage existing door and frame (jamb,head and transom)

3. Existing plaster on masonry walls to remain.4. Equipment to remain.5. Equipment to be salvaged, returned to owner.6. Remove additional wood & plaster wall furring attached

to the original masonry/plaster finish of the exteriorwalls.

3

TYP

3

TYP

1

TYP

EXISTING TOILET/SHOWER ROOM :REMOVE ALL MEP/FP SYSTEMSSUCH AS, BUT NOT LIMITED TOO,PLUMBING FIXTURES, LIGHTING,EXHAUST FAN SYSTEMS, ETC..REMOVE ALL ARCHITECTURALFLOOR, WALL AND CLNG FINISHES,TYPICAL

6@ EXTERIORWALL, TYP

6@ EXTERIORWALL, TYP

6@ EXTERIORWALL, TYP

6@ EXTERIORWALL, TYP

6@ EXTERIORWALL, TYP

6@ EXTERIORWALL, TYP

6 6

COPYRIGHT PERFIDO WEISKOPFWAGSTAFF + GOETTEL 2013C

SCALE:CHECKED BY:

DRAWN BY: DATE:

DRAWING NO.:

DEMOLITION & HAZARDOUS MATERIALS ABATEMENTCONVERSION AND RENOVATION OF

BECHT HALL � CLARION CAMPUS

PROJECT / CONTRACT No. # CL�698.5

STATE SYSTEM OF HIGHER EDUCATIONCLARION UNIVERSITY

AUTHORIZED BY:

REVIEWED BY:

SUBMITTED:

SUBMITTED:

CONSTRUCTION MANG:

CONSULTANT:

PROFESSIONAL:

SYSTEM REP:

PROFESSIONAL SEALS:

AS�BUILT REVISIONS

PERFIDO WEISKOPF WAGSTAFF + GOETTEL408 BOULEVARD OF THE ALLIESPITTSBURGH, PENNSYLVANIA 15219�1301412.391.2884 PH 412.391.1657 FXWWW.PWWGARCH.COM

DATE: DESCRIPTION:

DEMOLITION & ABATEMENT SUBMISSIONDEMOLITION & ABATEMENT SUBMISSIONDEMOLITION & ABATEMENT SUBMISSIONDEMOLITION & ABATEMENT SUBMISSION01/11/201301/11/201301/11/201301/11/2013

01/11/201301/11/201301/11/201301/11/2013

AS NOTEDAS NOTEDAS NOTEDAS NOTED1/1

0/2

01

3 1

:28

:32

PM

SECOND FLOOR DEMOLITION &ABATEMENT PLAN

AB�102CheckerCheckerCheckerChecker

AuthorAuthorAuthorAuthor 1/8" = 1'�0" AB�102

1SECOND FLOOR ABATEMENT PLAN

FOR REFERENCE ONLY

Page 12: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

UP

UP

DN

DN

UP

DN

322

322B

324

326

328

330

332

334

336

320

327

329

LOUNGE331

333

335

337

339

341

343

318 316 314 312 310 308 306 304 302

325 323 321

319

317

315

313

309

311

307 305 303 301

STAIR #1

STAIR #2STAIR #3

TOILETS&

SHOWERS

INDICATED AS 'APARTMENTBEDROOM' IN HAZMATREPORT

N

TRUEPROJECT

N

0' 4' 8' 16' 32'

AREA OF ASBESTOS CONTAINING MATERIAL (4" DEEP OF SOIL ORFLOOR TILE) TO BE REMOVED. REFER TO HAZARDOUS MATERIALSURVEY REPORT FOR ESTIMATED QUANTITIES AND LOCATIONS(CONTRACTOR TO VERIFY)

AREA OF ACM � ASBESTOS CONTAINING MATERIAL (WALLBOARD AND/ORJOINT COMPOUND) TO BE REMOVED ENTIRELY WITHIN THE SPACE (I.E.,PLASTER & LATH OR GYP BD @ WALLS & CEILINGS). WALL & FLOORSTRUCTURE TO REMAIN. LOCATIONS OF ACM ARE NOTED IN THEHAZARDOUS MATERIAL SURVEY REPORT (CONTRACTOR TO VERIFY),QUANTITIES NOTED IN THE REPORT HAVE BEEN REVISED BY THEUNIVERSITY TO INCLUDE ALL THE ACM & NON�ACM MATERIAL IN THE SPACE.

LEGEND

REMOVE ALL MISCELLANEOUS FURRING, PLASTER LATH AND/ORMOLDING, GYP. BD., CEMENT BD., WOOD PANELING, CERAMIC TILE,FASTENERS FROM EXISTING INTERIOR WOOD/METAL FRAMED WALLS.REMOVE ALL ELECTRICAL COMPONENTS FROM WITHIN STUD CAVITY,SEE TYPICAL NOTES. WOOD/METAL WALL FRAMING (STUDS) TOREMAIN.

DEMOLITION & ABATEMENT SHEET NOTES

REFER TO GENERAL DEMOLITION & ABATEMENTNOTES ON SHEET G�1

1. Remove all miscellaneous furring, plaster lath, plastermolding, gypsum bd, cement bd, wood paneling,ceramic tile, wall bases, and fasteners, etc., fromexisting interior wood/metal framed walls. Remove allelectrical components from within stud cavity, refer totypical notes. Wood/metal wall framing (studs) toremain.

2. Remove & Salvage existing door and frame (jamb,head and transom)

3. Existing plaster on masonry walls to remain.4. Equipment to remain.5. Equipment to be salvaged, returned to owner.6. Remove additional wood & plaster wall furring attached

to the original masonry/plaster finish of the exteriorwalls.

3

TYP

1

TYP

66

6

6

6

@ EXTERIORWALL,TYP

@ EXTERIORWALL,TYP

6@ EXTERIORWALL,TYP

6@ EXTERIORWALL,TYP

6

@ EXTERIORWALL,TYP @ EXTERIOR

WALL,TYP

COPYRIGHT PERFIDO WEISKOPFWAGSTAFF + GOETTEL 2013C

SCALE:CHECKED BY:

DRAWN BY: DATE:

DRAWING NO.:

DEMOLITION & HAZARDOUS MATERIALS ABATEMENTCONVERSION AND RENOVATION OF

BECHT HALL � CLARION CAMPUS

PROJECT / CONTRACT No. # CL�698.5

STATE SYSTEM OF HIGHER EDUCATIONCLARION UNIVERSITY

AUTHORIZED BY:

REVIEWED BY:

SUBMITTED:

SUBMITTED:

CONSTRUCTION MANG:

CONSULTANT:

PROFESSIONAL:

SYSTEM REP:

PROFESSIONAL SEALS:

AS�BUILT REVISIONS

PERFIDO WEISKOPF WAGSTAFF + GOETTEL408 BOULEVARD OF THE ALLIESPITTSBURGH, PENNSYLVANIA 15219�1301412.391.2884 PH 412.391.1657 FXWWW.PWWGARCH.COM

DATE: DESCRIPTION:

DEMOLITION & ABATEMENT SUBMISSIONDEMOLITION & ABATEMENT SUBMISSIONDEMOLITION & ABATEMENT SUBMISSIONDEMOLITION & ABATEMENT SUBMISSION01/11/201301/11/201301/11/201301/11/2013

01/11/201301/11/201301/11/201301/11/2013

AS NOTEDAS NOTEDAS NOTEDAS NOTED1/1

0/2

01

3 1

:28

:34

PM

THIRD FLOOR DEMOLITION &ABATEMENT PLAN

AB�103CheckerCheckerCheckerChecker

AuthorAuthorAuthorAuthor

1/8" = 1'�0" AB�103

1THIRD FLOOR ABATEMENT PLAN

FOR REFERENCE ONLY

Page 13: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

DN

DN

DN

APARTMENT422

424

426

428

430

432

431

429

427

425

423

421

419417 415 413 411

409

STORAGE409B

407 405 403 401

420 418 416 414 412 410 408 406 404 402

STAIR #1

STAIR #2

STAIR #3

TOILET

INDICATED AS 'STORAGE' INHAZMAT REPORT

CLOSET SHOWN INDIFFERENT LOCATION INHAZMAT REPORT

433

JAN

STORAGE

N

TRUEPROJECT

N

0' 4' 8' 16' 32'

AREA OF ASBESTOS CONTAINING MATERIAL (4" DEEP OF SOIL ORFLOOR TILE) TO BE REMOVED. REFER TO HAZARDOUS MATERIALSURVEY REPORT FOR ESTIMATED QUANTITIES AND LOCATIONS(CONTRACTOR TO VERIFY)

AREA OF ACM � ASBESTOS CONTAINING MATERIAL (WALLBOARD AND/ORJOINT COMPOUND) TO BE REMOVED ENTIRELY WITHIN THE SPACE (I.E.,PLASTER & LATH OR GYP BD @ WALLS & CEILINGS). WALL & FLOORSTRUCTURE TO REMAIN. LOCATIONS OF ACM ARE NOTED IN THEHAZARDOUS MATERIAL SURVEY REPORT (CONTRACTOR TO VERIFY),QUANTITIES NOTED IN THE REPORT HAVE BEEN REVISED BY THEUNIVERSITY TO INCLUDE ALL THE ACM & NON�ACM MATERIAL IN THE SPACE.

LEGEND

REMOVE ALL MISCELLANEOUS FURRING, PLASTER LATH AND/ORMOLDING, GYP. BD., CEMENT BD., WOOD PANELING, CERAMIC TILE,FASTENERS FROM EXISTING INTERIOR WOOD/METAL FRAMED WALLS.REMOVE ALL ELECTRICAL COMPONENTS FROM WITHIN STUD CAVITY,SEE TYPICAL NOTES. WOOD/METAL WALL FRAMING (STUDS) TOREMAIN.

DEMOLITION & ABATEMENT SHEET NOTES

REFER TO GENERAL DEMOLITION & ABATEMENTNOTES ON SHEET G�1

1. Remove all miscellaneous furring, plaster lath, plastermolding, gypsum bd, cement bd, wood paneling,ceramic tile, wall bases, and fasteners, etc., fromexisting interior wood/metal framed walls. Remove allelectrical components from within stud cavity, refer totypical notes. Wood/metal wall framing (studs) toremain.

2. Remove & Salvage existing door and frame (jamb,head and transom)

3. Existing plaster on masonry walls to remain.4. Equipment to remain.5. Equipment to be salvaged, returned to owner.6. Remove additional wood & plaster wall furring attached

to the original masonry/plaster finish of the exteriorwalls.

1

TYP

1 INTERIOR SIDE OFDORMER FRAMING, TYP

1

INTERIOR SIDE OF ROOFFRAMING, INCLUDINGCEILING JOISTS, TYP

3

TYP

3

TYP

SALVAGE ALL DORMERWINDOW CASINGS &APRONS, TYP ON THISFLOOR ONLY

6

6

6

6 6

@ EXTERIORWALL,TYP

@ EXTERIORWALL,TYP

COPYRIGHT PERFIDO WEISKOPFWAGSTAFF + GOETTEL 2013C

SCALE:CHECKED BY:

DRAWN BY: DATE:

DRAWING NO.:

DEMOLITION & HAZARDOUS MATERIALS ABATEMENTCONVERSION AND RENOVATION OF

BECHT HALL � CLARION CAMPUS

PROJECT / CONTRACT No. # CL�698.5

STATE SYSTEM OF HIGHER EDUCATIONCLARION UNIVERSITY

AUTHORIZED BY:

REVIEWED BY:

SUBMITTED:

SUBMITTED:

CONSTRUCTION MANG:

CONSULTANT:

PROFESSIONAL:

SYSTEM REP:

PROFESSIONAL SEALS:

AS�BUILT REVISIONS

PERFIDO WEISKOPF WAGSTAFF + GOETTEL408 BOULEVARD OF THE ALLIESPITTSBURGH, PENNSYLVANIA 15219�1301412.391.2884 PH 412.391.1657 FXWWW.PWWGARCH.COM

DATE: DESCRIPTION:

DEMOLITION & ABATEMENT SUBMISSIONDEMOLITION & ABATEMENT SUBMISSIONDEMOLITION & ABATEMENT SUBMISSIONDEMOLITION & ABATEMENT SUBMISSION01/11/201301/11/201301/11/201301/11/2013

01/11/201301/11/201301/11/201301/11/2013

AS NOTEDAS NOTEDAS NOTEDAS NOTED1/1

0/2

01

3 1

:28

:36

PM

FOURTH FLOOR DEMOLITION &ABATEMENT PLAN

AB�104CheckerCheckerCheckerChecker

AuthorAuthorAuthorAuthor 1/8" = 1'�0" AB�104

1FOURTH FLOOR ABATEMENT PLAN

FOR REFERENCE ONLY

Page 14: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

COMMONWEALTH OF PENNSYLVANIA PENNSYLVANIA STATE SYSTEM OF HIGHER EDUCATION

Dr. John C. Cavanaugh, Chancellor

CLARION UNIVERSITY OF PENNSYLVANIA

Invitation for Bids

For

Project No. CL-698 REBID Becht Hall Conversion & Renovation

Demolition and Hazardous Material Abatement

Contract No. SSHE CL-698.5

Issued by: Purchasing Office

Issue Date: January 18, 2013

Response Date: February 22, 2013

CONTRACTING OFFICER ISSUING OFFICER Peter Fackler Rein Pold

Interim Vice President of Finance Director of Purchasing and Contracts and Administration

ARCHITECT Perfido Weiskopf Wagstaff & Goettel

408 Boulevard of the Allies Pittsburgh, PA 15219-1301

412-391-2684 412-391-1657

FOR REFRENCE ONLY

Page 15: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

TABLE OF CONTENTS

BIDDING REQUIREMENTS

NOTICE TO CONTRACTORS

INSTRUCTIONS TO BIDDERS (RIDER C)

BID FORM

Proposal Instructions

Proposal Index

Bid Proposal Form

Proposal Signature Sheet

Contract Compliance Requirements

MBE/WBE Participation in Facilities Projects

MBE/WBE Subcontractor & Supplier Solicitation Information Sheet

Business Certification Sheets

Bid Bond Form

CONTRACT FORM

STANDARD FORM OF AGREEMENT

Agreement

Rider A - Scope and Specifications of work to be performed

Rider B - General Conditions

Rider C - Instructions to bidders

Rider D - Additional contract commitments/information

Rider E - Warranties

Rider F - Bonds

Rider G - Contractor Integrity Provisions

Attachment 1 - Prevailing minimum wage cover sheet (over $25,000)

CONDITIONS OF THE CONTRACT

Special Requirements

Std-21 Compliance Review Form (Over $50,000)

Notice of Implementation of PA E-Verify Act

Prevailing minimum wage Predetermination Rates (over $25,000)

TECHNICAL SPECIFICATIONS Section Numbers

DIVISION 1 - GENERAL REQUIREMENTS

Section 01010 - Summary 01010-1-7

Section 01026 - Unit Prices 01026-1-3

Section 01027 - Applications for Payment 01027-1-3

Section 01035 - Modification Procedures 01035-1-2

Section 01050 - Field Engineering 01050-1-2

Section 01095 - Reference Standards and Definitions 01095-1-2

Section 01200 - Project Meetings 01200-1-2

Section 01300 - Submittals 01300-1-2

Section 01370 - Schedule of Values 01370-1-2

FOR REFRENCE ONLY

Page 16: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

Section 01400 - Quality Control Services 01400-1-3

Section 01501 - Safety 01501-1-1

Section 01600 - Materials and Equipment 01600-1-5

Section 01631 - Product Substitutions 01631-1-3

Section 01700 - Project Closeout 01700-1-4

Section 01710 - Cleaning 01710-1-2

Section 01720 - Project Record Documents 01720-1-2

Section 01741 - Construction Waste Management 01741-1-9

(4) Attachments: Form CWM-2 for demolition waste identification

Form CWM-4 for demolition waste reduction work plan

Form CWM-6 cost/revenue analysis of demolition waste reduction

work plan

Form CWM-8 for demolition waste

Section 01813 - Sustainable Design Requirements - LEED for

New Construction and Major Renovations

01813-1-3

DIVISION 2 – EXISTING CONDITIONS

Section 02080 - Asbestos Abatement 02080-1-32

Section 02419 - Selective Structure Demolition 02419-1-11

DIVISION 3 - CONCRETE - NOT USED

DIVISION 4 - MASONRY - NOT USED

DIVISION 5 - METALS – NOT USED

DIVISION 6 - WOOD AND PLASTICS - NOT USED

DIVISION 7 - THERMAL AND MOISTURE PROTECTION - NOT USED

DIVISION 8 - DOORS AND 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

DIVISION 14 - CONVEYING SYSTEMS - NOT USED

DIVISION 15 – MECHANICAL - NOT USED

DIVISION 16 – ELECTRICAL – NOT USED

DIVISION 22 – PLUMBING – NOT USED

DIVISION 31 – EARTHWORK - NOT USED

FOR REFRENCE ONLY

Page 17: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

DIVISION 32 – EXTERIOR IMPROVEMENTS – NOT USED

DIVISION 33 – UTILITIES – NOT USED

APPENDIX A

Report 1: “Hazardous Materials Survey Report”, dated May 2010, prepared by

Mountain Research, LLC

Report 2: “Hazardous Materials Survey Report – Addendum #1”, dated July 2010,

prepared by Mountain Research, LLC

Report 3: “Hazardous Materials Survey Report – Addendum #2”, dated March 2011,

prepared by Mountain Research, LLC

Report 4: CL-698 Becht - False Wall Asbestos Test Results 10-14-2011

LIST OF DRAWINGS

CONTRACT CL-698.5 REBID DATED

Cover Sheet

CS-1 Cover Sheet 4/20/2012

General

G-1 General Project Notes 4/20/2012

Demolition & Abatement

AB-001 Site Demolition & Abatement Plan 4/20/2012

AB-100 Basement Floor Demolition & Abatement Plan 4/20/2012

AB-101 First Floor Demolition & Abatement Plan 4/20/2012

AB-102 Second Floor Demolition & Abatement Plan 4/20/2012

AB-103 Third Floor Demolition & Abatement Plan 4/20/2012

AB-104 Fourth Floor Demolition & Abatement Plan 4/20/2012

FOR REFRENCE ONLY

Page 18: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID Becht Hall Demolition & Hazardous Material Abatement Notice to Contractors

DATE OF ISSUE: January 18, 2013

NOTICE TO CONTRACTORS Clarion University of Pennsylvania of the State System of Higher Education invites interested Contractors to submit sealed proposals for: CL-698.5 REBID Becht Hall Demolition & Hazardous Material Abatement Sealed proposals will be received at McEntire Building (beside Thorn II). Bids must be time stamped at this office no later than 2:00 p.m. on the date of bid opening. Brief Description: The Demolition and Abatement Contractor shall be a single prime contractor for

this project. The work includes, but is not necessarily limited to the following:

The Becht Hall Renovations – CL-698 REBID Demolition and Hazardous Material Abatement consists of the

removal of selected building materials and all ACM (asbestos containing material) as noted in the drawings,

specifications and Owner provided reports and direction. Building materials to be removed include, but not

limited to, interior plaster and/or gypsum board on interior wood partitions, all ceilings, all finish floor

materials, all plumbing fixtures, supply piping and associated above grade/slab sanitary piping, all fire

protection sprinklers, branch and main lines off of the existing fire risers in the three (3) stair enclosures, and

the entire electrical system within the building up to the main switch gear and existing panel. Electrical power

from the existing exterior pad mounted transformer back to an existing electric panel, the existing fire risers in

the three (3) stair enclosures, associated fire hose connections at each floor of the stair enclosures, and

existing fire service equipment in the basement are to remain. ACM includes, but not limited to, plaster wall

& patching, floor tile, pipe insulation and contaminated soil.

University Contracting Officer: The University Contracting Officer for this Project is:

Peter Fackler, Interim Vice President for Finance and Administration Opening Date and Time: 2:00 P.M., February 22, 2013

Pre-bid Conference: A pre-bid conference will be held Friday, February 1, 2013 at 10:00A.M. in the McEntire Conference Room, Wilson Ave., Clarion, PA. Directions to campus are available by checking our website, http://www.clarion.edu/37185 or contacting the University Project Manager, Dave Fagan, at 814/393-2453. The pre-bid meeting will be the only site visit conducted by the University and the only review of plans and specifications. All Contractors are urged to attend. Pre-bid minutes and all addenda will be posted to web page www.clarion.edu/61523. Contractors are responsible for retrieving such information from the web page.

Contract Nos./Cost Range: CL-698.5: $500,000 - $1,500,000 MBE\WBE REAA Participation Levels: CL-698.5 $ 50,000 - $ 150,000 Bid Guaranty: 5% of bid amount

Proposal Period: 60 calendar days allowed from Bid Opening until Award of Contract

Contract Approval Period: 90 calendar days allowed from Bid Opening until Notice to Proceed

FOR REFRENCE ONLY

Page 19: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID Becht Hall Demolition & Hazardous Material Abatement Notice to Contractors

Proposed Date of Completion: November 24, 2013

Liquidated Damages: The Contractor shall pay to the System, as liquidated damages and not as a penalty, the amount of $ 1000.00 for each and every calendar day beyond the specified number of calendar days of completion.

Professional: Perfido Weiskopf Wagstaff + Goettel 408 Boulevard of the Allies Pittsburgh, Pennsylvania 15219 Plans Cost/Contact: $65.00 non-refundable, by check payable to Clarion University and

mailed to Rm.16, McEntire Building, Clarion University, Clarion, PA 16214.

Contact for Bid and Specification Information: Ruth Wolfgong, 814/393-2365, e-mail: [email protected].

Bidders' Services: Plans and specifications are available for review at McEntire Maintenance, Clarion University; Erie Construction Council, 1102 Chestnut Street, Erie, PA 15512; Pittsburgh Builder's Exchange, 1813 North Franklin Street, Pittsburgh, PA 15233; Altoona Builders Exchange, 1927 Union Avenue, Altoona, PA 16601; and Mid-Atlantic BX, 2501 North Front Street, Harrisburg, PA 17110.

CONTRACTUAL REQUIREMENTS Bid Guaranty:

It has been determined by the University that for this work a bid guaranty is required. As a bid guaranty, each Proposal must be accompanied by a Certified Check, Bank Cashier's Check or BID Bond. If a Bid Bond is submitted, it must be in the amount of 5% of the contract bid proposal amount, and it MUST be submitted on the System furnished Bid Bond Form. FAILURE to submit a bid guaranty; or, if the Bid Bond is used as a Bid Guaranty, failure to submit the completed (all signatures and seals) System-furnished Bid Bond Form may result in the rejection of the Bid Proposal as non-responsive. Performance and Payment Bonds: Performance and Payment Bonds in the amount of the contracts are required for work performed under the contracts awarded for this project. Bond requirements are contained in Rider F-Contract Bonds of the System's Standard Form of Agreement for Facilities Projects. Nondiscrimination The State System of Higher Education is an equal opportunity employment agency with nondiscrimination/sexual harassment requirements, as contained in the bid proposal form. Debarred Contractors: Contractors currently under suspension or debarment by the Commonwealth, any other state, or the federal government are not eligible for an award of contract for this project. Additionally, contractors should not contract with or employ subcontractors or individuals that are currently under suspension or debarment by the Commonwealth or the federal government. A current list of suspended or debarred contractors is available by contacting the Department of General Services, Office of Chief Counsel, North Office Building, Room 603, Harrisburg, PA 17125. http://www.portal.state.pa.us/portal/server.pt?open=512&objID=1271&&SortOrder=100&level=2&parentid=1231&css=L2&mode=2 Product Substitution: Any product substitution requests shall be submitted to the design professional a minimum of ten (10) calendar days prior to the date set for receipt of bid proposals. Those product substitutions that are accepted will be published in an

FOR REFRENCE ONLY

Page 20: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID Becht Hall Demolition & Hazardous Material Abatement Notice to Contractors

addendum. After the bid opening, product substitutions will be considered only for those conditions listed in Section 01631-Product Substitutions. MBE\WBE Participation: The Contractor must demonstrate that he has complied with the State System of Higher Education Draft Regulation Minority Business and Women Business Enterprise (MBE/WBE) in facilities projects, as outlined in the bid proposal form, in the preparation and submission of their bid proposals. All bidders must directly contact certified MBE/WBE subcontractors and/or suppliers to request quotes. Bidders must solicit MBE/WBE firms in a timely manner to allow sufficient time for a response, in the same manner bidders solicit from other subcontractors and suppliers. In order for a solicitation to be considered a qualified proactive solicitation, it must contain the following minimum information: 1. The solicitation must be written, and on the bidder's business letterhead 2. The date of solicitation indicated 3. The name and address of MBE\WBE firm solicited 4. The project name and number 5. A listing of the specific equipment, materials and/or supplies, including appropriate quantities, that the

bidder intends to purchase or lease. The scope of work for any subcontract work should be clearly outlined.

6. Instructions as to where the plans and specifications (if not attached) are available to be reviewed. Information regarding the availability of certified Minority and Women Business Enterprise (MBE/WBE) may be obtained form the Commonwealth of Pennsylvania, Bureau of Contract Administration and Business Development at 717/783-3119 or 412/826-5656. You may also access the following web page in order to identify MBE/WBE: http://www.portal.state.pa.us/portal/server.pt?open=512&objID=1359&&SortOrder=100&level=3&parentid=1358&css=L3&mode=2&cached=true Those minority and women owned businesses certified by the Department of General Services, as listed therein or subsequently certified, will be pre-approved and acceptable to the System as MBE/WBE firms. Contractors may submit other minority or women owned firms which have been certified by other states or by other duly constituted public bodies. Right to Know :

Please be advised that effective January 1, 2009 all responses to this procurement opportunity are

subject to the Pennsylvania Right-to-Know Law, 65 P.S. §67.101 et seq., (Act 3 of 2008). The Right-to-

Know Law permits any requestor to inspect and/or copy any record prepared and maintained or received

in the course of the operation of a public office or agency that is not subject to the enumerated

exceptions under the law. If your response to the procurement opportunity contains a trade secret or

confidential proprietary information, you should include with your response a separate signed written

statement to that effect. Should your response become the subject of a Pennsylvania Right-to-Know

Law request, you will be notified by the procurement office to identify all trade secrets or confidential

and proprietary information that is included in your response. The agency will then determine whether

the claimed trade secret or confidential and proprietary information is subject to disclosure.

NOTICE - IMPLEMENTATION OF PA E-VERIFY

The Commonwealth of Pennsylvania enacted Act 127 of 2012, known as the Public Works Employment

Verification Act (‘the Act’), which requires all public work contractors and subcontractors to utilize the Federal

Government’s E-Verify system (EVP) to ensure that all employees performing work on public work projects are

authorized to work in the United States.

The Department of General Services’ (DGS) Public Works Employment Verification Compliance Program is

responsible for the administration, education, and enforcement of the Act. It provides contractors and

subcontractors with educational outreach, conducts investigations when complaints are received, and conducts

random audits to ensure compliance with the requirements of this Act. Contracts resulting from this solicitation

will fall under the Act and the associated DGS compliance program.

FOR REFRENCE ONLY

Page 21: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID Becht Hall Demolition & Hazardous Material Abatement Notice to Contractors

Information on the Act and DGS' program are available on this DGS web site:

http://www.dgs.state.pa.us/portal/server.pt/community/construction_and_public_works/1235/public_works_employ-

ment_verification/1357211

Contractors will be required to sign and submit to the university, as a pre-condition of being awarded a contract,

the Commonwealth of Pennsylvania Public Works Employment Verification Form.

Subcontracts between a public works contractor and its subcontractors shall contain notification of the

applicability of the Act, information regarding the use of the EVP, and reference to DGS’ website at

www.dgs.state.pa.us to obtain a copy of the required Commonwealth of Pennsylvania Public Works Employment

Verification Form. Additionally, Contractors will require each of their subcontractors to sign and submit to the

university, prior to that subcontractor performing work at the project site, the Commonwealth of Pennsylvania

Public Works Employment Verification Form.

The Commonwealth of Pennsylvania Public Works Employment Verification Form is available on DGS' web site

and/or through the university.

Contractors will comply with all other requirements of the Act, and also require each of their subcontractors to

comply, which includes maintaining documentation of continued compliance with the Act by utilizing the EVP

for new employees hired throughout the duration of the public works contract.

FOR REFRENCE ONLY

Page 22: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

Proposal Instructions

STATE SYSTEM OF HIGHER EDUCATION COMMONWEALTH OF PENNSYLVANIA

STANDARD FORM OF AGREEMENTFOR FACILITIES PROJECTS

RIDER C

INSTRUCTION TO BIDDERS

It is the responsibility of the bidder by careful personal examination of the contract documents to satisfy

himself as to the nature and location of the work, as well as all environmental conditions that may effect

performance of the work. All bidders should visit the site to thoroughly familiarize themselves with the

existing conditions. If any discrepancies should be found between existing conditions and the Contract

Documents, prospective bidders shall report these discrepancies to the System for clarification prior to

submitting a bid. Requests for interpretation of the work to be performed shall be submitted in writing to

the System or the System's designated representative. Failure of the bidder to visit the site, recognize and

take into account in their bid site conditions that affect the work, shall not be considered sufficient cause for

any increase in the agreed upon contracted amount.

Bidder is required to supply PA E-VERIFY Form as per The Commonwealth of Pennsylvania enacted Act

127 of 2012, known as the Public Works Employment Verification Act which requires all public work

contractors and subcontractors to utilize the Federal Government’s E-Verify system (EVP) to ensure that all

employees performing work on public work projects are authorized to work in the United States.

See Notice to Contractors for further details and link to form.

If a bid guaranty is required, a certified check, bank cashier’s check, or Bid Bond must accompany each

proposal. Failure to submit a bid guaranty, if required, will result in the rejection of the Bid Proposal as

unresponsive. If a Bid Bond is used as the guaranty, it must be submitted on the System-furnished Bid Bond

form, complete with all signatures, seals, and certificate of power of attorney.

Each proposal shall be submitted in sealed envelopes marked plainly on the outside with the contract

number, bid opening date and time, delivered within the time specified for the bid opening to be considered

as responsive to the bid requirements. The proposal shall remain sealed until publicly opened, read, and

tabulated. Bids may be withdrawn up to the time of bid opening provided a written request is received prior

to the time specified for bid opening. Bids may be withdrawn after the bid opening in accordance with Act

1998-57 Commonwealth Procurement Code, within 2 working days after the time designated as the date of

the bid opening. All bids shall be unconditionally accepted without alteration or modification except as

authorized in the bidding documents. The System reserves the right to reject any or all bids for any reason.

The proposals of any bidder or bidders who engage in collusive bidding shall be rejected. Any bidder who

submits more than one proposal in such manner as to make it appear that the proposals submitted are on a

competitive basis from different parties shall be considered a collusive bidder. The System may reject the

bid proposals of any collusive bidder upon bid openings of future projects. Nothing in this section shall

prevent a bidder from superseding a bid proposal by a subsequent proposal delivered prior to bid opening

that expressly revokes the previous bid.

An actual or prospective bidder who is aggrieved concerning the solicitation or award of a contract may

protest, in writing, to the University contracting officer. All protests must be made within seven (7) days

after the bidder knows or should have known of the facts giving rise to the protest. If a protest is submitted

by a protestant who did not submit a bid, the protest must be received by the university contracting officer

prior to the bid opening time or the bid proposal receipt date or it shall be considered untimely and will be

disregarded.

Upon request, or if specifically required by the terms of the bid form, the apparent low bidder may be

requested to submit a contractor's qualification and/or financial statement within ten (10) calendar days of

FOR REFRENCE ONLY

Page 23: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

Proposal Instructions

bid date, with financial information current within twelve (12) months prior to the bid date, of which

statements shall be certified to be true and correct by an affidavit sworn to or affirmed before a notary

public, or other officer empowered to administer oaths or affirmations. Failure to submit the required

information, when requested, may result in rejection of the Bid Proposal.

To be deemed a responsible bidder, the bidder shall be capable of proving ownership of current assets over

and above the current liabilities in amount equal to at least 20% of the bid price if the bid price is under

$2,000,000; $400,000 plus 15% of all in excess of $2,000,000 if the bid price is over $2,000,000 and not

exceeding $3,500,000; $625,000 plus 10% of all in excess of $3,500,000 if the bid price is over $3,500,000

and not exceeding $6,000,000; $875,000 plus 5% of all in excess of $6,000,000 if the bid price is over

$6,000,000. No asset will be considered current unless there is reasonable expectation that it will be

realized within a period of one year; nor will any liability be considered current that will not be liquidated

within one year. Additional information may be requested by the System whenever, in its judgment, such

information is necessary to determine the responsibility of the bidder.

The System may, solely at its own discretion, award the contract to the lowest responsive responsible bidder

within sixty (60) days from the date of bid opening, and shall have the right to waive technical defects if in

the best interest of the System. A time extension may be made by written consent of the lowest responsive

responsible bidder. Award will be made by letter mailed to the Contractor and shall be effective the date of

the mailing.

Should Contract Bonds be required, the Contractor must, within ten (10) days after the receipt of the

documents, sign, have the Surety execute, and return them to the System. The Contractor's surety company

shall be authorized to do business in the Commonwealth of Pennsylvania and must successfully

demonstrate in writing prior to award that the amount of bond or reinsurance or other security has been

obtained in conformance with Section 661 of the Pennsylvania Insurance Company law of 1921, 40 P.S.

832. Failure of the Bidder to execute the required Contract Bond within the time specified will result in

payment to the System, not as a penalty, but as liquidated damages, their proposal guaranty, in the amount

of the difference between their bid proposal and the next lowest responsive responsible bid proposal, or the

proposal guaranty amount, whichever is less. The System shall have the right to award the contract to the

next lowest responsive responsible bidder.

In the event a bidder fails, refuses, or neglects to provide any requested information or documents within

the time stated in the Bid Documents or in the request, the System will have the right to reject their bid

proposal as unresponsive.

The Notice to Proceed will be made by letter mailed to the Contractor and shall be effective the date of the

mailing. The System will endeavor to issue the Notice to Proceed within 120 days of the Bid Opening. Any

delays caused by the Contractor's failure to provide any required documents within the specified time will

cause an equivalent number of days to be added to this time frame. The Contractor will commence work on

the project site within 10 days of the Notice to Proceed. The Contractor should not order any materials or

equipment or make any financial commitments concerning this contract until receiving the System's Notice

to Proceed. Contractor's that do work prior to receiving the System’s Notice to Proceed are proceeding at

his own risk.

FOR REFRENCE ONLY

Page 24: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

Proposal Instructions

Appendix 10

STATE SYSTEM OF HIGHER EDUCATION PROPOSAL INSTRUCTIONS

THE FOLLOWING LIST IS PROVIDED TO ASSIST YOU IN PREPARING YOUR PROPOSAL. This

list IS NOT intended to be an all inclusive list of items to be submitted but can be used as a checklist when

preparing to submit your bid. Bidders should familiarize themselves with all contract documents.

1. Written amount of the bid agrees with the numbered amount ______

2. All base bids, and/or unit prices, blanks have been completed ______

3. Addenda, if applicable, have been acknowledged by number and date in the place provided

(see web page www.clarion.edu/61523 ). ______

4. Bid Proposals by Corporations have been signed by the president or vice president and

attested by the secretary or treasurer ______

5. The Bid Bond has been executed in the same manner, and by the same persons as the proposal ______

(In those instances where someone other than the president or vice president executed the Bid

Proposal and/or Bid Bond, a certified copy of the resolution of the corporation’s board

of directors authorizing this person to do so should be attached, and the Corporate Secretary

should not only sign the certification but the corporate seal must be affixed thereto.)

6. The corporate seal has been affixed to both the Bid Proposal and the Bid Bond. ______

7. The Contractor Compliance Requirements, Pages 5-8, have been completed and notarized ______

8. MBE/WBE Solicitation:

a. Completed MBE/WBE Subcontractor and Supplier Solicitation Information Sheet

enclosed ______

NOTE: The sheet is for both MBE/WBE Subcontractor(s) and MBE/WBE Supplier(s).

If no subcontractor(s) will be used, so state on the sheets. The use of no subcontractor(s),

however, does not relieve the bidder of the obligation to actively recruit MBE/WBE firms;

therefore, if the bidder does not intend to use subcontractor(s), the bidder must list

MBE/WBE firms solicited to supply materials. Failure to complete the MBE/WBE

subcontractor and supplier solicitation information sheet and submit it with the bid

will be sufficient cause for rejection of the bid.

b. Back-up for proactive solicitation effort as per Paragraph V. B, Page 11 is enclosed ______

9. Bid Certification Form (Pages 16 & 17):

a. Out of state corporations have been noted in the proper place on Page 16

as to whether they are registered to do business in Pennsylvania ______

b. Individuals or partnerships trading under a fictitious name have indicated in the proper

place that the name has or has not been registered ______

c. The form has been signed and notarized. ______

10. PA E-Verify Form Requirement (see link on Notice to Contractors). ______

FOR REFRENCE ONLY

Page 25: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

Proposal Instructions

11. Bid Bonds (System Bid Bond Form must be used):

a. System Bid Bond form or certified check attached. ______

b. Date on the bid bond is the same or later than the date the contractor

signed his proposal (page 4 of proposal form). ______

c. The attorney-in-fact for the surety company has not only signed the Bid Bond,

but also placed the surety company's seal thereon ______

(In addition, the power of attorney must designate that he may act individually)

d. The certification on the power of attorney is dated the same or after the date on the

Bid Bond ______

e. Both the signature of the secretary of the surety and seal of the surety appear on the

Bid Bond ______

12. If the bid envelope is to be enclosed in another envelope for the purpose of delivery ______

express type services, the exterior envelope is clearly marked as a bid with the contract

number and bid date shown on outside envelope OTHER BID INFORMATION: MBE\WBE Participation: The Contractor must demonstrate that he has complied with the State System of Higher Education Draft Regulation Minority Business and Women Business Enterprise (MBE/WBE) in facilities projects, as outlined in the bid proposal form, in the preparation and submission of their bid proposals. All bidders must directly contact certified MBE/WBE subcontractors and/or suppliers to request quotes. Bidders must solicit MBE/WBE firms in a timely manner to allow sufficient time for a response, in the same manner bidders solicit from other subcontractors and suppliers. In order for a solicitation to be considered a qualified proactive solicitation, it must contain the following minimum information: 1. The solicitation must be written, and on the bidder's business letterhead 2. The date of solicitation indicated 3. The name and address of MBE\WBE firm solicited 4. The project name and number 5. A listing of the specific equipment, materials and/or supplies, including appropriate quantities,

that the bidder intends to purchase or lease. The scope of work for any subcontract work should be clearly outlined.

6. Instructions as to where the plans and specifications (if not attached) are available to be reviewed.

Information regarding the availability of certified Minority and Women Business Enterprise (MBE/WBE) may be obtained form the Commonwealth of Pennsylvania, Bureau of Contract Administration and Business Development at 717/783-3119 or 412/826-5656. You may also access the following web page in order to identify MBE/WBE: http://www.portal.state.pa.us/portal/server.pt?open=512&objID=1359&&SortOrder=100&level=3&parentid=1358&css=L3&mode=2&cached=true Those minority and women owned businesses certified by the Department of General Services, as listed therein or subsequently certified, will be pre-approved and acceptable to the System as MBE/WBE firms. Contractors may submit other minority or women owned firms which have

been certified by other states or by other duly constituted public bodies. Debarred Contractors: Contractors currently under suspension or debarment by the Commonwealth, any other state, or the federal government are not eligible for an award of contract for this project. Additionally, contractors should not contract with or employ subcontractors or individuals that are currently under suspension or debarment by the Commonwealth or the federal government. A current list of suspended or debarred contractors is available by contacting the Department of General Services, Office of Chief Counsel, North Office Building, Room 603,

FOR REFRENCE ONLY

Page 26: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

Proposal Instructions

Harrisburg,PA17125. http://www.portal.state.pa.us/portal/server.pt?open=512&objID=1271&&SortOrder=100&level=2&parentid=1231&css=L2&mode=2 Bid Protest Procedures:

1) A bidder or offeror, a prospective bidder or offeror, or a prospective contractor, that is aggrieved in

connection with the solicitation or award of a contract under the Commonwealth Procurement Code, except

as provided in 62 Pa.C.S.A. § 521 (relating to cancellation of invitations for bids or requests for proposals)

may file a protest with the Office of the Chancellor, State System of Higher Education, 2986 North Second

Street, Harrisburg, Pennsylvania, 17110.

A copy of any protest must also be simultaneously mailed to the Office of the President of the university

that issued the bid solicitation. In the event that the Educational Resources Group (ERG) issued the bid

solicitation, a copy of the Protest should be filed with its President. No additional notification need be sent

if the Office of the Chancellor issued the bid solicitation.

2) If the protestant is a bidder or offeror or a prospective contractor, the protest must be filed with the Office

of the Chancellor at the aforementioned address within seven (7) days after the aggrieved bidder or offeror

or prospective contractor knew or should have known of the facts giving rise to the protest. In no event may

a protest be filed later than seven (7) days after the date the contract was awarded.

3) If the protestant is a prospective bidder or offeror, a protest must be filed with the Office of the

Chancellor at the aforementioned address prior to the bid opening time or the proposal receipt date.

4) If a bidder or offeror, a prospective bidder or offeror, or a prospective contractor fails to file a protest, or

files an untimely protest, the bidder or offeror, the prospective bidder or offeror, or the prospective

contractor will have waived its right to protest the solicitation or award of the contract in any forum. The

State System of Higher Education shall disregard protests that are untimely filed.

5) A protest must state all grounds upon which the protestant asserts the solicitation or award of the contract

was improper. The protestant may submit with the protest any documents or information it deems relevant

to the protest.

6) Upon receipt of the protest, the Office of the Chancellor will render a decision in accordance with the

procedures outlines within the Commonwealth Procurement Code, 62 Pa.C.S.A. §1711.1 et seq.

Mailing Instructions

One copy of the completed Bid Form and required attachments should be placed in a sealed envelope with

the following information written in the lower left hand corners: Project No.; Bid Due Date and Time;

Contract You are Bidding On, i.e. General Construction; Bid Enclosed – Do Not Open. Proposals should

mailed or delivered to the address below prior to the scheduled bid opening. Bids received after this

scheduled time will be rejected. If mailing by overnight carrier, please be sure the date and time and

“Deliver Immediately” are indicated on the outside envelope as all packages are delivered to our receiving

Office and may not be delivered to Thorn II Building until later in the day. The University assumes no

responsibility for your package being delivered to the designated office by the time indicated.

Address: Ruth Wolfgong

McEntire Building

Clarion University

840 Wood Street

Clarion, PA 16214

FOR REFRENCE ONLY

Page 27: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

Sample Bid Form Page 1 of 19

PROPOSAL

PROJECT NO.CL-698.5

BECHT HALL – DEMOLITION & HAZARDOUS MATERIAL ABATEMENT

PROPOSAL INDEX Pages PROPOSAL 1-3 PROPOSAL SIGNATURE SHEET 4 CONTRACT COMPLIANCE REQUIREMENTS 5-7 FOR NON-DISCRIMINATION MBE/WBE PARTICIPATION IN FACILITIES PROJECTS 8-12 MBE/WBE SUBCONTRACTOR AND SUPPLIER SOLICITATION INFORMATION SHEET & INSTRUCTIONS SHEET- EXHIBIT A 13-14

BUSINESS CERTIFICATION SHEETS 15-16 PA E-VERIFY REQUIREMENT FORM 17 BID BOND FORM 18-19 NOTE: PLEASE READ ALL PAGES OF THIS PROPOSAL. ALL PAGES OF THE

PROPOSAL SHALL BE RETURNED AND PROPERLY EXECUTED WITH SEALED BID. ONE COPY OF THE COMPLETED PROPOSAL FORM IS BE SUBMITTED TO THE SYSTEM.

FOR REFRENCE ONLY

Page 28: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

Sample Bid Form Page 1 of 19

(Do not write in space below) DATE______________ Bid Opening Witnesses:

Clarion University of Pennsylvania PROPOSAL For Contract No. CL-698.5 REBID Title of Project Becht Hall – Demolition & Hazardous Material Abatement Proposal of ______________________________________________________ Address ____________________________________________________________________ Federal Identification # ___________________, Telephone Number______________________ Fax Number: ____________________ To : Clarion University of the State System of Higher Education Sirs: In conformity with the plans and specifications, on file at the System University, and the other Contract Documents including Instruction to Bidders, Standard Form of Agreement, Contract Bond (if required) and the General Provisions of the Contract, which are made a part hereof, as if fully set forth herein, the Proposal Form, Special Requirements, General Requirements and any Addenda issued changing any part of the Contract Documents, the undersigned submits this Proposal. If required,, the undersigned encloses herein as a proposal guaranty, a certified check or bank cashier's check, drawn to the order of the System University, or a Bid Bond on the form furnished by the System, indemnifying the System in an amount not less than 5% of the bid amount which, it is understood, will be forfeited if this Proposal or any part thereof is accepted by the System and the undersigned shall fail to furnish approved Contract Bonds (if required) and execute the Contract within the time stated in the Instruction to Bidders; otherwise said check or Bid Bond shall be returned. All checks or Bid Bonds not forfeited under the terms of bidding, except for the two lowest responsive, responsible bidders, shall be returned on or before the 30th day subsequent to the Bid Opening. The guaranty of the two lowest responsive, responsible bidders, except where forfeiture of security is required, shall be returned upon execution of the Contract Bonds by the lowest responsive, responsible bidder. In the event the Contract is not awarded by the System, the guaranty of the two lowest bidders will be returned on or about sixty (60) days after the date of the bid opening unless an extension is granted by them.

It is proposed to furnish and deliver all materials, water, tools, equipment, light, power, tests and transportation; secure all permits and licenses; to do and perform all labor, superintendence and all means of construction; pay all fees and do all incidental work; and to execute, construct and finish in an expeditious, substantial and workmanlike manner, the project in accordance with the plans and specifications, to the satisfaction and acceptance of the System University for the price hereinafter stated, for Project CL-698 REBID Demolition & Hazardous Material Abatement for the contract specified above.

FOR REFRENCE ONLY

Page 29: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

Sample Bid Form Page 2 of 19

It is understood that the System University reserves the right to reject any or all proposals, or any part thereof, or items therein, and to waive technicalities required for the best interest of the State System of Higher Education. It is further understood that competency and responsibility of bidders will receive consideration before the award of the contract. This proposal is submitted with the understanding that the Contract shall be completed on or before November 24, 2013 and that time of completion of the work shall be considered as of the essence of this Contract. Extension of time beyond the above-stipulated date shall be agreed to in writing.

A detailed breakdown sheet of the work and the contract price of the work involved will be submitted to the System University promptly after the execution of the contract. The Contractor shall use the Schedule of Values form provided by the System. The insurance policy to cover fire and extended coverage shall be submitted for the contract price, less uninsurable items such as excavation, roads or walks. If the insurance submitted is less than the Contract price, the Contractor must submit a letter justifying the insurance coverage. The System University reserves the right to designate the proper coverage amount. The base bids and unit prices (if required) as called for, are submitted in the spaces provided below. An omission of prices requested in the Proposal will be sufficient cause for rejection of your bid as being incomplete, and non-responsive.

If we shall fail to complete the work within the time above specified, or such extension thereof as shall be granted in accordance with the Standard Form of Agreement, we, as the Contractor, shall pay the System University as liquidated damages and NOT as a penalty for such failure, the amount of $1000.00 for each and every calendar day thereafter until such work shall be completed and accepted, except for any allowance made by the System University for delay caused by the System University or conditions beyond the Contractor's control. Conditions beyond the Contractor's control are interpreted to include strikes, floods, unusual weather conditions not normally prevailing in the particular season, governmental priority restrictions on materials and any other causes which can be proved as being beyond the control of the Contractor. The System University, if it contemplates causing delay, will notify the Contractor and shall appropriately extend the contract completion date. The Contractor shall likewise, if he is unable to complete by the date stated, request authority for delay to a new completion date under possible assessment of liquidated damages.

FOR REFRENCE ONLY

Page 30: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

Sample Bid Form Page 3 of 19

BASE BIDS

BASE BID NO. 1

All work complete as shown on the drawings and described in the specifications, for the sum of:

___________________________________________ Dollars $_________________________

(WRITTEN) (FIGURES)

TO BE FILLED IN IF ADDENDA ARE ISSUED: The bidder acknowledges receipt of the addenda hereinafter enumerated which have been issued

during the period of bidding and agrees that said addenda shall become a part of this contract. The

bidder shall list below the numbers and issuing dates of the addenda received:

Addenda No. Issuing Date

________________________ ________________________

________________________ ________________________

__________________________________________________

Bidder - Insert Firm Name

FOR REFRENCE ONLY

Page 31: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

Sample Bid Form Page 4 of 19

PROPOSAL SIGNATURE PAGE When the Bidder is an Individual: ______________________________ (Signature) Witness: Date When the Bidder is a Partnership: ______________________________ (Partnership Name) _______________________________ (Partner) _______________________________ (Partner) (Witness) Date When the Bidder is a Corporation: ________________________________ (Corporation Name) ______________________________________ (President)/(Vice President) (CORPORATE SEAL) _____________________ Date ATTEST: ______________________________ (Secretary/Treasurer)

FOR REFRENCE ONLY

Page 32: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

Sample Bid Form Page 5 of 19

STATE SYSTEM OF HIGHER EDUCATION CONTRACT COMPLIANCE REQUIREMENTS

Contractor (Include Trade Name)

Contract No. If given Phase , Part

Business Address:

Project Location:

Telephone Number(s):

Type of Ownership: Corporation Partnership Sole Proprietor

Nature of Business:

Identity of Union(s) with whom the Contractor has an agreement: Local # Name Address Telephone Number

The Contractor is operating under: Philadelphia Plan Any other decree, order or conciliation agreement Pittsburgh Plan None of those mentioned *Attach a copy

FOR REFRENCE ONLY

Page 33: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

Sample Bid Form Page 6 of 19

STATE SYSTEM OF HIGHER EDUCATION

CONTRACT COMPLIANCE REQUIREMENTS

1. Contractor's Name: Contract No. Contractor's Equal Employment Opportunity Officer: Contract Location: _______________________________ 2. The Contractor agrees to send a signed statement of the Contractors Notice of the

Nondiscrimination Clause to all subcontractors, suppliers, vendors, and labor organizations, as required.

3. The undersigned, in person or by duly authorized representative, hereby certifies that the

Contractor shall comply with the provisions of 22 Pennsylvania Code Chapter 509 and all statutes and regulation regarding equal opportunity employment and agrees that the following steps will be taken to assure equal opportunity in employment:

a. Require that all advertisements for personnel contain the notation An Equal Opportunity

Employer and that all advertisements be inserted in newspapers having a large general circulation, or other media reaching a large portion of the population in the area and among minority groups.

b. Use direct and systematic recruitment of personnel through the applicable public (PA Job

Service) and private employee referral sources likely to yield qualified minority group applicants, including but not limited to schools, colleges and minority group organizations.

c. Encourage minority group applicants through referral by current employees. 4. It is further hereby agreed as part of this application that, in order to assure nondiscriminatory hiring,

the following steps shall be taken: a. All members of Contractor’s staff authorized to hire and discharge or to recommend such

actions are fully cognizant of the Contractor’s Equal Employment Policy commitments as required by the nondiscrimination clause of this contract.

b. Cooperation will be actively sought with unions, where applicable, to develop programs to

assure qualified minority group persons of equal opportunity for employment and training. 5. It is further hereby agreed, that the Contractor will make use of apprenticeship and/or other training

programs by: a. Assisting minority group members to enter pre-apprenticeship training programs; and/or, b. Actively assisting minority group employees to increase skills to be eligible for upgrading,

and/or,

c. Actively participating in programs for fair and equal consideration of all applicants, such programs having been approved by the Bureau of Apprenticeship and Training of the U. S. Department of Labor, and/or the Pennsylvania Apprenticeship and Training Council, where applicable.

6. It is also agreed that when bids are being solicited, the Contractor shall actively solicit bids from

minority subcontractors and suppliers. 7. It is further agreed that effort will be made to obtain qualified minority group representation in all

classes of employment on the job and in phases of work.

FOR REFRENCE ONLY

Page 34: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

Sample Bid Form Page 7 of 19

8. It is further agreed that the Contractor will submit a progress report (STD-21) on a monthly basis

for the life of the project that demonstrates implementation of the agreed to provisions of the Contract Compliance Regulations.

9. It is further agreed that during the term of the contract, the Contractor shall agree to the following:

NONDISCRIMINATION/SEXUAL HARASSMENT

(1) In the hiring of any employees for the manufacture of supplies, performance of work, or any other activity required under the Agreement or any subcontract, the Contractor, subcontractor, or any person acting or behalf of the Contractor or subcontractor shall not by reason of gender, race, religious creed, or color, discriminate against any citizen of this Commonwealth who is qualified and available to perform the work to which the employment relates.

(2) Neither the Contractor nor any subcontractor nor any person on their behalf shall in any manner discriminate against or intimidate any employee involved in the manufacture of supplies, the performance of work, or any other activity required under the Agreement on account of gender, race, religious creed, or color.

(3) The Contractor and subcontractors shall establish and maintain a written sexual harassment policy and shall inform its employees of the policy.

(4) The Contractor and each subcontractor shall furnish all necessary employment documents and records to and permit access to its books, records, and accounts by the Contracting Officer and the Department of General Services’ Bureau of Minority and Women Business Opportunities for purposes of investigation to ascertain compliance with the provisions of this Nondiscrimination/Sexual Harassment clause. If the Contractor or any subcontractor does not possess documents or records reflecting the necessary information requested, it shall furnish such information on reporting forms supplied by the Contracting Officer or the Bureau of Minority and Women Business Opportunities.

(5) The Contractor shall include the provisions of this Nondiscrimination/Sexual Harassment clause in every subcontract so that such provisions will be binding upon each subcontractor.

(6) The System may cancel or terminate the Agreement, and all money due or to become due under the Agreement may be forfeited for a violation of the terms and conditions of this Nondiscrimination/Sexual Harassment clause.

Dated at this day of , 20 . (Name of Contractor) (Signature & Title of Person Signing) BY: COUNTY OF SS: COMMONWEALTH OF being duly sworn, deposes and says that he is of and acknowledges that he executed the foregoing statement for the purpose herein contained. My commission expires: Sworn to before me this day of , 20 (Notary Public)

FOR REFRENCE ONLY

Page 35: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

Sample Bid Form Page 8 of 19

Minority Business and Women Business Enterprise Participation in Facilities Projects I. Scope

This program is derived from the State System of Higher Education Board of Governors Draft Regulation Minority Business and Women Business Enterprise Participation in Facilities Projects, Title 22: 507.20, and is applicable to all contracts to be administered by the State System of Higher Education for maintenance, repair, alteration, or improvements to existing and/or construction of new facilities.

II. Definitions

The words or terms listed below shall be defined as stated when used in these regulations unless the text clearly indicates otherwise:

Alteration: Modifications made to a facility to change the physical structure or environment of the spaces within the facility.

Award: The issuance of a contract to the bidder or firm that submitted the lowest responsive responsible bid that has been determined to be in conformance with the advertised specifications and bidding requirements.

Certified MBE/WBE: Written designation given to a business enterprise by a duly constituted public body that attests that the business enterprise has submitted evidence of satisfying the minimum criteria established by that body for recognition of ownership by an individual or group of individuals recognized as a minority due to race or gender.

Commitment: A conditional written promise that a written quote given at the time of bid will be honored

at the amount quoted or in a lesser amount, if acceptable by mutual negotiations, for the scope of work and/or materials specified. The bidder is obligated to make an award in the amount quoted to the firm submitting the lowest quote, only to the extent that there is an agreement as to the scope of work and/or materials specified at the time of bid.

Construction: The erection of an addition or improvement to an existing facility or a new building or structure or creation of new building space or a structure using component or pre-assembled building materials.

Facility: Any building, structure, infrastructure, utility or improvement placed or naturally occurring in and above the real estate (land) at a State System university, branch campus, or environmental center.

Facilities Contract: Written, legally binding agreements between a contractor and the State System of Higher Education for maintenance, repair, alteration, improvement, or new construction work for facilities managed by the State System of Higher Education.

Improvement: The addition of a facility amenity, such as installation of central air conditioning, that was not part of the structure when originally constructed.

Maintenance: The minor work performed routinely on a facility to prevent premature failure of the components used to construct the facility and/or the return of failed components to useful service without complete repair or replacement of the component or a major portion thereof.

MBE/WBE: A business enterprise that is owned/operated by a person or persons considered to be a minority due to race or gender. In order to fulfill the provisions of these regulations, the firm must satisfy established criteria by a duly constituted public body as being owned by an individual or group of individuals recognized as a minority due to race or gender and receive a certification designation by that public body.

Non-minority: An individual or firm that has not been certified as a minority business or women business enterprise by a duly constituted public body.

Notice-to-Proceed (NTP): Written direction given to the responsible firm that has submitted the lowest responsive bid to whom the contract has been awarded and approvals obtained from all required parties such that work on the contract may commence with work to be completed within the number of days specified in the contract documents.

Proactive Solicitations: Aggressive effort taken by the bidder to obtain written quotes for subcontracts and/or material purchases from certified MBE/WBE firms to submit with his/her bid so as to reach or exceed the reasonable effort award amount established for the contract without discrimination against

FOR REFRENCE ONLY

Page 36: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

Sample Bid Form Page 9 of 19

any individual or business due to race or gender. The bidder is prohibited from submitting a quote for the scope of work for which he/she obtains quotes from certified MBE\WBE firms.

Professional Agreement: Written, legally binding instrument between a professional architectural or engineering firm to prepare plans, specifications and bidding documents for maintenance, repair, alteration, improvement or new construction of System facilities.

Reasonable Effort Award Amount: That amount of the work for which bids or quotes can reasonably be expected to be obtained from certified MBE\WBE firms based on the scope of work of the project and current demographics concerning available qualified MBE/WBE subcontractors, suppliers, and vendors. The State System of Higher Education has the exclusive and sole right to establish this amount for any and all contracts it bids.

Repair: Restoration or replacement of major building systems or components used in construction of the entire facility that fail or wear out before the entire facility, such as roofing systems, heating, ventilation or air conditioning systems, etc.

System: Shortened name used in these regulations for the State System of Higher Education, which was created and regulated by Act 188 of 1982, and amendments thereto.

III. Proactive Effort Policy.

Certified Minority Business and Women Business Enterprises shall be solicited proactively and encouraged to submit competitive written bids or quotes for System facilities projects by the System and the prime contractors submitting bids for System facilities projects for portions of the work, and, depending on written bids received, contracts or subcontracts awarded for the work, if determined to be the firm submitting the lowest responsive responsible bid or quote. System procurement officers shall proactively solicit bids directly from certified MBE/WBE firms as prime contractors.

Each non-minority bidder must proactively solicit participation by certified Minority Business Enterprise and Women Business Enterprise (MBE/WBE) subcontractors and suppliers, when specified. All bidders are further required to document such proactive effort by completion and submission of the MBE/WBE Subcontractor and Supplier Solicitation Information Sheet shown in Exhibit A.

Minority Business and Women Business Enterprises are encouraged to submit bid proposals directly for System facilities projects, to act as prime contractors. As MBE/WBE firms, they are not required to provide any documentation regarding proactive solicitation. However, when submitting the Bid Proposal, all MBE/WBE firms must indicate on the Solicitation Information Sheet (Exhibit A) that they are Certified MBE/WBE firms, and record their Certification Number on the place indicated.

It is important to note that the MBE/WBE provisions of these regulations are unique to State System of Higher Education contracts. It is expected that responsive responsible bidders must proactively make a reasonable effort, as defined in Section IV-Reasonable Participation, to seek and incorporate a reasonable proportion of participation of certified minority and women business enterprises in each facilities project.

IV. Reasonable Participation.

At a minimum, a reasonable effort by bidders for certified MBE/WBE participation in this project is proactive solicitation such that award of subcontracts or purchases totaling CL-698.5 Asbestos $ 50,000 - $ 150,000 reasonable effort award amount) could be made to contractors, subcontractors, suppliers, or vendors who have been certified as valid MBE/WBE entities. This reasonable effort award amount serves exclusively as a threshold in determining bidder responsiveness.

A. If the bidder makes commitments to certified MBE/WBE firms at or above the reasonable effort

award amount at the time of receipt of bids, the bidder will be considered to have met the minority participation requirements for the project.

FOR REFRENCE ONLY

Page 37: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

Sample Bid Form Page 10 of 19

B. When the reasonable effort award amount clearly has not been attained, as is evident from the commitments made to subcontractors or vendors based on their quotes submitted at the time of receipts of bids, in order to avoid rejection as non-responsive, the bidder's evidence of proactive solicitation on the MBE/WBE Subcontractor and Supplier Solicitation Information Sheet must show that the reasonable effort awards in that amount could have been made because the bidder proactively solicited for sufficient different types of subcontracts or material purchases from certified MBE/WBE firms to reach the reasonable effort award amount but:

1. written quotes were not received from certified MBE/WBE or non-minority firms that

equal or exceed the reasonable award amount, but a proactive effort was demonstrated to have been made to obtain certified MBE/WBE participation.

2. did not receive written quotes from certified MBE\WBE firms, but did receive written

quotes from non-minority firms that did equal or exceed the reasonable effort award amount, and commitments were made to those non-minority firms submitting the lowest quotes; or

3. written quotes were received from certified MBE/WBE firms at or above the reasonable

award amount, but lower written quotes were received from non-minority firms, and commitments were made to at least one non-minority firm which submitted the lowest written quote at the time of receipt of bids for the same work or materials.

V. Responsiveness. Bidders must show proof of their proactive solicitation efforts by submitting: A. At the time of receipts of bids, provide a completed MBE/WBE Subcontractor and Supplier

Solicitation Information Sheet (Exhibit A). B. Prior to the time of and at the place designated for the Bid Opening, the bidder shall provide copies

of the following: 1. the written solicitations to MBE\WBE firms. 2. all solicited and unsolicited written quotes received from certified MBE/WBE firms. 3. written quotes from all non-minority firms that are lower than the lowest quote received from a

certified MBE/WBE firm, when award is to be made to other than the certified MBE/WBE firm submitting the lowest quote.

4. letters of commitment to the certified MBE/WBE or non-minority firm submitting the lowest

written quotes. 5. explanatory information required, as specified below, when commitments cannot be made to

certified MBE/WBE firms in the reasonable effort award amount. a. List by type of work the certified MBE/WBE firms solicited, and the type of work or

materials for which solicitations were not made and the reasons why. b. State why written commitments were not made for the lowest certified MBE/WBE

written quotes received. c. State reasons, if known, why written quotes were not received from solicited firms, or

why unsolicited written quotes were not accepted and commitments made. Failure to submit the required information as shown on the Solicitation Information Sheet (Exhibit A) related to MBE/WBE solicitation, quotes, and commitments is sufficient cause for rejection of the bidder's bid as non-responsive. Failure to submit all solicited and/or unsolicited quotes shall also be sufficient cause for rejection of the bidder's bid as non-responsive. Mailings to large numbers of certified MBEs and WBEs which are intended to provide notice of a contractor's interest in bidding a construction project will not be deemed solicitation, but rather will be treated as informational notification only. The bidder must contact the certified MBE/WBE firms directly and request written quotes for the work or materials the firm plans to subcontract or purchase to satisfy the reasonable effort award amount. Bidders should only list solicitations (on Exhibit A) made to certified MBE/WBE subcontractors, manufacturers, or suppliers whose work, materials, or supplies are within the project scope and are related

FOR REFRENCE ONLY

Page 38: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

Sample Bid Form Page 11 of 19

to the project or portions thereof, and which a reasonable and prudent bidder would purchase or subcontract for the project. Bidders must show that the MBE/WBE firms solicited are certified MBE/WBE contractors, suppliers, or vendors as identified below in the Section VII MBE/WBE Certification. Suppliers who commonly and ordinarily stock materials customarily found in the industry and are certified as MBE/WBE firms are considered as full participators in the System's program. Suppliers who do not stock materials, as is common and ordinarily the custom in the industry and a part of the industry's trade practice, but have been certified as a supplier for a particular product or products as a certified MBE/WBE firm by a duly constituted public body, are considered as full participants in the System's program. Bidders who cannot clearly demonstrate that written commitments have been made that equal or exceed the reasonable effort award amount at the time of receipt of bids must submit, at anytime prior to the time of and at the place designated for the Bid Opening, an explanation of why such commitments could not be made. The explanation should indicate the proactive efforts taken to solicit participation and demonstrate that the bidder did not engage in discriminatory practices in solicitation and commitment of subcontracts and/or supply contracts. VI. Determination of Responsiveness. Failure to submit the documentation, as required in Section V, Responsiveness, shall result in a finding of non-responsive and the bid will be rejected. The procurement office issuing the contract will review the documentation submitted and perform evaluations which will determine whether or not proactive solicitation and subsequent commitments were not made which total the reasonable effort award amount, or for which acceptable reasonable explanations were not provided, and will result in a finding of non-responsiveness to the bidding criteria and will result in rejection of the bid. Evaluations will include review of the documentation for meeting the following standards: 1. The bidder showed proactive effort by soliciting and documenting the required quotes from certified

MBE/WBE firms to demonstrate that the reasonable effort award amount was, or could have been achieved. The proactive solicitation effort by the bidder must provide sufficient time for the MBE\WBE firm to properly formulate a response.

2. The bidder documented solicitation of a varied selection of MBE/WBE firms which appear to be

categorized as performing the required subcontracting effort. 3. Based on items one and two above, the bidder may be found to have shown a proactive effort

regarding MBE/WBE firms as required under this policy. If accepted by the certified MBE/WBE firm, commitments made at the time of receipt of bids must be maintained throughout the term of the contract, unless a change in commitment to these firms is pre-approved by the System. VII. MBE/WBE Certification. Certification as a bona fide minority or women-owned business enterprise must be made within statutory requirements set forth in the Act of December 21, 1984, No. 230, P.L. 210, 18 Pa. CSA, Section 4107.2 by any duly constituted public body. Certification of an entity as an MBE/WBE means only that the applicant has submitted information that qualifies it as an MBE/WBE in terms of its ownership and control. Certification does not address the ability of the MBE/WBE to perform the required services. The Bureau of Contract Administration and Business Development provides resources, certifies and instructs minority and women businesses how to pursue opportunities through state contracting. The office also oversees the statewide contract compliance program. Information is available at the following site: http://www.portal.state.pa.us/portal/server.pt?open=512&objID=1359&&SortOrder=100&level=3&parentid=1358&css=L3&mode=2&cached=true or for other information call 717-783-3119; the western region information number is 412-826-5656. Use the database web page to search and identify MBE/WBE by discipline or area of service at: http://www.dgsweb.state.pa.us/mbewbe/VendorSearch.aspx

FOR REFRENCE ONLY

Page 39: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

Sample Bid Form Page 12 of 19

VIII. Contractual Obligations. The proposal of the lowest conforming bidder, including the completed MBE/WBE Subcontractor and Supplier Solicitation Information Sheet and accompanying documents regarding solicitation and commitments to certified MBE/WBE firms, shall be considered as incorporated in and become contractual obligations under the terms and conditions of the contract awarded to the lowest responsive, responsible prime contractor. The System will send copies of the successful contractor's Award letter to those certified MBE\WBE or non-minority firms who presented the lowest written quotes and received commitments from the successful contractor at the time of receipt of bids. This will serve as notice to the certified MBE\WBE or non-minority firms to anticipate contract awards upon Notice to Proceed to the successful contractor. After receipt of Notice to Proceed with the contract, the contractor must offer contracts at no less than the amount stated in the written quote (unless mutually agreed upon) to the firm presenting the lowest written quote at the time of receipt of bids. If the certified MBE/WBE or non-minority firm which made the lowest written quote rejects the offer, award may be made to any other qualified subcontractor or vendor, at a price lower than the next lowest written quote received for the same work at the time of receipt of bids, without penalty of invalidating the contractor's MBE/WBE participation. Otherwise, award must be offered to the firm which presented the next lowest written quote for the same work at the time of receipt of bids. Failure to offer and, if accepted, award such work to a lower qualified or any successive low bidder constitutes a potential breach of the System's MBE/WBE program, and the contract may be terminated. The successful contractor's contract price will not be adjusted in any circumstance to accommodate rejected offers or commitments made to subcontractors, vendors or suppliers to satisfy the MBE/WBE provisions. IX. Rejection of Bids. Failure to complete and submit the MBE/WBE Subcontractor and Supplier Solicitation Information Sheet (Exhibit A) and provide the accompanying documentation regarding solicitations, quotes, and commitments will be sufficient cause for rejection of a bid as being non-responsive to the requirement of taking proactive efforts to involve certified MBE/WBE firms in the project.

FOR REFRENCE ONLY

Page 40: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

Sample Bid Form Page 13 of 19

STATE SYSTEM OF HIGHER EDUCATION MBE/WBE SUBCONTRACTOR AND SUPPLIER

SOLICITATION INFORMATION SHEET Exhibit A

1) Company Name

Address:

Telephone: ( )

Important Note: Failure to complete this Sheet and submit it with the bid opening date will be sufficient

cause for rejection of the bid as non-responsive.

2) Contract Number:

Project Name:

ALL FIRMS SOLICITED OR WHICH HAVE PROVIDED UNSOLICITED QUOTES MUST BE INCLUDED ON THIS FORM.

3) Company Name, Address, Zip Code, Telephone No. with Area Code and Contact Person's Name

4) Certif. Number

5) Type of Work to be Performed and/or Material

to be Supplied

6) Contact Date

7) Estimated Value

($000)

8) Quotes 9) Commitment

MBE/WBE Rec. Y/N

Amt. ($000)

Attch.

Y/N

Made Y/N

Attch. Y/N

Information regarding certified Minority and Women Business Enterprise (MBE/WBE) may be obtained from the Commonwealth of Pennsylvania , Bureau of Contract Administration and Business Development, (717) 7873-3119, FAX (717) 787-7052, or at 502 North Office Building, Harrisburg, PA 17125

FOR REFRENCE ONLY

Page 41: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

Sample Bid Form Page 14 of 19

INSTRUCTIONS SHEET MBE/WBE Subcontractor and Supplier Solicitation Information Sheet 1) Complete your company name and street address, with the name and telephone number of the

person to be contacted regarding any questions about information provided. If the company submitting a Bid Proposal is a Certified MBE or WBE firm, state so in item #3, and

record your Certified MBE/WBE number in item #4. 2) List the Contract Number and Project Name your bid proposal is for. 3) List the MBE/WBE company you have solicited, along with the name and telephone number of the

person at the MBE/WBE company you contacted. 4) List the Certification Number for the MBE/WBE company contacted, if provided. List the certifying

agency if it is not the Department of General Services. 5) Provide the type of subcontract work or the kinds of materials to be supplied by the MBE/WBE

company. 6) Provide the date the MBE/WBE company was solicited to provide a quote, and attach written

evidence of that solicitation (letter or FAX copy). Bidders can provide copies of the documents anytime prior to the time of and at the place designated for the bid opening.

7) List your Estimated Value of the subcontract work or the materials to be supplied that could be

provided by this solicitation. Credit towards the Reasonable Effort Award Amount (R.E.A.A.) is only given once in each category of subcontract work or material supplies for identical scopes within the category. Several solicitations for the same category of subcontract or material supplies are encouraged, but the same scope cannot count more than once for the cumulative R.E.A.A..

8) Record whether or not a quote was received from the solicited MBE/WBE company. List the quotes

that are received from the MBE/WBE companies solicited, and indicate whether or not written evidence of that quote is attached. Bidders can provide copies of the quotes anytime prior to the time of and at the place designated for the bid opening.

9) Indicate whether or not your firm made a commitment to the MBE/WBE company solicited. Indicate

whether or not the commitment letter, either to the MBE/WBE company or a non-minority company, is attached to the MBE/WBE Subcontractor and Supplier Solicitation Information Sheet. Bidders can provide the commitment letters anytime prior to the time of and at the place designated for the Bid Opening.

FOR REFRENCE ONLY

Page 42: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

Sample Bid Form Page 15 of 19

STATE SYSTEM OF HIGHER EDUCATION BUSINESS CERTIFICATION FORM A. TYPE OF BUSINESS 1. CORPORATION The is a corporation organized and existing under

the laws of and has (has not) been granted certificate of authority to do

business in Pennsylvania as required by the Business Corporation Law, approved May 5, 1933,

P.L. 364, as amended.

2. INDIVIDUAL, PARTNERSHIP OR OTHER (Circle One)

(Not a Corporation, doing business under a name other than your own.)

The is an individual or partnership trading under a

fictitious or assumed name and has (has not) registered under the Fictitious Name Act of

Pennsylvania; namely, the Act of May 24, 1945, P.L. 967.

B. RESIDENCY 1. Does your firm have a bona fide establishment in Pennsylvania at which it was transacting

business when the Notice to Contractors for this project was issued? If "No", proceed to 2 below. If "Yes", insert address below. (Please supply street address in lieu of a post office box.) 2. If bidder does not have a bona fide establishment in Pennsylvania, please insert the address of

the office at which this bid was prepared.

FOR REFRENCE ONLY

Page 43: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

Sample Bid Form Page 16 of 19

BUSINESS CERTIFICATION FORM C. I state that

(Name of Bidder) understands and acknowledges that the above representations are material and important, and will

be relied on by the State System of Higher Education in awarding the contract(s) for which this bid is

submitted. I understand, and my firm understands, that any misstatement shall be treated as

fraudulent concealment from the State System of Higher Education of the true facts relating to the

submission of this bid.

___________________________________________ Signature ___________________________________________ Signatory's Name ___________________________________________ Title Sworn to and subscribed before me this day of , 20 . Notary Public My commission expires: FAILURE TO PROVIDE THE INFORMATION REQUESTED OR TO SIGN THE ABOVE CERTIFICATION MAY RESULT IN THE REJECTION OF THIS BID.

FOR REFRENCE ONLY

Page 44: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

Sample Bid Form Page 17 of 19

COMMONWEALTH OF PENNSYLVANIA

PUBLIC WORKS EMPLOYMENT VERIFICATION FORM

Date _______________________

Business or Organization Name (Employer)_________________________________________________

Address _____________________________________________________________________________

City _____________________________________ State_____________ Zip Code ________________

Contractor Subcontractor (check one)

Contracting Public Body _______________________________________________________________

Contract/Project No ___________________________________________________________________

Project Description ____________________________________________________________________

Project Location ______________________________________________________________________

As a contractor/subcontractor for the above referenced public works contract, I hereby affirm that as of the

above date, our company is in compliance with the Public Works Employment Verification Act (‘the Act’)

through utilization of the federal E‐Verify Program (EVP) operated by the United States Department of

Homeland Security. To the best of my/our knowledge, all employees hired post January 1, 2013 are

authorized to work in the United States.

It is also agreed to that all public works contractors/subcontractors will utilize the federal EVP to verify the

employment eligibility of each new hire within five (5) business days of the employee start date throughout

the duration of the public works contract. Documentation confirming the use of the federal EVP upon each

new hire shall be maintained in the event of an investigation or audit.

I, _________________________, authorized representative of the company above, attest that the

information contained in this verification form is true and correct and understand that the submission of

false or misleading information in connection with the above verification shall be subject to sanctions

provided by law.

Authorized Representative Signature

FOR REFRENCE ONLY

Page 45: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

Sample Bid Form Page 18 of 19

STATE SYSTEM OF HIGHER EDUCATION BID BOND (Bid Bond must be submitted on this form) (Please Complete All Blanks) Bond No. ____________ Amount $____________ KNOW ALL MEN BY THESE PRESENTS, that we,

(Name and Address) (hereinafter called the "Principal") as Principal and

(Surety Name and Address) a corporation duly organized under the laws of the State of (hereinafter called the "Surety") as Surety, are held and firmly bound unto the State System of Higher Education, Pennsylvania (hereinafter called the "Obligee"), in the sum of ($ ) Dollars for the payment of which sum, well and truly to be made, we, the said Principal, and the said Surety, bind ourselves, our heirs, our administrators, successors, and assigns, jointly and severally firmly by these presents. Sealed with our seals and dated this day of A.D. , 20_____ WHEREAS the Principal has submitted a bid upon Contract No. _______________________ for ________________________________________________________________________ NOW, THEREFORE, the conditions of these obligations are such that if the Principal shall not withdraw its bid prior to the expiration of the award period after the opening of the bids; and shall comply with all requirements set forth in the "Proposal" and the "Instructions to Bidders"; and if the said contract be awarded to the Principal and the Principal shall, within such time as may be specified, enter into the contract in writing, and give bond, with Surety acceptable to the Obligee, covering the faithful performance of the said contract, payment of claims for labor, material, and equipment rental, comply with the warranty provisions, and the remedy of defective workmanship or material for one year after the date of completion, all of which shall be supplied on the forms as specified by said Obligee; or if the Principal shall fail to do so, pay to the Obligee the lesser of the following amounts: 1) the amount of this bond as hereinabove set forth, or 2) the difference between the amount specified in the Principal's bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid including the administrative cost to effect such contract, then this obligation shall be void; otherwise to remain in full force and effect.

FOR REFRENCE ONLY

Page 46: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

Sample Bid Form Page 19 of 19

WITNESS (OR ATTEST IF A CORPORATION) PRINCIPAL ____________________________________ ___________________________________ ____________________________________ ___________________________________ ____________________________________ ___________________________________ ____________________________________ ___________________________________ (Title of Signatory) (CORPORATE SEAL)

SURETY ___________________________________ ___________________________________ (SURETY SEAL) (Title of Signatory) INSTRUCTIONS ON BID BOND If the Bid Bond is submitted, it must be submitted upon this form. If the business is a corporation, the President or Vice President and the Secretary or Treasurer of the Corporation must sign; if a partnership, the partners should sign; if an individual, the individual should sign. The Surety must attach to the Bid Bond a Power-of-Attorney, which must be dated to match the date of the bid bond, and showing that the person signing the Bid Bond for the Surety has current authority to do so.

FOR REFRENCE ONLY

Page 47: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

Facilities Projects Page 1 of 2 71K110(11-11-98)

STATE SYSTEM OF HIGHER EDUCATION COMMONWEALTH OF PENNSYLVANIA

STANDARD FORM OF AGREEMENT

FOR FACILITIES PROJECTS

BETWEEN THE SYSTEM AND THE CONTRACTOR

Number _____ This Agreement is made and entered into this ______day of ______, 20 , at Clarion County, by and between Clarion University of the State System of Higher Education, Commonwealth of Pennsylvania, hereinafter called the "System," and _________________________________, Federal I.D. #_____________, hereinafter called the "Contractor". (individual, partnership or corporation) The Contractor, for and in consideration of the terms of this Agreement, agrees to furnish all qualified personnel, facilities, materials, and/or other services and perform the scope of work described in Rider A, and in accordance with the provisions specified in Riders B, C, D, E, F, G, and Attachment 1, for the sum of _______________________________________________________Dollars ($__________________). The work under this agreement shall be entitled: , Base Bid #_____. The Professional for this project is: ___________________________ The Construction Manager for the project is: N/A The completion date for finishing all work specified in this Agreement is days after the date of the Notice to Proceed. The Contractor further agrees that time is of the essence for this contract, and that if he fails to complete the work within the time specified above or such extensions thereof, the Contractor shall pay to the System, as liquidated damages and not as a penalty for such failure, the amounts specified in the Contract Documents. The parties hereto, intending to be legally bound hereby, do agree that no agreement shall be effective until executed by all necessary Commonwealth officials as provided by law. The terms, requirements, conditions, and considerations of this agreement are specified in Riders A, B, C, D, E, F, G, Attachment 1, and all contract documents which are attached herein or incorporated by reference, are made part of the Agreement. The Riders are as follows: Rider A (Specifications of the Work to be Performed) consisting of 1 pages. Rider B (General Conditions) consisting of 20 pages. Rider C (Instructions to Bidders) consisting of 2 pages. Rider D (Additional Contract Commitments/Information) consists of 1 page. Rider E (Warranties) consisting of 1 page. Rider F (Bonds) consisting of pages. Rider G (Contractor Integrity Provisions) consisting of 2 pages. Attachment 1 contains the prevailing minimum wage determination for this project consisting of 23

pages. IN WITNESS WHEREOF, this Agreement has been executed and delivered as of the date set forth in the caption hereof, for University Project # CL-698.5 REBID .

FOR REFRENCE ONLY

Page 48: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

Facilities Projects Page 2 of 2 71K110(11-11-98)

FOR THE CONTRACTOR: FOR THE COMMONWEALTH: _______________________________ ____________________________________ Individual or Partner (if Contractor Vice President for Finance and is an Individual or Partnership) Administration, Clarion University of Pennsylvania of the State System System of Higher Education ______________________________ President or Vice President of Corporation Approved as to Form and Legality: ______________________________ ____________________________________ Secretary or Treasurer of Corporation University Legal Counsel State System of Higher Education ____________________________________ Deputy Attorney General Commonwealth of Pennsylvania

FOR REFRENCE ONLY

Page 49: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

Facilities Projects 71K110 (11-11-98

STANDARD FORM OF AGREEMENT FOR FACILITIES PROJECTS

TABLE OF CONTENTS

RIDER A-SCOPE AND SPECIFICATIONS OF WORK TO BE PERFORMED

RIDER B-GENERAL CONDITIONS Article 1 – General Provisions Article 2 – The System’s Rights and Responsibilities Article 3 – The Contractor’s rights and Responsibilities Article 4 – Claims and Disputes Article 5 – Subcontractors Article 6 – Changes in the Work Article 7 – Time Article 8 – Payments and Completion Article 9 – Protection of Persons and Property Article 10 – Insurance Article 11 – Uncovering and Correction of Work Article 12 – Suspension of the Work Article 13 – Termination of the Agreement Article 14 – Definitions

RIDER C – INSTRUCTIONS TO BIDDERS

RIDER D – ADDITIONAL CONTRACT COMMITMENTS/INFORMATION

RIDER E – WARRANTIES

RIDER F – BONDS

RIDER G – CONTRACTOR INTEGRITY PROVISIONS

ATTACHMENTS Attachment #1 – Prevailing Wages

FOR REFRENCE ONLY

Page 50: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

Facilities Projects Rider A 71K110 (11-11-98

STATE SYSTEM OF HIGHER EDUCATION

COMMONWEALTH OF PENNSYLVANIA STANDARD FORM OF AGREEMENT

FOR FACILITIES PROJECTS RIDER A SCOPE OF WORK TO BE PERFORMED

This Rider is intended to be prepared individually for each contract, and tailored specifically to the scope of work to be performed.

1. This project is CL-698 REBID Demolition and Hazardous Material Abatement, and will consist of one base bid.

2. Work included under this project applies to a single location at Clarion University of Pennsylvania,

Clarion, Clarion County, Pennsylvania. This work is comprised of the following:

The Becht Hall Renovations – CL-698 REBID Demolition and Hazardous Material Abatement consist of the removal of selected building materials and all ACM (asbestos containing material) as noted in the drawings, specification and Owner provided reports and direction. Building materials to be removed include, but not limited too, interior plaster and/or gypsum board on interior wood partitions, all ceramic wall tile, all loose peeling paint on exterior masonry walls (interior side), specific millwork, all ceilings, all finish floor materials, miscellaneous window treatments, storm windows, non-ACM building insulation, toilet partitions, casework and loose items, all plumbing fixtures, supply piping and associated above grade/slab sanitary piping, all fire protection sprinklers, branch and main lines off of the existing fire risers in the three (3) stair enclosures, all HVAC equipment back to the campus steam line such as, but not limited to, radiators, piping, etc., and all electrical equipment such as, but not limited to, light fixtures, ceiling fans, panels, devices, wiring, conduit, hangers and braces, except as specifically noted otherwise. Electrical power from the existing exterior pad mounted transformer back to an existing electric panel, the existing fire risers in the three (3) stair enclosures, associated fire hose connections at each floor of the stair enclosures, and existing fire service equipment in the basement are to remain. Specific equipment, referenced in the project manual and/or drawing are to be removed and delivered to the Owner. ACM includes, but not limited too, plaster wall & patching, ceilings, floor tile, pipe insulation, mastic material and contaminated soil. Work shall include, but is not necessarily limited to, the furnishing of all labor, superintendence, materials, tools and equipment and performing all work necessary to complete all construction identified on the Contract Documents at the satisfaction of, and subject to approval of the Professional and the State System of Higher Education. Work will be done during a period when the surrounding structures are occupied. All work will be done under Pennsylvania Prevailing Wage Laws.

3. The Contract Documents shall be located at The Facilities Management Department, McEntire

Building, Clarion University, and will be available for viewing for the duration of the Project. 4. The Table of Contents shall be attached to, and become a part thereof of Rider A. 5. The Contractor shall pay to the System, as liquidated damages and not as a penalty, the amount of

$1000.00 for each and every calendar day beyond the specified number of calendar days allowed for completion.

FOR REFRENCE ONLY

Page 51: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

Facilities Projects Rider B 71K110 (11-11-98) Page 1 of 20

SYSTEM OF HIGHER EDUCATION COMMONWEALTH OF PENNSYLVANIA

STANDARD FORM OF AGREEMENTFOR FACILITIES PROJECTS

RIDER B

GENERAL CONDITIONS

ARTICLE 1

GENERAL PROVISIONS 1.1 CONTRACT DOCUMENTS

1.1.100 The Contract Documents consist of the agreement, notice to contractors, the bid proposal, the contract bonds (if specified), all riders, drawings and specifications, Special Requirements, General Requirements, and addenda issued to the contract. A modification is (1) a written amendment to the contract signed by both parties or (2) a change order. A modification may be made only after execution of the contract. The work specified in the contract includes all labor, equipment, and materials required and incorporated to complete the work specified in and according to all the Contract Documents.

1.1.101 The Contract Documents are complementary, and what is required by any one of the Contract Documents shall be binding as if required by all. The intention of the documents is to include all labor, materials, equipment, and other items necessary for the proper execution and completion of the work. Work not covered under any heading, section, branch, class, or trade of the specifications need not be supplied unless it is required elsewhere in the Contract Documents or is reasonably inferable therefrom as being necessary to produce the intended results. If there is a conflict between the drawings and the specifications, the specifications shall prevail. Words that have well-known technical or trade meaning are used herein in accordance with such recognized meanings.

1.1.102 Where the work is shown in complete detail on only half or a portion of a drawing or there is an indication of continuation, the remainder being shown in outline, the work drawn out in detail shall be understood to apply to other like portions of the structure. On all work of a remodeling nature or installation within present buildings, the actual situation at the site controls any information given which may affect the quantity, size, and quality of materials required for a satisfactorily completed contract, whether or not such information is indicated on the drawings or within the specifications.

1.1.103 Unless otherwise provided in the Contract Documents, the Awarded Contractor(s) will be furnished a computer disc, free of charge by the Professional or the System, containing all Contract Documents, specifications and drawings as described in detail in Rider B, Section 1.1.100. The contractor shall print one (1) complete set of drawings and mark these drawings up as “as builts”. The “as builds” shall be provided to the Professional at the end of the projects.

All drawings, specifications, and copies thereof furnished by the Professional are and shall remain the property of the System. They are not to be used on any other project, without permission of the System, and, with the exception of one contract set for each party to the contract, are to be returned to the System on request at the completion of the work.

1.2 JURISDICTION Any legal action arising from the terms and conditions of this contract shall be litigated

exclusively in the Courts of the Commonwealth of Pennsylvania.

1.3 NOTICES Wherever the term "notice" is used, such notices to be effective shall be in writing and if to the System

shall be mailed certified mail, postage and fees prepaid, or delivered to the System, and if to the Professional shall be similarly mailed or delivered to him at this address set forth in the caption of this Agreement, unless and until notice of another address shall be given hereunder, in which case notices shall be so delivered or mailed to the address last so given.

1.4 INTEGRATION This Agreement contains all the terms and conditions agreed to by the parties hereto, and no

other agreements, oral or otherwise, regarding the subject matter of this Agreement exists.

1.5NO THIRD PARTY RIGHTS The Contractor agrees to indemnify and hold harmless the System and the

Commonwealth of Pennsylvania against any costs incurred by the System or the Commonwealth of

FOR REFRENCE ONLY

Page 52: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

Facilities Projects Rider B 71K110 (11-11-98) Page 2 of 20

Pennsylvania (including without limitation amounts paid pursuant to judgments or settlements and as counsel fees) in consequence of any claim by a third party against the System or the Commonwealth of Pennsylvania, including without limitation any claim by an employee of the System or the Commonwealth of Pennsylvania, the Contractor or a subcontractor and any claim by a subcontractor or another contractor, whether filed before or after final payment, based on actual or alleged damage to or destruction of property or injury to persons allegedly caused by the Contractor, or any subcontractor, or by their respective employees, in connection with the work.

The System shall promptly notify the other party of the assertion of any claim against which the System or the Commonwealth is held harmless pursuant to this condition, shall give such other party the opportunity to defend any such claim, and shall not settle any such claim without the approval of the indemnifying party.

1.6 HOLD HARMLESS The Contractor shall indemnify and hold harmless the System, the Construction Manager,

the Professional, their agents and employees from and against all claims, damages, losses and expenses including attorneys' fees arising out of or resulting from the performance of the work, including any and all design work performed by or for the Contractor, provided that any such claim, damage, loss or expense: (1) is attributable to bodily injury, sickness, disease or death or to injury to or destruction of tangible property including the loss of use resulting therefrom, and (2) is caused in whole or in part by any negligent act or omission of the Contractor, any subcontractor, any one directly or indirectly employed by any of them, or any one for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder.

In any and all claims against the System, Construction Manager or the Professional or any of their agents or employees by any employee or the Contractor, any subcontractor, any one directly or indirectly employed by any of them or any one for whose acts any of them may be liable, the indemnification obligations shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the Contractor or any subcontractor under workmen's compensation acts, disability benefit acts or other employee benefit acts.

The obligations of the Contractor under this Section shall not extend to the liability of the Construction Manager, Professional, their agents or employees arising out of (1) the preparation or approval of maps, drawings, opinions, reports, surveys, change orders, designs or specifications, or (2) the giving of, or the failure to give, directions or instructions by the Construction Manager, Professional, their agents or employees provided such giving, or failure to give, is the primary cause of the injury or damages.

1.7 OFFSET PROVISIONS The Contractor, by execution of the agreement, certifies that it has no outstanding tax

liability to Pennsylvania; authorizes the Department of Revenue to release information related to its tax liability to the System; and, authorizes the Commonwealth to set off any State and local tax liabilities of the Contractor or any of its subsidiaries, as well as any other amount due to the Commonwealth from the Contractor, not being contested on appeal by the Contractor, against any payment due to the Contractor under an agreement with the Commonwealth.

The certification of no outstanding tax liability is a material representation of fact, upon which reliance is placed by the System in entering the agreement. If it is later determined that the Contractor knowingly rendered an erroneous certification, the System may find the Contractor in default and terminate the agreement. Such erroneous certification may also be grounds for initiation of civil or criminal proceedings.

1.8 DEBARMENT OR SUSPENSION The contracting officer shall recommend debarment or suspension action

against the Contractor whenever there is substantial evidence that a cause for debarment or suspension under the provisions of Act 1998-57–The Commonwealth Procurement Code and the provisions of this contract have occurred. The Contractor shall be notified of such action and given reasonable opportunity shall to be heard by the agency head or his designee. The head of the agency shall determine debarment or suspension actions appropriate for the offense in accordance with the provisions of Act 1998-57–The Commonwealth Procurement Code.

1.9 CONTRACTOR RESPONSIBILITY PROVISIONS

A. Contractor certifies that it is not currently under suspension or debarment by the Commonwealth, any other state, or the federal government, and if the contractor cannot so certify, then it agrees to submit along with the bid proposal a written explanation of why such certification cannot be made.

B. If contractor enters into any subcontracts or employs under this contract any subcontractors/individuals who are currently suspended or debarred by the Commonwealth or the federal government or who become suspended or debarred by the Commonwealth or the federal government during the term of this contract or any extensions or renewals thereof, the Commonwealth shall have the right to require the contractor to

FOR REFRENCE ONLY

Page 53: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

Facilities Projects Rider B 71K110 (11-11-98) Page 3 of 20

terminate such subcontracts or employment.

C. The contractor agrees to reimburse the Commonwealth for the reasonable costs of investigation incurred by the Office of Inspector General for investigations of the contractor’s compliance with the terms of this or any other agreement between the contractor and the Commonwealth that results in the suspension or debarment of the contractor. Such costs shall include, but not be limited to, salaries of investigators, including overtime; travel and lodging expenses; and expert witness and documentary fees. The contractor shall not be responsible for investigative costs for investigations that do not result in the contractor’s suspension or debarment.

D. The contractor may obtain the current list of suspended and debarred contractors by contacting the: Department of General Services Office of General Counsel North Office Building Room 603

Harrisburg, Pennsylvania 17125 Phone: 717-783-6472 FAX: 717-787-9138

1.10 EXCESS PREPARED FOOD The donation of Excess Prepared Food Clause has been determined by the

University to be not applicable to this contract.

1.11 RECYCLED MATERIALS In accordance with Section 108 Recycled Materials of Act 1998-57 Commonwealth

Procurement Code, any products provided to the Commonwealth as part of the contractor’s performance of this contract, if this paragraph is applicable to this project, shall meet the minimum percentage levels for the total recycled content and postconsumer recycled content, as found in the Department of General Services List of Products and Procurement Guidelines, Insulation for Construction Projects: Recycled Postconsumer Material, ,and as listed in the Special Requirements of the contract documents.

1.12 AMERICAN WITH DISABILITIES ACT Pursuant to federal regulations promulgated under the authority of The

Americans with Disabilities Act, 28 C.F.R. 35.101 et seq., the Contractor understands and agrees that no individual with a disability shall, on the basis of the disability, be excluded from participation in this contract or from activities provided for under this contract. As a condition of accepting and executing this contract, the Contractor agrees to comply with the “General Prohibitions Against Discrimination”, 28 C.F.R. 35.130, and all other regulations promulgated under Title II of the Americans with Disabilities Act which are applicable to the benefits, services, programs, and activities provided by the State System of Higher Education through contracts with outside contractors.

The contractor shall be responsible for and agrees to indemnify and hold harmless the Commonwealth of Pennsylvania, the State System of Higher Education, the University and their respective officers and employees from all losses, damages, expenses, claims, demands, suits, and actions brought by any party against any of the foregoing as a result of the contractor’s failure to comply with the provisions of the paragraph above.

1.13 ASSIGNMENT

This agreement shall be binding on the parties hereto, their heirs, executors, administrators, successors and assigns, but it may not be assigned by the Contractor without the prior written consent of the System.

1.14 ASSIGNMENT OF ANTITRUST CLAIMS The contractor and the System recognize that in actual economic

practice, overcharges by the contractor's suppliers, resulting from the violations of State or Federal anti-trust laws are, in fact, borne by the System. As part of the consideration for the award of this contract, and intending to be legally bound, contractor assigns to the Commonwealth all rights, title and interest in and to any claims contractor now has, or may hereafter acquire, under State or Federal anti-trust laws relating to the goods or services which are the subject of this contract.

1.15 LIENS In accordance with applicable Commonwealth Law 49 P.S. 1303, the parties hereto hereby specifically

waive the right to file any mechanics or other lien or claim for work done or material furnished in or about the performance of this Agreement, and it is hereby expressly agreed that no such claim or claims shall be filed by anyone and that the Contractor shall not file nor permit any subcontractor, material man, mechanics or other person under him to file, nor shall any such contractor, subcontractor, material man or other person file any mechanics or other lien or claim for work done or material furnished in or about the performance of this Contract against the System, the Commonwealth of Pennsylvania, and/or the ground upon which the structure or work herein provided for is erected or done, or against any structure thereon erected or to be erected, or against any structure or property whatsoever covered by the Contract.

1.16 NONDISCRIMINATION The Commonwealth's nondiscrimination/sexual harassment clause, as found in the Bid

Proposal Form, is hereby incorporated by reference.

FOR REFRENCE ONLY

Page 54: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

Facilities Projects Rider B 71K110 (11-11-98) Page 4 of 20

1.17 THE PROFESSIONAL If retained and so designated by the System, a Professional architect or engineer may

act as the agent for the System in the administration of the contract and may perform any or all of the functions stated herein. The Professional will, as determined by agreement with the System, visit the site to review progress in accordance with the contract drawings and specifications, attend job conferences, approve applications for payments, make progress reports to the System and review and accept/reject the Contractor's Schedule of Values.

The Professional has the authority to interpret the Contract Documents, reject work which does not conform to the Contract Documents, review and approve shop drawings, prepare drawings and specifications for change orders or modifications, participate in completion inspections, prepare as-built drawings, and review and approve all catalog data, manufacturers operating and maintenance instructions, certificates, warranties, written guarantees, and related documents required by the contract. The Professional may perform additional functions as determined by the System necessary to protect the System's interest.

1.18 THE CONSTRUCTION MANAGER If retained and so designated by the System, a Construction Manager (CM)

may also act as the agent for the System in the administration of the contract and may perform any or all of the functions stated herein, as determined by agreement with the System. The Construction Manager may visit the site to review progress according to the contract drawings and specifications, independent of or in conjunction with the Professional. The Construction Manager may, with concurrence of the Professional, reject work that does not conform to the Contract Documents and safe working practices.

As and on behalf of the owner, the CM shall have authority to review with the Professional materials, workmanship, and equipment incorporated, or submitted for incorporation in the work. He shall review and provide an evaluation of the Contractor's testing, inspection, quality assurance, and certification program to the Professional, and he shall review and prepare an independent evaluation of the amount of the request for payment for acceptability of the quantity and quality of work performed or materials and equipment provided, and prepare and/or evaluate prepared schedules for the work.

The Construction Manager shall review the Contractor's construction practices and advise on unsafe working conditions during execution of the work. The Construction Manager shall work with the Professional as the System's representative in the administration of the System's interest in the project.

ARTICLE 2

THE SYSTEM'S RIGHTS AND RESPONSIBILITIES

2.1 THE SYSTEM REPRESENTATIVES Representatives designated by the System will have the authority to

inspect the work and to reject all work not performed in accordance with the contract provisions. In addition, only those representatives so designated have authority to change, modify, or alter the work or incur or cause to be incurred additional obligations beyond the contract provisions.

2.2 THE SYSTEM'S RIGHT TO CARRY OUT THE WORK If the Contractor fails to carry out the work in accordance

with the Contract Documents or fails to perform any provision of the agreement, the System may, after three (3) working days written notice to the Contractor, and without prejudice to any other remedy the System may have, make good such failures. In such case, an appropriate change order shall be issued deducting from the payments then or thereafter due the Contractor the cost of correcting such failures, including the cost for the Professional's additional services made necessary by such failure. If the payments then or thereafter due the Contractor are not sufficient to cover such amount, the Contractor and/or the Contractor's Surety shall pay the difference to the System.

2.3 RIGHT TO AWARD CONTRACTS The System reserves the right to award other contracts in connection with

other portions of the project under these similar conditions of this agreement.

ARTICLE 3

THE CONTRACTOR'S RIGHTS AND RESPONSIBILITIES

3.1 COVENANT AGAINST CONTINGENT FEES The Contractor warrants that no person or selling agency has

been employed or retained to solicit or secure this contract upon an agreement or understanding for a

FOR REFRENCE ONLY

Page 55: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

Facilities Projects Rider B 71K110 (11-11-98) Page 5 of 20

commission, percentage, brokerage or contingent fee (excepting bona fide employees or bona fide established commercial or selling agencies maintained by the Contractor for the purpose of securing business). For breach or violation of this warranty, the System shall have the right to annul this contract without liability or, in its discretion, to deduct from the contract price or consideration, or otherwise recover, the full amount of such commission, percentage, or contingent fee.

3.2 REVIEW OF CONTRACT DOCUMENTS AND FIELD CONDITIONS

3.2.100 The Contractor shall perform the work according to good quality industry standards, practices, and procedures, and in accordance with the Contract Documents and submittals approved.

3.2.101 The Contractor shall accept all conditions as found upon examination of the site, and take field measurements and verify field conditions and compare carefully such measurements and conditions with the Contract Documents before commencing activities. If the Contractor, in the course of construction finds any conflict, error or discrepancy on or among the Contract Documents, such conflict, error or discrepancy shall be immediately referred to the Professional in writing.

3.3 SUPERVISION AND CONSTRUCTION PROCEDURES

3.3.100 The Contractor shall supervise and direct the work, using the Contractor's best skill and attention. The Contractor shall be solely responsible for the work performed and have control over construction means, methods, techniques, sequences and procedures, and for coordinating all portions of the work, unless the Contract Documents give other instructions.

3.3.101 The Contractor shall provide all labor, materials, and equipment necessary for the proper prosecution of the work in an acceptable manner and at a satisfactory rate of progress.

3.3.102 The Contractor shall be responsible for the acts and omissions of all his employees, all subcontractors and their agents and employees, and all other persons performing portions of the work under a contract with the Contractor.

3.3.103 Inclement weather, including but not limited to cold or freezing weather, shall not be considered an excuse for non-performance of work under this contract. The Contractor shall use such methods of protecting as may be necessary to continue to work throughout the period of inclement weather.

3.4 LABOR AND MATERIALS

3.4.100 The Contractor shall enforce strict discipline and good order and conduct among his employees and other persons carrying out the contract. Employees shall be fit and skilled in the performance of tasks assigned to them.

3.4.101 Wages: The Contractor is hereby notified that this contract may be subject to the provisions, duties, obligations, remedies and penalties of the Pennsylvania Prevailing Wage Act, 43 P.S. 165-1 ET Seq., which is incorporated herein by reference as if fully set forth herein. The Contractor should refer to Attachment 1 to determine if Prevailing Wages are applicable to this project. All provisions and regulations of the Federal and State Wages Acts shall be adhered to in the performance of this work.

3.4.102 Products incorporated into the Work: The System anticipates the Contractor will provide products (i.e., products, materials, and equipment as defined in Section 01600 - Materials and Equipment) to be incorporated into the work of the project that are new, undamaged, and unused at the time of the installation, unless otherwise indicated in the Contract Documents. The Contractor shall produce, upon request, evidence supporting the source of materials used in the work.

The products provided under the contract shall meet or exceed the quality specified in the Contract Documents. The burden of proof of quality for all products provided rests with the Contractor. The costs incurred for substantiating quality shall be borne by the Contractor. If the System accepts substituted materials of a lesser quality than specified, the System shall be entitled to a credit equal to the difference in cost of the products specified and the products provided.

The Contractor shall comply with the requirements of the Reciprocal Limitations 1998-Act 57 Commonwealth Procurement Code; Act 146 of 1986, the Trade Practices Act of July 23, 1968 P.L. 686 (71 P.S. 773.101 et seq.); and Act 3 of March 3, 1978, P.L. 6, commonly referred to as the "Steel Products Procurement Act", as outlined in the Special Requirements.

FOR REFRENCE ONLY

Page 56: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

Facilities Projects Rider B 71K110 (11-11-98) Page 6 of 20

3.5 TAXES Contractor shall pay all sales, consumer, use and other similar taxes as required by law. Since the State

System is an instrumentality of the Commonwealth of Pennsylvania, the sale at retail to or use by a construction contractor of building machinery and equipment and services thereto that are transferred to the State System may possibly be excluded from some or all of such taxes. Forms and directions on the manner of obtaining exclusions from sales taxes may be obtained from any office of the Pennsylvania Department of Revenue.

3.6 PERMITS, FEES, AND NOTICES

3.6.100 The Contractor shall obtain and pay for all permits, licenses and certificates required by Law and/or any public authority for the proper execution and completion of its work. The Contractor shall furnish proof of payment for all such permits, licenses and certificates, or proof that no permits, licenses or certificates are required. This proof must be furnished before the second request for payment.

3.6.101 The Contractor shall give all notices and comply with all applicable Laws, ordinances, regulations, rules and orders of any public authority bearing on the performance of the work. If the Contractor observes that any of the Contract Documents is at variance therewith in any respect, it shall promptly notify the Professional in writing. The Professional will make any necessary modifications. If the Contractor performs any work knowing it to be contrary to such applicable laws, ordinances, regulations, rules or orders, and without such written notice to the Professional, it assumes full responsibility therefor and shall bear all costs attributable thereto.

3.6.102 The Contractor shall pay all royalties and license fees. It shall defend all suits or claims for infringement of any patent rights and shall save the System harmless from loss on account thereof. The System shall be responsible for all such loss when a particular design, process or the product of a particular manufacturer or manufacturers is specified. However, if the Contractor has reason to believe that the designing process or product specified is an infringement on a patent, it shall be responsible for such loss unless it promptly gives such information to the System.

3.7 SUPERINTENDENT

3.7.100 The Contractor shall employ a competent superintendent and necessary assistants who shall be in attendance at the Project site during performance of the work. The superintendent shall represent the Contractor, and communications given to the superintendent shall be as binding as if given to the Contractor. The superintendent is responsible for continuous field supervision, coordination and completion of the work, and for the prevention of accidents.

3.7.101 Job conferences shall be scheduled by the System and shall be attended by the superintendent or a representative of the Contractor authorized to make all decisions and representations affecting the contract and its progress in the project.

3.8 PROGRESS SCHEDULE

3.8.100 Immediately upon receipt of Notice to Proceed, the Contractor for general construction on the project shall furnish to each separate prime Contractor within fourteen (14) days a schedule of the proposed prosecution of the work under his contract. Each separate prime Contractor shall submit to the Contractor for general construction within twenty-one (21) days after issuance of the Notice to Proceed, a schedule of the proposed prosecution of their work. The Contractor for general construction shall then submit to the Professional, CM, and the System within twenty-eight (28) days after issuance of the Notice to Proceed, a complete project schedule signed by all prime contractors indicating their approval, and showing in detail to the satisfaction of the Professional, CM and the System, the proposed dates for the performance of each phase of the work under each contract for the entire project.

3.8.101 In the event that the System, after the commencing of on-site work, grants an extension of time for sixty (60) days or more to a Contractor, the Contractor receiving the extension of time shall prepare a revised progress schedule for their prime contract. The Contractor involved in the extension shall forward the their revised progress schedule to the System representatives within thirty (30) days from the approval of his extension. In no event will the granting of an extension of time to a one prime Contractor automatically entitle any other prime Contractor to an extension of time.

3.8.102 The Contractor shall complete portions of the work in such order of time as may be stated in the specifications or as required in the progress charts as approved by all prime Contractors and the System. The System may require the Contractor to apply additional resources to maintain the project schedule, if the Contractor negligently fails to process the work according to the approved project schedule, at no additional cost to the System. If the

FOR REFRENCE ONLY

Page 57: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

Facilities Projects Rider B 71K110 (11-11-98) Page 7 of 20

Contractor shall refuse or fails to proceed as directed by the System, the System may find the Contractor in breach of his contract and/or declare the Contractor in default.

3.8.103 In lieu of the project schedule requirements specified in this section, the System may specify alternate scheduling procedures in the General Requirements. In that case, the Contractor shall comply with those provisions and a project schedule need not be submitted as specified herein.

3.9 SHOP DRAWINGS

3.9.100 The Contractor shall prepare and submit, in accordance with Section 01300-Submittals, the necessary shop drawings, diagrams, illustrations, schedules, performance charts, brochures, catalog information and other data required to support the proposed installation methods and establish standards by which the work will be judged, according to and within the time schedule submitted by the Contractor and approved by the Professional and the System. The times for submission of shop drawings shall be mutually established so as not to delay the project or require a time extension to the contract completion date, without agreement by the System.

3.9.101 The Professional's approval of shop drawings or samples shall not relieve the Contractor of responsibility for any deviation from the requirements of the Contract Documents, unless the Contractor has informed the Professional in writing of such deviation at the time of submission, has noted the deviation on the shop drawings, and the Professional has given written approval of the specific deviation. The Professional's approval also does not relieve the Contractor from responsibility for errors or omissions in the shop drawings or samples.

3.9.102 No portion of the work requiring a shop drawing or sample submission shall be commenced until the submission has been approved by the Professional. Any work commenced by the Contractor prior to final approval of the shop drawings and/or samples by the Professional is performed by the Contractor at its own risk.

3.10 JOB CONDITIONS

3.10.100 The Contractor shall confine operations at the site to areas permitted by law, ordinances, permit and the Contract Documents and shall not unreasonably encumber the site with any materials or equipment, unless otherwise permitted by the System. The Contractor shall at all times keep the work site free from accumulation of waste materials or rubbish carried by his operations.

The site of the work is defined by limit of contract line shown on the drawings. Contractors may only extend their work beyond this line as may be necessary to satisfy requirements of all permits and to make utility and service connections. Before starting any work beyond the limit of contract, the Contractor will submit to the Professional and the System a description of the proposed work for their review and approval.

He shall cooperate in the arrangements of his work as necessary to least affect the administration or operation of any present building, and shall protect his materials. Existing utility services roads and access ways will not be interrupted without prior approval by the System. The Contractor will comply with the System's prescribed times for acceptable outage periods.

3.10.101 The Contractor shall at all times afford other contractors reasonable access to the site, material storage areas, and shall perform their work so as not to interfere with the work of other contractors.

3.10.102 The Contractor shall be responsible for providing temporary heat, light and water as necessary to execute and protect his work, shall maintain adequate ventilation of the work site to ensure proper air quality for human breathing, material protection, and safety equipment operations, and as further provided in the General Requirements.

3.10.103 The Contractor shall be responsible to obtain all approvals and certificates of occupancies from local and state authorities having jurisdiction over the project, and submit the completed documents to the System.

ARTICLE 4

CLAIMS AND DISPUTES

4.1 CLAIMS FOR CONCEALED OR UNKNOWN CONDITIONS

4.1.100 If conditions are encountered at the site which are (1) subsurface or otherwise concealed physical conditions which differ materially from those indicated in the Contract Documents or (2) unknown physical conditions of an unusual nature, which differ materially from those ordinarily found to exist and generally recognized as inherent in construction activities of the character provided for in the Contract Documents, then notice by the Contractor shall

FOR REFRENCE ONLY

Page 58: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

Facilities Projects Rider B 71K110 (11-11-98) Page 8 of 20

be given to the System promptly before conditions are disturbed and in no event later than 21 days after first observance of the conditions.

4.1.101 The System will promptly investigate such conditions and, if they differ materially and cause an increase or decrease in the Contractor's cost of, or time required for, performance of any part of the work, will recommend an equitable adjustment in the contract sum or contract time, or both. If the conditions at the site are not materially different from those indicated in the Contract Documents, no change in the terms of the Contract is justified. No adjustment shall be made to the contract sum, however, for concealed conditions encountered during cutting and patching of work.

4.2 CLAIMS FOR ADDITIONAL TIME OR COST

4.2.100 If the Contractor wishes to make a claim for an increase in the Contract Sum, written notice shall be given to the System before proceeding to execute the work.

4.2.101 If the Contractor wishes to make a claim for an increase in Contract Time, written notice shall be given, including a estimate of cost and of probable effect of delay on the progress of the work. If adverse weather conditions are the basis for a claim for additional time, such claim shall be documented by data from a recognized weather authority substantiating that weather conditions were abnormal for the period and could not have been reasonably anticipated. The Contractor shall also substantiate that weather conditions had an adverse effect on the scheduled construction.

4.2.102 No claims for increased costs, charges, expenses, or damages of any kind, except as provided in the General Conditions, shall be made by the Contractor against the System for any delays or hindrances from any cause whatsoever, including but not limited to strikes, walkouts or work stoppages during the progress of any portion of the work. The System may, however, compensate the Contractor for any such delays by extending the time for completion of the work, as provided in the Contract, which extensions shall constitute the exclusive remedy between the parties.

4.3 DISPUTES WITH THE SYSTEM

4.3.100 The Contractor shall carry on the work and maintain the progress schedule during any claims, disputes questions, other related matters or proceedings unless otherwise agreed to in writing by the Contractor and the System.

4.3.101 In the event of any dispute, claim, question or other matter (hereinafter called disputed item) the Contractor shall immediately refer the disputed item in writing to the System Project Manager for a Determination, which said Determination shall be rendered in writing within a reasonable time.

4.3.102 Disputed items by the Contractor must be made known by written notice within 21 days after occurrence of the event giving rise to such disputed item, or within 21 days after the Contractor first recognizes the condition giving rise to the disputed item, whichever is later.

4.3.103 Claims Procedure: Determinations made by the System Project Manager shall be subject to the claims procedure as described herein. Any disputed item which the Contractor may have against the System under this contract, except those settled under these provisions, shall be subject to the following procedure for the resolution of same:

A. Dispute Conference. Any disputed item that the Contractor may have against the System under this contract or any breach thereof that has been referred to the System Project Manager, except as has been waived by the failure of the Contractor to present a timely claim in accordance with this section shall be subject to negotiation at a Dispute Conference. A Dispute Conference shall be scheduled by the System upon the written demand of the Contractor if submitted no later than thirty (30) days after the date of the Determination by the System Project Manager.

B. Pre-Claim Hearing Upon written demand by the Contractor, all disputed items which the Contractor may have against the System which have not been resolved at a Dispute Conference shall be heard at a Pre-Claim Hearing chaired by the System Director for Construction Management.

No demand for a Pre-Claim Hearing shall be made later than thirty (30) days after the date on which the Contractor has received a decision rendered by the System Project Manager as a result of a Dispute Conference, or from the fortieth (40th) day after the Dispute Conference was held, if the Contractor has not received a decision. Failure to demand a Pre-Claim Hearing within the required time period shall result in the decision of the Dispute Conference becoming final and binding upon the Contractor.

FOR REFRENCE ONLY

Page 59: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

Facilities Projects Rider B 71K110 (11-11-98) Page 9 of 20

4.3.104 All claims against the System arising out of this contract which have not previously been resolved at a Dispute Conference and subsequent Pre-Claim Hearing may be referred to the Board of Claims created by Act No. 193, approved May 20, 1937, P.L. 728, 72 P.S. as amended, in the manner and under the terms and conditions provided therein. The timely submission of any claim to a Dispute Conference and a Pre-Claim Hearing, in accordance with the provisions of Section 63.81 and 63.82 of the Act, respectively, shall be a condition precedent to the referral of such claim to the Board of Claims under the provisions of the section. Also, prior to filing a claim with the Board of Claims, the claim must have been first filed in writing with the contracting officer within six (6) months after it accrues and not thereafter.

4.4 DISPUTES WITH OTHER CONTRACTORS

4.4.100 The System shall have no obligation to any third parties for any claim, nor be a party to any claims, disputes or actions between prime contractors or subcontractors concerning such additional expense or damage. Nor shall such claims or disputes be subject to Board of Claims proceedings.

4.4.101 Should the Contractor, either directly or by the Contractor's subcontractors, or their respective agents, servants, or employees, cause damage or injury to the property or work of any other prime contractor or contractors, or by failing to perform the Contractor's work (including the work of the Contractor's subcontractors) hereunder with due diligence, delay any other prime contractors who shall suffer additional expense or damage thereby, the parties involved in such dispute shall settle by agreement or arbitrate said claim, dispute or disputes by referring same to the American Arbitration Association. Said dispute or disputes shall be determined pursuant to the construction industry arbitration rules of the American Arbitration Association then in effect. Notice of the demand for arbitration shall be filed in writing with the other prime Contractors and with either the Philadelphia or Pittsburgh Regional Office of the American Arbitration Association, and a copy shall be filed with the professional and the System. The demand for arbitration shall be made within a reasonable time after the claim, dispute or other matter in question has arisen.

4.4.102 It is agreed by all parties that disputes or actions between Contractors concerning the additional expense or damage herein before mentioned shall not delay completion of the work which shall be continued by the parties, subject to the rights herein before provided. It is agreed by the parties to the contract (the System as promisee and the Contractor as promisor) that the intent of this clause is to benefit the other prime Contractors on the project or related projects and to serve as an indication of the mutual intent of the System and the Contractor that this clause raise such other prime Contractors to the status of third party beneficiaries only as to the terms and conditions of sections entitled Subcontractors and Disputes with the System. The Contractor agrees that these sections are provided as a benefit to the Contractor and that they specifically exclude claims against the System for delay or other damages.

4.4.103 The Contractor agrees that all claims, disputes and other matters in question between prime Contractors, which arise out of, or are related to this contract or the breach thereof shall be settled by agreement or resolved by arbitration in accordance with the construction industry arbitration rules of the American Arbitration Association then in effect, unless the parties mutually agree otherwise. This agreement to arbitrate shall be in consideration of the fact that all prime Contractors agree to this same arbitration provision as provided in each separate prime contract and that arbitration of all claims disputes and other matters in question shall be held within a reasonable time after the claim, dispute or other matter in question has arisen.

ARTICLE 5

SUBCONTRACTORS

5.1 A Contractor may not, except with the consent of the System, have a financial interest in any other contractor,

subcontractor, or supplier providing services, labor, or material on this project. Failure to disclose the names of such

subcontractors and/or suppliers shall be sufficient grounds for termination of this contract. Such failure may also be

grounds for the initiation of civil or criminal proceedings.

5.2 Subcontractors employed by the prime contractors are solely responsible to the prime Contractor, and shall have no

contractual relationship with the System.

5.3 All work performed for the Contractor by a subcontractor shall be pursuant to an appropriate agreement between the

Contractor and the subcontractor. All agreements between Contractors and subcontractors shall contain provisions

that: A. Preserve and protect the rights of the System and the Professional under the Agreement with respect to

the work to be performed under the subcontract, so that the subcontracting thereof will not prejudice such rights.

FOR REFRENCE ONLY

Page 60: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

Facilities Projects Rider B 71K110 (11-11-98) Page 10 of 20

B. Require that such work be performed in accordance with the terms, conditions and requirements of the Contract Documents.

C. Require that all claims for additional costs, extensions of time or otherwise with respect to subcontracted portions of the work, shall be submitted to the Contractor in the manner provided in

the Contract Documents for like claims by the Contractor upon the System.

D. Require that each subcontractor and/or supplier fully warrants and guarantees for the benefit of the System as purchaser the effectiveness, fitness for the purpose intended, quality and merchantability of any item provided and/or installed by such subcontractor.

E. Require that the subcontractor is without privity of Contract to the System and that it agrees by signing the subcontract that it neither acquires nor intends to acquire any rights against the System on a third party beneficiary theory or any others.

5.4 The Contractor shall not sublet any part of this contract without written approval of the System. Within 30 days of

a Notice to Proceed, the Contractor shall submit a list of all subcontractors he proposes to use for written approval by the System. In all cases, this shall be prior to the first application for payment being submitted.

5.5 The System has the right to direct the Contractor to replace any subcontractor that the System objects to, for

reasons that: A. The subcontractor has failed to work in accordance with the contract provisions, rules and regulations

regarding Contractor performance, contract compliance, good order and conduct of his employees.

B. The subcontractor has defaulted or failed to perform on previous System projects.

C. The subcontractor has been suspended or debarred from doing business with the Commonwealth. The Contractor shall then submit another subcontractor for approval.

Should there be a cost differential to the Contractor, the Contractor shall submit evidence to that fact, and the Contract Sum shall be increased or decreased by the cost difference by an appropriate Change Order.

ARTICLE 6

CHANGES IN THE WORK 6.1 RIGHT TO ORDER CHANGES

6.1.100 The System, without invalidating the agreement, may order changes in the work within the general scope of the agreement consisting of additions, deletions, or other revisions. The contract sum and time shall be adjusted accordingly, as they relate to the cost of the work, and impact on completion of the work. The Contractor agrees that payment under any method shall be the exclusive compensation for such addition, deletion, or other revision to the original agreement.

6.1.101 Minor changes in the work not affecting the contract sum or extension of time, consistent with the intent of the Contract Documents, may be directed by the System without additional compensation or time extension.

6.1.102 Work that can reasonably be done concurrently with other contract work, without significant addition of labor or equipment or increasing the contract completion date, will not be subject to time extension.

6.2 CHANGE ORDERS

6.2.100 The cost or credit of changed work will be determined by one of the methods described herein: A. By a detailed cost breakdown properly itemized. The breakdown shall include size, quantity, type, etc., and

may include a maximum of fifteen percent (15%) markup to labor costs and a maximum of ten percent (10%) markup to material and equipment costs for overhead and profit.

The Contractor may include a maximum of ten-percent (10%) total markup to any subcontractor costs for overhead and profit. Subcontractors cannot exceed the markups stated herein for labor, material, or equipment costs.

FOR REFRENCE ONLY

Page 61: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

Facilities Projects Rider B 71K110 (11-11-98) Page 11 of 20

B. By unit prices stated in the bid proposal. C. From prices as agreed upon in the Schedule of Values.

6.2.101 The Contractor shall not be entitled to profit which is lost as a result of deleted work, but shall be entitled to the overhead attributed to the items of work deleted from the Schedule of Values only when the contract completion date is not reduced.

6.3 UNILATERAL CHANGE ORDER

6.3.100 In the event that agreement cannot be reached as to the cost or credit of the changed work, the System shall prepare a cost estimate, and the Contractor will be issued a unilateral change order to proceed with the changed work at a cost not-to-exceed the System's estimate. The Contractor shall proceed with the work and maintain accurate records of the actual cost of labor and material to perform the work.

6.3.101 Upon completion of the work, if the Contractor's actual cost including profit and overhead for the work does not exceed the System's not-to-exceed cost estimate, a new change order will be issued in the amount of the Contractor's actual cost.

6.3.102 If the work is not completed, and if the Contractor's actual cost has equaled or exceeded the not-to-exceed limit of the unilateral change order, the System will audit the Contractor's actual cost and subsequently attempt to negotiate a cost for the remaining work. If agreement cannot be reached for the remaining work, another unilateral change order will be issued at the System's revised cost estimate to complete the work. In this case, the Contractor retains the right to claim for equitable adjustment under the disputes clause of this agreement.

ARTICLE 7

TIME

7.1 The time specified for the contract completion is the number of calendar days from the date of the Notice to

Proceed. The date for commencement of the work is the date of the Notice to Proceed. On site work shall commence no later than ten (10) days after the date of the Notice to Proceed.

7.2 Time extensions may be granted for events impacting the work beyond the control of the Contractor if the

changed condition impacts a work item on the critical path of the project schedule, and the scheduled substantial completion date is extended.

ARTICLE 8

PAYMENTS AND COMPLETION

8.1 The Contractor warrants and guarantees that title to all work, materials, and equipment covered by an application

for payment, whether incorporated in the project or not, will pass to the System upon the receipt of such payment, free and clear of all terms, claims, security interests, or encumbrances.

8.2 PAYMENTS

8.2.100 Performance by the contractor in accordance with the provisions of the contract shall entitle the contractor to payment by the System. The System shall pay the contractor according to the provisions of this section for all items that appear on the application for payment and have been satisfactorily completed. Applications for payment will not be considered to be acceptable unless they meet all the requirements specified in Section 01027-Application for Payment and as outlined elsewhere in the contract documents.

8. 2.101 Schedule of Values: The contract sum is stated in the agreement and is the total amount payable for the performance of the work in compliance with the Contract Documents. Before any application for payment can be submitted, the Contractor shall submit to the System for its approval a detailed breakdown of the costs indicating a schedule of quantities and values for the items of work included in the contract, as required in Section 01027-Application for Payment. Each item in the Schedule of Values shall include its proper share of overhead and profit.

The Schedule of Values, when approved by the System shall be used as a basis for the Contractor's application for payments. This Schedule of Values may also be used to determine the cost or credit to the System resulting from the

FOR REFRENCE ONLY

Page 62: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

Facilities Projects Rider B 71K110 (11-11-98) Page 12 of 20

changes in the work. 8.2.102 The System may decline to approve any Application for Payment, or portion thereof, because of subsequently

discovered evidence or subsequent inspections, which may nullify the whole or part of any Application for Payment previously issued, to such extent as may be necessary to protect the System from loss because of: A. Defective work not remedied.

B. Failure of the Contractor to make payments properly to subcontractors or for labor, materials, and equipment.

C Reasonable evidences that the work cannot be completed for the unpaid balance of the Contract Sum.

D. Reasonable evidence that the work will not be completed within the Contract Time, and that the unpaid balance would not be adequate to cover actual or liquidated damages for the anticipated delay.

E. Unsatisfactory prosecution of the work by the Contractor.

8.2.103 Retainage: Normally, payment of the total amount will be made upon substantial completion, final inspection, and acceptance of the work. However, when a contract exceeds $10,000 and upon written request, partial payments may be made after completion of portions of the work. To ensure proper performance of the contract, the System shall retain from all partial payments an amount not to exceed ten percent (10%) of the amount due the contractor until fifty percent (50%) of the contract is completed. The sum to be withheld from the contractor after the contract is fifty percent (50%) completed shall not exceed five percent (5%) of the value of the completed work based on monthly progress payment requests.

When the contract is fifty percent (50%) completed, one half of the amount retained by the System shall be returned to the contractor. However, the architect, engineer, or System project representative must approve the application for payment for reduction in retainage. The contractor must be making satisfactory progress, and there must be no specific cause for greater withholding.

All money retained by the System may be withheld from the contractor until substantial completion of the contractor. However, in the event a dispute arises between the System and any prime contractor, which dispute is based upon increased costs claimed by one prime contractor occasioned by delays or other actions of another prime contractor, additional retainage in the sum of one and one-half times the amount of any possible liability may be withheld until such time as a final resolution is agreed to by all parties directly or indirectly involved, unless the contractor causing the additional claim furnishes a bond satisfactory to the System to indemnify the System against the claim.

In absence of sufficient reason, within 20 days of receipt of payment of retainage, the contractor shall pay all subcontractors with which it has contracted their earned share of the retainage payment the contractor received.

8.2.104 Withholding of Payments for Good Faith Claims The System may withhold payment for deficiency items according to the terms of the contract. If the System withholds payment from a contractor for a deficiency item, the System shall notify the contractor of the deficiency item within the timeframe specified in the contract or 15 calendar days of the date that the application for payment is received.

The Contractor may withhold payment from any subcontractor who is responsible for any deficiency item for good faith claims. If a contractor withholds payment from a subcontractor for a deficiency item, it must notify the subcontractor or supplier and the System of the reason within 15 calendar days of the date after receipt of the notice of the deficiency item from the System.

8.2.105 Payments to Subcontractors For the purposes of this section, the contract between the contractor and the subcontractor is presumed to incorporate the terms of the contract between the contractor and the System. When a subcontractor has performed in accordance with the provisions of the contract, a contractor shall pay to the subcontractor, and each subcontractor shall in turn pay to its subcontractors, the full or proportioned amount received for each such subcontractor’s work and material, 14 days after receipt of a progress payment. Neither the System nor any Professional shall have any obligation to pay or to see the payment of any monies to any subcontractor except as may be otherwise required by law.

8.2.106 Substantial Completion and Final Payment: For all contracts containing a provision for retainage, the design professional shall make a final inspection within 30 days receipt of a request by the contractor for final inspection and application for final payment. If the work is substantially complete, the design professional shall issue a certificate of substantial completion and a final certificate for payment.

FOR REFRENCE ONLY

Page 63: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

Facilities Projects Rider B 71K110 (11-11-98) Page 13 of 20

The System shall make payment in full within 45 days except as provided for in Article 8.2.103 Retainage, less only one and one-half times the amount required to complete any then-remaining uncompleted minor items, which amount shall be certified by the design professional and, upon receipt by the System of any guarantee bonds which may be required, in accordance with the contract, to ensure proper workmanship for a designated period of time. The certificate of substantial completion given by the design professional shall list in detail each uncompleted item and a reasonable cost of completion. Final payment of any amount withheld for the completion of the minor items shall be paid upon completion of the uncompleted items listed in the certificate of substantial completion of the design professional.

Payment under this section will be made upon satisfactory completion of the work specified in the Contract Documents and completion of all requirements listed in Section 01027 -Application for Payment.

8.3 ACCEPTANCE OF WORK

8.3.100 An application for progress payment, a progress payment, or any partial or entire use or occupancy of the project by the System shall not constitute an acceptance of any work not in accordance with the Contract Documents.

8.3.101 Partial Occupancy or Use: The System may occupy or use any completed or partially completed portion of the work at any stage when such portion is so designated by separate agreement with the Contractor, provided such occupancy or use is consented to by the insurer, and authorized by public authorities having jurisdiction over the work. Such partial occupancy or use may commence whether or not the portion is substantially complete, provided the System and the Contractor have accepted in writing the responsibilities assigned to each of them for payments, security, maintenance, heat, insurance, etc. Immediately prior to such partial occupancy or use, the System, Contractor, and Design Professional shall jointly inspect the area in order to determine and record the condition of the work, and agree to the period for correction of this work and as to the commencement of warranties.

8.4 Any person, co-partnership, association, or corporation furnishing labor, material, equipment or renting equipment

or rendering public utility services in connection with performance of this contract shall have a right of action to recover the cost thereof from the Contractor and the Surety on the bond given to secure the payment for such labor, material, equipment or equipment rental and services rendered by public utility as though such person or corporation had been named as obligee in such bond; subject to the provisions of the act 1998 Act 57 Commonwealth Procurement Code.

8.5 NO ESTOPPEL OR WAIVER OF LEGAL RIGHTS

8.5.100 Neither the System nor the Professional shall be precluded or estopped by the measurements or approved applications for payment made or given by any of them or by any of their agents or employees, at any time, either before or after the completion and acceptance of the work and payment thereof, from showing the true and correct amount and character of the work performed and materials and equipment furnished by the Contractor. The System and/or the Professional may show at any time, that any such measurements or approved applications for payment are untrue or incorrectly made in any particular; or that the work or materials, equipment or any parts thereof do not conform to the Contract Documents.

8.5.101 The System shall have the right to reject the whole or any part of the aforesaid work or materials and equipment should the said measurements or approved applications for payment be found or be known to be inconsistent with the terms of the contract, or otherwise improperly given. The System shall not be precluded or estopped, notwithstanding any such measurements or approved applications for payment in accordance therewith, from demanding and recovering from the Contractor or his Surety, or both, such damages as it may sustain by reason of the Contractor's failure to comply with the terms of the Contract Documents, or on account of any over-payments made on any approved applications for payment.

8.5.102 Neither the acceptance by the System or the Professional or any of their agents or employees, nor any certificate approved for payment of money; nor any payments for, nor acceptance of the whole or any part of the work by the System, nor any extension of time, nor any position taken by the System or its employees, shall operate as a waiver of any portion of the contract or any power herein reserved by the System or any right to damages. A waiver of any breach of the contract will not be held to be a waiver of any other or subsequent breach.

ARTICLE 9

PROTECTION OF PERSONS AND PROPERTY

9.1 SAFETY PRECAUTIONS AND PROGRAMS The Contractor shall be responsible for initiating, maintaining and

FOR REFRENCE ONLY

Page 64: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

Facilities Projects Rider B 71K110 (11-11-98) Page 14 of 20

supervising all safety precautions and programs required under his portion of the work and maintained during the term of the contract.

9.2 SAFETY OF PERSONS AND PROPERTY

9.2.100 The Contractor shall take all reasonable precautions for the safety of, and shall provide all reasonable protection to prevent damage, injury or loss to: A. All employees on the work, and all other persons who may be affected thereby.

B. All the work materials and equipment to be incorporated therein, whether in storage on or off the site, under the care, custody or control of the Contractor or any of his subcontractors.

C. Other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures and utilities not designated for removal, relocation or replacement in the course of construction.

9.2.101 The Contractor shall comply with all applicable, laws, ordinances, rules, regulations and orders of any public authority having jurisdiction of the safety of persons or property or to protect them from damage, injury or loss. He shall erect and maintain as required by existing conditions and progress of the work, until the acceptance of the completion of his portion of the project, all reasonable safeguards for safety and protection, including posting danger signs and other warnings against hazards, promulgating safety regulations and notifying owners and users of adjacent utilities.

9.2.102 The Contractor shall designate a responsible member of his organization at the site whose duty shall be the prevention of accidents. This person shall be the Contractor's superintendent unless otherwise designated in writing by the Contractor to the System and the Professional.

9.2.103 Explosives shall not be used in the work without specific written approval by the System of the Contractor's plan for storage and use of them for accomplishing the work, and the Contractor providing the local Blasting Permit if required, the license for the person doing the blasting, and the Certificate for Insurance indicating blasting is included in the coverage.

9.3 EMERGENCIES In any emergency affecting the safety of persons or property, the Contractor shall act, at his

discretion, to prevent threatened damage, injury or loss. Any additional compensation or extension of time claimed by the Contractor because emergency work shall be determined as provided in Changes in the Work.

ARTICLE 10

INSURANCE 10.1 GENERAL

10.1.100 All policies shall be issued by insurance companies known to be financially sound and authorized to conduct such business under the laws of the Commonwealth of Pennsylvania.

10.1.101 Coverage shall be maintained without interruption from the date of commencement of the work until the date of final payment and termination of any coverage required to be maintained after final payment.

10.1.102 Insurance required herein shall also name the System of the Commonwealth of Pennsylvania as an additional insured, as its interest may appear, and Additional Insured Endorsements shall be provided along with the Certificates of Insurance.

10.1.103 Certificates of Insurance: A Certificate of Insurance acceptable to the System shall be filed with the System prior to the System issuing a Notice to Proceed. In no case shall any commencement of work on site be permitted until the required Certificates of Insurance have been provided and accepted by the System.

A. The Certificates of Insurance shall contain a provision that "coverage afforded under the policies will not be canceled, allowed to expire, or in any way changed, including alterations to the conditions of the policy, until at least thirty (30) days written notice has been given, by registered mail, to the System".

The Contractor will be responsible to ensure these notifications occur. Furthermore, should there be no notifications of policy expirations, terminations, or alterations of the insurance coverage, it will be the understanding of the System that the insurance coverage will be as required in the Contract, or as has been indicated in the latest issued Certificate of Insurance accepted by the System.

B. All exclusions to the insurance policies shall be either provided on the Certificate of Insurance, or attached

FOR REFRENCE ONLY

Page 65: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

Facilities Projects Rider B 71K110 (11-11-98) Page 15 of 20

to it as a List of Exclusions. Such exclusions must be acceptable to and agreed to by the System. If no such listing is provided, it will be understood by the System that there are no exclusions to the policies.

C. The deductible amounts for the coverage provided shall be indicated by the insurance company or companies providing the policies. This information shall be sent along with the Certificates of Insurance.

10.1.104 Copies of all insurance policies shall be made available upon request of the System.

10.1.105 At any time the insurance provisions of the agreement, as described herein, are not being maintained, the work of the Contractor may be terminated or suspended, according to the provisions of Article 12-Suspension of the Work and Article 13-Termination of the Work.

10.2 CONTRACTOR'S LIABILITY INSURANCE

10.2.100 The Contractor shall purchase and maintain such insurance as will protect the Contractor from claims set forth below which may arise out of or result from the Contractor's operations under the Contract, whether such operations be by the Contractor or by a subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable:

A. Claims under Workers Compensation Disability Benefit and other similar employee benefit Acts. Employees Liability Insurance, with a minimum of $1,000,000 aggregate coverage, is to be provided on the same operations.

B. Claims for damages because of bodily injury, occupational sickness or disease, or death of the Contractor's employees.

C. Claims for damages because of bodily injury, sickness or disease, or death of any person other than the Contractor's employees.

D. Claims for damages because of injury to or destruction of tangible property including loss of use resulting therefrom.

10.2.101 The Contractor's commercial general liability insurance and automobile liability insurance shall be written for not less than $500,000 for injuries including accidental death to any one person, and subject to the same limit for each person, in an amount not less than $3,000,000 for each occurrence. The Contractor's property damage liability insurance shall be in an amount not less than $3,000,000 for each occurrence.

10.2.102 The commercial general liability insurance shall: A. Include completed operations and products liability coverage.

B. Shall include contractual liability coverage as necessary to meet the Contractor's obligations under Third Party Indemnification and System Indemnification and Hold Harmless.

C. Shall include the special property damage liability coverage commonly referred to as XCU (explosion, collapse, and underground damage), unless the System approves a Contractor's request to exclude this coverage.

D. Shall include adequate protection against special hazards when required, i.e.: blasting, etc.

10.2.103 Subcontractors Insurance: A. The Contractor shall either require each of its subcontractors to procure and to maintain during the life of its

subcontract subcontractor's commercial general liability, automobile liability, and property damage liability insurance of the type and in the same amounts as specified in this Article, or insure the activity of its subcontractors in its own insurance policies.

B. The Contractor shall require each subcontractor to provide Worker's Compensation and Employer's Liability insurance covering all persons employed by such subcontractors on work to be performed on this contract.

C. The Contractor must submit to the System, prior to any subcontractors or sub-subcontractors commencing of any on site work, evidence that the subcontractors or sub-subcontractors are covered by insurance as required herein.

FOR REFRENCE ONLY

Page 66: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

Facilities Projects Rider B 71K110 (11-11-98) Page 16 of 20

10.3 PROPERTY INSURANCE

10.3.100 The Contractor shall purchase and maintain property insurance for all insurable work included in the Contract, in the amount of the original Contract Sum as well as subsequent modifications thereto, in the names of the System and the Contractor as their respective interests may appear, in full 100% of the insurable value thereof, including:

A. Items of labor and materials connected therewith whether in or adjacent to the structure insured.

B. Materials in place or to be used as part of the permanent construction, including surplus materials, protective fences, bridges, temporary structures, miscellaneous materials and supplies incident to the work.

10.3.101 The property insurance will include and fully protect the interest of the System, the Commonwealth of Pennsylvania, the Contractor, subcontractors, and sub-subcontractors. The Contractor shall submit to the System for its approval all items deemed to be uninsurable.

10.3.102 Property insurance shall be on an all-risk policy form and shall insure against the perils of fire and extended coverage and physical loss or damage including, without duplication of coverage, theft, vandalism, malicious mischief, collapse due to ice and snow, temporary structures, and debris removal as associated hereto.

10.3.103 The risk of damage to the construction work due to the perils covered by the said property insurance with extended coverage, is that of the Contractor, and no claims for such loss or damage will be recognized by the System, nor will such loss or damage excuse the complete and satisfactory performance of the Contract by the Contractor.

10.3.104 Partial occupancy or use in accordance with Article 8.3.101 Partial Occupancy or Use shall not commence until the insurance company or companies providing property insurance have consented to such partial occupancy or use by endorsement or otherwise.

ARTICLE 11

UNCOVERING AND CORRECTION OF WORK

11.1 UNCOVERING OF WORK

11.1.100 Work performed under the contract is subject to inspection by the System. If a portion of the work is covered contrary to the request of the System or Professional, it must, if required by the System or Professional, be uncovered for its observation, and replaced at the Contractor's expense without change in Contract Time.

11.1.101 If a portion of the work has been covered which the System or Professional has not specifically requested to observe prior to being covered, the System or Professional may request to see such work, and it shall be uncovered by the Contractor. If such work is found to be in accordance with the Contract Documents, the cost of uncovering and replacement shall be charged to the System.

If the work is not in accordance with the Contract Documents, the work will be removed and replaced by the Contractor, within the period specified by the System by written notice, at no additional cost to the System. The System may, upon failure by the Contractor to replace the nonconforming work, have the work removed and replaced at the Contractor's expense.

11.2 CORRECTION OF DEFECTIVE OR NON-CONFORMING WORK

11.2.100 The Contractor shall promptly correct all work rejected by the System or Professional as defective or as failing to conform to the Contract Documents, whether observed before or after substantial completion and whether or not fabricated, installed or completed. All defective or non-conforming work shall be promptly removed from the site. The Contractor shall bear all costs of correcting such rejected work, including the cost of the Professional's additional services and any additional cost incurred by the System. Should the Contractor fail to respond in an expedient manner, the System may correct the work under Article 2.2-the System's Right to Carry Out the Work.

11.2.101 If, within one year after the date of substantial completion and acceptance of all work performed under the Contract or within such longer period of time as may be prescribed by Law or by the terms of any applicable special guarantee required by the Contract Documents, any of the work is found to be defective or not in accordance with the Contract Documents, the Contractor shall correct it promptly after receipt of a written notice from the System to do so, unless the System has previously given the Contractor a written acceptance of such specific condition. The System shall give such notice promptly after discovery of the condition.

FOR REFRENCE ONLY

Page 67: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

Facilities Projects Rider B 71K110 (11-11-98) Page 17 of 20

If required, the Maintenance Bond hereto attached and made a part hereof shall provide a guarantee in the sum of ten percent (10%) of the total Contract sum of the work done for the correction and remedy of such defect. If the corrective work is not completed within thirty (30) days after notification by the System to the Contractor, the System may do the work and submit those costs to the Contractor's Surety for reimbursement.

11.2.102 The Contractor shall bear the cost of making good all work of other Prime Contractors destroyed or damaged by such removal or correction.

11.2.103 If the Contractor does not remove such defective or non-conforming work within the time fixed by written notice from the System, the System may remove it and may store the materials or equipment at the expense of the Contractor. If the Contractor does not pay the cost of such removal and storage within ten (10) days thereafter, the System may, upon ten (10) additional days written notice, sell such work at auction or at private sale and, after deducting all the costs that should have been borne by the Contractor pursuant to the provisions of this paragraph, shall account for the net proceeds of the sale. If such proceeds of sale do not cover all costs that the Contractor should have borne, the difference shall be charged to the Contractor and an appropriate change order shall be issued. If the payments then or thereafter due to Contractor are not sufficient to cover such amount, the Contractor and/or the Contractor's Surety shall pay the difference to the System.

11.2.104 The obligations of the Contractor under this section are in addition to and not in limitation of any obligations imposed upon the Contractor by special guarantees required by the Contract Documents or otherwise prescribed by law. Correction of defective work in no way reduces or eliminates the Contractor's responsibilities under the warranty provisions of the contract.

11.3 ACCEPTANCE OF NON-CONFORMING WORK If the System elects to accept non-conforming work, it may do

so instead of requiring its correction or removal and replacement. If nonconforming work is accepted, a change order shall be issued to reflect an appropriate reduction in the Contract Sum to reflect the actual cost reduction of the change in the work, or, if the amount is determined after final payment, it shall be paid by the Contractor and/or its Surety. In this case, all the costs of uncovering and recovering the work shall be at the expense of the Contractor, and which costs shall not be included as part of any deduct change order.

ARTICLE 12

SUSPENSION OF THE WORK

12.1 SUSPENSION OF WORK FOR CONVENIENCE

12.1.100 The System may order the Contractor in writing to suspend all or any part of the work for such period of time as it may determine to be appropriate for the convenience of the System. This paragraph does not apply under conditions enumerated in Paragraph 12.2--Suspension of Work due to Unfavorable Conditions.

12.1.101 If the performance of all or any part of the work is, for an unreasonable period of time, suspended by the System, an adjustment shall be made for any increase in the cost of performance of this Contract (excluding profit) necessarily caused by such unreasonable suspension. The Contract shall be modified in writing accordingly. No adjustment shall be made under this clause for any suspension to the extent that performance would have been so suspended by any other cause, including the fault or negligence of the Contractor; or for which an equitable adjustment is provided for or excluded under any other provision of this Contract.

12.1.102 No claim under this clause shall be allowed unless the claim, in an amount stated, is asserted in writing as soon as practicable after the termination of such suspension. The claim may not be asserted later than the date of Final Completion under the Agreement.

12.2 SUSPENSION OF WORK DUE TO UNFAVORABLE CONDITIONS

12.2.100 If, in the judgment of the System, the Contractor is taking undue risk of damage to any part of a structure or installation by proceeding with the work during unfavorable weather or other conditions, then the System may suspend the work temporarily, either wholly or in part for such periods as are necessary. In case of such suspension, a proper extension of time will be allowed as provided herein, but no allowance will be made to the Contractor for any expense or damages resulting from the suspension. The failure of the System to suspend the work does not relieve the Contractor of its responsibility to perform the work in accordance with the Contract Documents.

12.2.101 The System may require a suspension of the work if, in its opinion, unforeseen conditions warrant such stoppage. When the System directs resumption of the work, the Contractor shall resume full operations within a period of ten

FOR REFRENCE ONLY

Page 68: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

Facilities Projects Rider B 71K110 (11-11-98) Page 18 of 20

(10) days after the date of written notice to do so. The System is not liable for any damage or anticipated profits on account of the work being suspended.

12.2.102 Any work done by the Contractor during the period of suspension is its responsibility. The contractor shall receive no payment for the work unless the construction is subsequently resume and the work done during the intervals of suspension can be utilized in the resumed work.

12.2.103 Suspensions of work as outlined above shall not in themselves operate to extend the Contract date of completion. Requests for extensions of time shall be submitted in writing by the Contractor, setting forth its reasons for the extension.

12.3 SUSPENSION OF WORK FOR FAULT OF THE CONTRACTOR Should the Contractor fail to comply with the

orders of the System relative to any particular parts of the work, the System may suspend the work on any or all parts until its orders respecting the particular parts are complied with. In case of such suspension, which shall be considered due to the fault of the Contractor, no extension of time shall be given and no allowance will be made for the expenses incurred by the Contractor during the suspension period.

ARTICLE 13

TERMINATION OF THE AGREEMENT

13.1 TERMINATION FOR CONVENIENCE

13.1.100 The System may, at any time and for any reason, terminate this Agreement for the convenience of the System. In such case, the Contractor shall be paid (and shall accept payment) for that portion of the entire Contract actually performed to the date of termination, excluding, however, any loss of anticipated profits. Disputes as to the sum payable to the Contractor shall be settled in accordance with the Disputes Article of the Agreement.

13.1.101 Such termination shall be effective in the manner and at the time specified in such notice and shall be without prejudice to any claims that the System may have against the Contractor. Upon receipt of such notice from the System, the Contractor shall immediately discontinue all work and the placing of all orders for materials and equipment, facilities and supplies in connection with the performance of this Contract. The Contractor shall cancel promptly all existing orders and terminate work under all subcontracts so far as such orders and work are chargeable to this Contract. The Contractor shall take such measures for the protection of the property of the System as may be directed by the System.

13.1.102 Upon termination of this Agreement, as provided by this paragraph, full and complete adjustment and payment of all amounts due the Contractor arising out of this Agreement as determined by an audit conducted by or for the System, as soon as practicable after such termination, shall be made as follows:

A. The System shall reimburse the Contractor for all costs incurred to date of termination, including reasonable overhead and expense made in the performance of this Contract, less amounts previously paid.

B. The System shall also reimburse the Contractor for all costs to which the Contractor has been subjected or is legally liable for by reason of the termination of this Contract, including reasonable costs related to cancellation of orders, termination of subcontracts, etc.

C. The System shall also reimburse the Contractor for the reasonable cost of providing protection of the property of the System as directed by the notice of termination.

D. The sum total of the payments made under this paragraph shall not exceed the total amount of the Agreement, less payments previously made.

E. Title to all property accruing to the System by reason of the termination of this Contract shall immediately vest in the System, and the Contractor will execute and deliver to the System all papers necessary to transfer title.

F. The System or its representative shall be afforded full access to all books, correspondence, data and papers of the Contractor relating to this Contract in order to determine the amount due.

FOR REFRENCE ONLY

Page 69: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

Facilities Projects Rider B 71K110 (11-11-98) Page 19 of 20

13.2 TERMINATION FOR DEFAULT OF THE CONTRACTOR

13.2.100 If the Contractor persistently or repeatedly refuses or fails to supply enough properly skilled workmen or proper materials, or persistently disregards laws, ordinances, rules, regulations or orders of any public authority having jurisdiction, or fails to proceed as directed by the System, or performs the work unsuitably, or neglects or refuses to remove materials or replace rejected work, or discontinues the prosecution of the work without approval of the System, or otherwise is guilty of a substantial violation of a provision of the Contract Documents, then the System may, without prejudice to any of its other rights or remedies, give the Contractor and its Surety written notice that the Contractor has seven (7) days from the date of the System's notice to cure the default set forth in the notice.

The discretion to declare the Contractor in default is solely the Systems, and, no party, whether bound by Agreement to the System or attempting to raise a third party relationship, which this Contract specifically precludes, has standing to raise the failure of the System to exercise its discretion, if default is the basis of a claim against the System. Should the Contractor fail to cure said default within the specified time, the System may terminate the Agreement between the System and the Contractor and may take possession of the site and of all materials, equipment, tools, construction equipment and machinery, which is owned by the Contractor, located on the property and may finish the work by whatever method it may deem expedient.

13.2.101 In such case, the Contractor is not entitled to receive any further payment until the work is finished, at which time the Contractor shall be paid any excess remaining. If the unpaid balance of the Contract sum exceeds the cost of finishing the work, including compensation for the Professional's additional services and any other damages which the System has incurred in accordance with the Agreement, such excess shall be paid to the Contractor. If such costs exceed the unpaid balance, the Contractor or the Surety or both shall pay the difference to the System.

13.2.102 In the event the System wrongfully terminates the contract, as determined by disputes resolution procedures in the disputes section of the General Conditions, such termination shall be considered termination for convenience. The Contractor shall be paid only for the work completed to the termination date and for the materials delivered to the site that is peculiar to the project, and for other costs incidental to termination to the date of termination.

ARTICLE 14

DEFINITIONS

14.1 As used in these General Conditions, and in the Agreement, the following definitions shall be described herein,

unless the context clearly dictates otherwise. A. Agreement means the Agreement or Contract, for construction services of which these general conditions

are made a part. The term "Agreement" shall be interchangeable with the term "Contract" throughout this document.

B. Change Order is a written order to the Contractor, signed by the System, and issued after the execution of the Contract, authorizing a change in the work or an adjustment in the Contract sum or the Contract time. The Contract sum and the Contract time may be changed only by change order.

C. Claim or Disputed Item means a demand or assertion by one of the parties seeking, as a matter of right, adjustment or interpretation of Contract terms, payment of money, extension of time or other relief with respect to the terms of the Contract.

D. Contract Sum is the sum stated in the Agreement, and, including authorized adjustments, is the total amount payable by the System to the Contractor for performance of the work under the Contract Documents.

E. Contract Time is the period of time, including authorized adjustments, allotted in the Contract Documents for substantial completion of the work.

F. Contractor, or Prime Contractor shall be the entity with whom the System shall enter into an agreement to provide the means and methods to construct the Project in accordance with the Contract Documents.

G. Deficiency Item is work performed but which the design professional, the contractor, or the inspector will not certify as being completed according to the contract.

FOR REFRENCE ONLY

Page 70: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

Facilities Projects Rider B 71K110 (11-11-98) Page 20 of 20

H. Final Completion is when the project is completed, in accordance with the Contract Documents.

I. Inspector is the person authorized or engaged by the System to inspect the work performed and materials furnished pursuant to a contract to determine whether the work completed is in compliance with the contract.

J. Subcontractor is a person or entity who has contracted to furnish labor or materials to or has performed labor for a contractor or another subcontractor in connection with a contract.

K. Substantial Completion is the stage in the progress of the work when the work or designated portion thereof is sufficiently complete in accordance with the Contract Documents so the System can occupy or utilize the work for its intended use. In no event shall a project be certified as substantially complete until at least 90% of the work on the project is completed.

L. System shall mean the System or Universities of the State System of Higher Education or the Office of the Chancellor authorizing the contract or any authorized representative thereof.

M. Work includes all services and labor necessary to produce the construction required by the Contract Documents. It also includes all material and equipment incorporated or to be incorporated into such construction.

FOR REFRENCE ONLY

Page 71: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

Facilities Projects Rider C 71K110 (11-11-98) Page 1

STATE SYSTEM OF HIGHER EDUCATION COMMONWEALTH OF PENNSYLVANIA

STANDARD FORM OF AGREEMENTFOR FACILITIES PROJECTS

RIDER C INSTRUCTION TO BIDDERS

It is the responsibility of the bidder by careful personal examination of the contract documents to satisfy himself as to the nature and location of the work, as well as all environmental conditions that may effect performance of the work. All bidders should visit the site to thoroughly familiarize themselves with the existing conditions. If any discrepancies should be found between existing conditions and the Contract Documents, prospective bidders shall report these discrepancies to the System for clarification prior to submitting a bid. Requests for interpretation of the work to be performed shall be submitted in writing to the System or the System's designated representative. Failure of the bidder to visit the site, recognize and take into account in their bid site conditions that affect the work, shall not be considered sufficient cause for any increase in the agreed upon contracted amount.

If a bid guaranty is required, a certified check, bank cashier’s check, or Bid Bond must accompany each proposal. Failure to submit a bid guaranty, if required, will result in the rejection of the Bid Proposal as unresponsive. If a Bid Bond is used as the guaranty, it must be submitted on the System-furnished Bid Bond form, complete with all signatures, seals, and certificate of power of attorney.

Each proposal shall be submitted in sealed envelopes marked plainly on the outside with the contract number, bid opening date and time, delivered within the time specified for the bid opening to be considered as responsive to the bid requirements. The proposal shall remain sealed until publicly opened, read, and tabulated. Bids may be withdrawn up to the time of bid opening provided a written request is received prior to the time specified for bid opening. Bids may be withdrawn after the bid opening in accordance with Act 1998-57 Commonwealth Procurement Code, within 2 working days after the time designated as the date of the bid opening. All bids shall be unconditionally accepted without alteration or modification except as authorized in the bidding documents. The System reserves the right to reject any or all bids for any reason.

The proposals of any bidder or bidders who engage in collusive bidding shall be rejected. Any bidder who submits more than one proposal in such manner as to make it appear that the proposals submitted are on a competitive basis from different parties shall be considered a collusive bidder. The System may reject the bid proposals of any collusive bidder upon bid openings of future projects. Nothing in this section shall prevent a bidder from superseding a bid proposal by a subsequent proposal delivered prior to bid opening that expressly revokes the previous bid.

An actual or prospective bidder who is aggrieved concerning the solicitation or award of a contract may protest, in writing, to the University contracting officer. All protests must be made within seven (7) days after the bidder knows or should have known of the facts giving rise to the protest. If a protest is submitted by a protestant who did not submit a bid, the protest must be received by the university contracting officer prior to the bid opening time or the bid proposal receipt date or it shall be considered untimely and will be disregarded.

Upon request, or if specifically required by the terms of the bid form, the apparent low bidder may be requested to submit a contractor's qualification and/or financial statement within ten (10) calendar days of bid date, with financial information current within twelve (12) months prior to the bid date, of which statements shall be certified to be true and correct by an affidavit sworn to or affirmed before a notary public, or other officer empowered to administer oaths or affirmations. Failure to submit the required information, when requested, may result in rejection of the Bid Proposal.

The System may, solely at its own discretion, award the contract to the lowest responsive responsible bidder within sixty (60) days from the date of bid opening, and shall have the right to waive technical defects if in the best interest of the System. A time extension may be made by written consent of the lowest responsive responsible bidder. Award will be made by letter mailed to the Contractor and shall be effective the date of the mailing.

FOR REFRENCE ONLY

Page 72: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

Facilities Projects Rider C 71K110 (11-11-98) Page 2

Should Contract Bonds be required, the Contractor must, within ten (10) days after the receipt of the documents, sign, have the Surety execute, and return them to the System. The Contractor's surety company shall be authorized to do business in the Commonwealth of Pennsylvania and must successfully demonstrate in writing prior to award that the amount of bond or reinsurance or other security has been obtained in conformance with Section 661 of the Pennsylvania Insurance Company law of 1921, 40 P.S. 832. Failure of the Bidder to execute the required Contract Bond within the time specified will result in payment to the System, not as a penalty, but as liquidated damages, their proposal guaranty, in the amount of the difference between their bid proposal and the next lowest responsive responsible bid proposal, or the proposal guaranty amount, whichever is less. The System shall have the right to award the contract to the next lowest responsive responsible bidder. In the event a bidder fails, refuses, or neglects to provide any requested information or documents within the time stated in the Bid Documents or in the request, the System will have the right to reject their bid proposal as unresponsive.

The Notice to Proceed will be made by letter mailed to the Contractor and shall be effective the date of the mailing. The System will endeavor to issue the Notice to Proceed within 120 days of the Bid Opening. Any delays caused by the Contractor's failure to provide any required documents within the specified time will cause an equivalent number of days to be added to this time frame. The Contractor will commence work on the project site within 10 days of the Notice to Proceed. The Contractor should not order any materials or equipment or make any financial commitments concerning this contract until receiving the System's Notice to Proceed. Contractor's that do work prior to receiving the System’s Notice to Proceed are proceeding at his own risk.

FOR REFRENCE ONLY

Page 73: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

Facilities Projects Rider D 71K110 (11-11-98) Page 1

STATE SYSTEM OF HIGHER EDUCATION

COMMONWEALTH OF PENNSYLVANIA STANDARD FORM OF AGREEMENT FOR FACILITIES PROJECTS RIDER D ADDITIONAL CONTRACT COMMITMENTS/INFORMATION

1. The Notice to Contractors dated ______________, Addendum #1 dated _________, and the Contractor's Bid Proposal dated ___________ shall be incorporated by reference and become a part of Rider D. 2. In Rider B, Article 3.5 should be deleted in its entirety and replaced with the following: 3.5 TAXES The Contractor shall pay all sales, consumer, use and other similar taxes as required by law. Since the System is an instrumentality of the Commonwealth of Pennsylvania, the sale at retail to or use by a construction contractor of building machinery and equipment and services thereto that are transferred to the System may possibly be excluded from some or all of such taxes. Forms and directions on the manner of obtaining exclusions from sales taxes may be obtained from any office of the

Pennsylvania Department of Revenue.

FOR REFRENCE ONLY

Page 74: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

Facilities Projects Rider E 71K110 (11-11-98) Page 1

STATE SYSTEM OF HIGHER EDUCATION COMMONWEALTH OF PENNSYLVANIA

STANDARD FORM OF AGREEMENTFOR FACILITIES PROJECTS

RIDER E

WARRANTIES GENERAL PROJECT WARRANTY

The Contractor shall warrant to the System and the professional that all materials and equipment furnished under this contract shall be new, unless otherwise specified, and that all work shall be of good quality, free from faults and defects and in conformance with the contract documents. All work not so conforming to these standards may be considered defective or nonconforming. If required by the professional, construction manager, or the System, the Contractor shall furnish satisfactory evidence as to the kind and quality of materials and equipment. The Contractor explicitly warrants the merchantability, and the fitness for use and quality of all approved substituted items provided for or by him. The Contractor warrants that such installation, construction, materials or equipment of all approved substituted items will perform to the standard of the item originally specified.

The Contractor shall assign, deliver, and transfer to the professional all warranties for review, who then will transfer same to the System. The warranty provided in this section shall be in addition to and not in limitation of any other warranty or remedy provided by law or by the contract documents.

LATENT DEFECTS

The Contractor shall correct at his expense all items of work which are found to be defected subsequent to installation or after completion of the work which can or could not reasonable be determined to be in compliance with the plans and specification at the time of installation. Inspection of the work at the time of installation by the Systems does not relieve the Contractor from the responsibility to correct such deficiencies or defects.

FOR REFRENCE ONLY

Page 75: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

Facilities Projects Rider F 71K110 (11-11-98) Page 1

STATE SYSTEM OF HIGHER EDUCATION

COMMONWEALTH OF PENNSYLVANIA

STANDARD FORM OF AGREEMENT

FOR FACILITIES PROJECTS

RIDER F BONDS

Include all bonds specified in the contract in this section, in performance and payment bonds,

maintenance and material bonds, etc.

FOR REFRENCE ONLY

Page 76: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

Facilities Projects Rider F 71K110 (11-11-98) Page 2

CONTRACT BOND KNOW ALL PERSONS BY THESE PRESENTS, That we the undersigned _____________________________________________________________________________ _____________________________________________________________________________ as Principal and__________________________________________________________________ (Surety Company) _____________________________________________________________________________ (Address) a corporation organized and existing under the laws of the State of ________________________ and authorized to transact business in Pennsylvania, as Surety, are held and firmly bound unto the State System of Higher Education as hereinafter set forth, in the full and just several sums of

(A)__________________________________________ Dollars ($ _________________), (100%)

for faithful performance of the contract as designated below;

(B)__________________________________________ Dollars ($ _________________), (100%) for payment for labor, material, equipment rental and public utility services as designated below; and

(C)__________________________________________ Dollars ($_________________), (10%)

for maintenance as designated below; lawful money of the United States of America, to be paid to the State System of Higher Education, its successors or assigns, to which payment well and truly to be made and done, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. Sealed with our respective seals and dates this ___ day of ___________________ 20__.

FOR REFRENCE ONLY

Page 77: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

Facilities Projects Rider F 71K110 (11-11-98) Page 3

WHEREAS, the above bounden Principal has entered into a contract with Clarion University of the State System of Higher Education for: _________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ upon certain terms and conditions in said contract more particularly mentioned; and WHEREAS, it is one of the conditions of the award of the State System of Higher Education pursuant to which said contract is about to be entered into, that these presents be executed; NOW, THEREFORE, the joint and several conditions of this obligation are such: A. That if the above bounden Principal as Contractor shall well and faithfully do and perform

the things agreed by him to be done and performed according to the terms of said contract and general provisions, including the plans and specifications therein referred to and made part thereof, and such alterations as may be made in said plans and specifications as therein provided, and which are hereby made part of this bond the same as though they were fully set forth herein, and shall indemnify and save harmless the State System of Higher Education and all of its officers, agents and employees from any expense incurred through the failure of said Contractor to complete the work as specified and for any damages growing out of the manner of performance of said contract by said Contractor or his Subcontractors, or his or their agents or servants including but not limited to patent, trademark and copyright infringements, then this part of this obligation shall be void; otherwise, it shall be and remain in full force and effect.

B. That if the above bounden Principal shall and will promptly pay or cause to be paid all

sums of money which may be due by the Principal or any of his subcontractors to any person, co-partnership, association or corporation for all material furnished and labor supplied or performed in the prosecution of the work, whether or not the said material or labor entered into and became component parts of the work or improvements contemplated, and for rental of equipment used, and services rendered by public utilities in, or in connection with, the prosecution of such work, then this part of this obligation shall be void; otherwise, it shall be and remain in full force and effect.

C. That, if the above bounden Principal shall remedy without cost to the State System of

Higher Education any break of warranty and/or defects which may develop during a period of one (1) year from the date of final completion and acceptance of all the work performed under said contract; provided, in the judgment of the State System of Higher Education or its successor having jurisdiction in the premises, such defects are caused by defective or inferior materials or workmanship, then this part of this obligation shall be void; otherwise, it shall be and remain in full force and effect. The duties and responsibilities incurred by the Principal pursuant to said Maintenance Bond shall in no way qualify or limit any right of the State System of Higher Education arising pursuant to the terms and conditions of the Performance Bond or absolve the Principal of any duty, responsibility or obligations vested in the State System of Higher Education.

FOR REFRENCE ONLY

Page 78: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

Facilities Projects Rider F 71K110 (11-11-98) Page 4

D. It is further agreed that any alterations which may be made in the terms of the contract or

in the work to be done, or materials to be furnished, or labor to be supplied or performed, or equipment to be rented, or public utility services to be rendered, or the giving by the State System of Higher Education of any extension of time for the performance of the contract, or the reduction of the retained percentage as permitted by the contract, or any other forbearance on the part of either the State System of Higher Education or the Principal to the other, shall not in any way release the Principal and the Surety or Sureties or either or any of them, their heirs, executors, administrators, successors or assigns, from their liability hereunder; notice to the Surety or Sureties of any such alterations, extension, or forbearance being hereby waived.

E. The Principal and Surety hereby jointly and severally agree with the obligee herein that

every person, co-partnership, association or corporation who, whether as Subcontractor or as a person otherwise entitled to the benefits of this Bond, has furnished material or supplied or performed labor or rented equipment used in the prosecution of the work as provided and any public utility who has rendered services, in, or in connection with, the prosecution of such work, and who has not been paid in full therefore, may sue in assumpsit on this bond in his, their, or its name and prosecute the same to final judgment for such sum or sums as may be justly due him, them, or its, and have execution thereon; provided, however, that the State System of Higher Education shall not be liable for the payment of any costs or expenses of such suit to a third party under any theory of law of equity.

F. Recovery by any persons, co-partnership, association, or corporation hereunder shall be

subject to the provisions of the Act of December 20, 1967, P.L. 869, Act No. 385 (8 P.S. 191 ET SEQ), as amended, which Act is incorporated herein and made a part hereof, as fully and completely as though its provisions were fully and at length herein recited, except that where said Act refers to the Commonwealth of Pennsylvania or a Department thereof, it shall be deemed to refer to the State System of Higher Education.

FOR REFRENCE ONLY

Page 79: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

Facilities Projects Rider F 71K110 (11-11-98) Page 5

IN WITNESS WHEREOF, the said Principal and Surety have duly executed this Bond under seal the day and year above written. WITNESS: ______________________________ _________________________ Principal-(Individual) ___________________________ Surety (SURETY SEAL) BY_________________________ Attorney-in-Fact WITNESS: ___________________________ Principal-(Partnership) ____________________________ __________________________ ____________________________ __________________________ ___________________________ Surety (SURETY SEAL) BY_________________________ Attorney-in-Fact (CORPORATE SEAL) ____________________________ BY_________________________ Secretary or Treasurer President or Vice-President ___________________________ Surety (SURETY SEAL) BY_________________________ Attorney-in-Fact

FOR REFRENCE ONLY

Page 80: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

Facilities Projects Rider G 71K110 Page 1 of 2

STANDARD FORM OF AGREEMENTFOR FACILITIES PROJECTS

RIDER G

CONTRACTOR INTEGRITY PROVISIONS

1. Definitions

a. Confidential information means information that is not public knowledge, or available to the public or request, disclosure of which would give an unfair, unethical, or illegal advantage to another desiring to contract with the State System of Higher Education.

b. Consent means written permission signed by a duly authorized officer or

employee of the State System of Higher Education, provided that where the material facts have been disclosed, in writing, by pre-qualification, bid, proposal, or contractual terms, the State System of Higher Education shall be deemed to have consented by virtue of execution of this agreement.

c. Contractor means the individual or entity that has entered into this agreement

with the State System of Higher Education, including directors, officers, partners, managers, key employees, and owners of more than a 5% interest.

d. Financial Interest means: (1) ownership of more than a 5% interest in any business; or

(2) holding a position as an officer, director, trustee, partner, employee, or the like, or holding any position of management.

e. Gratuity means any payment of more than nominal monetary value in the form of

cash, travel, entertainment, gifts, meals, lodging, loans, subscriptions, advances, deposits of money, services, employment, or contracts of any kind.

2. The Contractor shall maintain the highest standards of integrity in the performance of this

agreement and shall take no action in violation of state or federal laws, regulations, or other requirements that govern contracting with the State System of Higher Education.

3. The contract shall not disclose to others any confidential information gained by virtue of

this agreement. 4. The Contractor shall not, in connection with this or any other agreement with the State

System of Higher Education, directly or indirectly, offer, confer, or agree to confer any pecuniary benefit on anyone as consideration for the decision, opinion, recommendations, vote, other exercise of discretion, or violation of a known legal duty by any officer or employee of the State System of Higher Education.

5. The Contractor shall not, in connection with this or any other agreement with the State

System of Higher Education directly or indirectly, offer, give, or agree or promise to give to anyone any gratuity for the benefit of or at the direction or request of any officer or employee of the State System of Higher Education.

6. Except with the consent of the State System of Higher Education, neither the Contractor

nor anyone in privity with him shall accept or agree to accept from, or give or agree to give to, any person, any gratuity from any person in connection with the performance of work under this agreement except as provided therein.

FOR REFRENCE ONLY

Page 81: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

Facilities Projects Rider G 71K110 Page 2 of 2

7. Except with the consent of the State System of Higher Education, the Contractor shall not have a financial interest in any other Contractor, subcontractor, or supplier providing services, labor, or material on this project.

8. The Contractor, upon being informed that any violation of these provisions has occurred

or may occur, shall immediately notify the State System of Higher Education in writing. 9. The Contractor, by execution of this agreement and by the submission of any bills or

invoices for payment pursuant thereto, certifies and represents that he has not violated any of these provisions.

10. The Contractor shall, upon request of the Office of the Chancellor of the State System of

Higher Education, reasonably and promptly make available to that office and its representatives, for inspection and copying, all business and financial records of the Contractor of, concerning, and referring to this agreement with the State System of Higher Education or which are otherwise relevant to the enforcement of these provisions.

11. For violation of any of the above provisions, the State System of Higher Education may

terminate this and any other agreement with the Contractor, claim liquidated damages in an amount equal to the value of anything received in breach of these provisions, claim damages for all expenses incurred in obtaining another Contractor to complete performance hereunder, and debar and suspend the Contractor from doing business with the State System of Higher Education. These rights and remedies are cumulative, and the use or nonuse of any one shall not preclude the use of all or any other. These rights and remedies are in addition to those the State System of Higher Education may have under law, statute, regulation, or otherwise.

FOR REFRENCE ONLY

Page 82: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

Special Requirements Page 1 of 7

SPECIAL REQUIREMENTS 1. PRODUCT DISCRIMINATION A. In accordance with the Reciprocal Limitations Act, Act 1998-57 Commonwealth Procurement Code,

the contractor shall not use or permit to be used in the work, any supplies, equipment or materials manufactured in any state or territory of the United States which does not permit the purchase or use of such supplies, equipment or materials manufactured in the Commonwealth of Pennsylvania in or on the public buildings or other works of such state or territory.

(1) In accordance with the above Act, lumber products may not be used in any project

constructed by the System, which were produced in Alaska, Georgia and Florida. (2) Accordingly, resident prime contract bidders to the System will be given a preference

against nonresident bidders from any state that gives a preference to bidders from that state. The amount of the preference shall be equal to the amount of the preference applied by the state of non-resident bidder. In accordance with the Act, the following states have been found to have applied a preference for in-state bidders. The amount of preference applied by each of the states in also set forth:

Alabama 3 percent (3%) Alaska 5 percent (5%) Arizona 5 percent (5%) Arkansas 5 percent (5%) California 5 percent (5%) Massachusetts 2 percent (2%) Montana 3 percent (3%) New Mexico 5 percent (5%) West Virginia 2 percent (2%) Wyoming 5 percent (5%) B. In accordance with the Trade Practices Act of July 23, 1968, P.L. 686 (71 P.S. 773.101 et seq), the

contractor shall not use or permit to be used in the work any aluminum or steel products made in a foreign country which is listed in the contract documents as a foreign country which discriminates against aluminum or steel products manufactured in Pennsylvania. Penalties for violation of this paragraph may be found in the Trade Practices Act, which penalties include becoming ineligible for public works contracts for a period of three years.

The countries of Brazil, South Korea, Spain, Mexico and Argentina have been found to discriminate

against certain products manufactured in Pennsylvania. Therefore, the purchase or use of those countries' products, as listed below, is not permitted for this project:

Brazil: Welded carbon steel pipes and tubes; carbon steel wire rod; tool steel; certain stainless

steel products including hot-rolled stainless steel bar; stainless steel wire rod and cold-formed stainless steel bar; pre-stressed concrete steel wire strand; hot-rolled carbon steel plate in coil; hot-rolled carbon steel sheet and cold-rolled carbon steel sheet.

Spain: Certain stainless steel products, including stainless steel wire rod, hot-rolled stainless steel bars and cold-formed stainless steel bars; pre-stressed concrete steel wire strand; certain steel products including hot-rolled steel plate, cold-rolled carbon steel plate, carbon steel structural shapes, galvanized carbon steel sheet; hot-rolled carbon steel bars and cold-formed carbon steel bars.

South Korea: Welded carbon steel pipes and tubes; hot-rolled carbon steel plate and hot-rolled carbon steel sheet and galvanized steel sheet.

Mexico: Certain iron-metal construction castings including manhole covers, rings and frames, catch basin frames and grates, clean-out covers, grates, meter boxes, valve boxes; galvanized

FOR REFRENCE ONLY

Page 83: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

Special Requirements Page 2 of 7

carbon steel sheet; cold-rolled carbon steel sheet; carbon steel plate in coil; carbon steel plate cut to length; and small diameter carbon steel plate welded pipe.

Argentina: Carbon steel wire rod and cold-rolled carbon steel sheet. 2. STEEL PRODUCTS PROCUREMENT ACT A. Pursuant to the Steel Products Procurement Act of March 3, 1978, P.L. 6, as amended by Act 144

of July 9, 1984 (73 P.S. Section 1881 et seq.), only steel products as defined in the Act shall be used or supplied in the performance of the contract or any subcontracts thereunder.

The System shall not provide for, or make any payments to, any person who has not complied with

the Act. Any such payments made to any person by the System which should not have been made as a result of the Act, shall be recoverable directly from the contractor, subcontractor, manufacturer or supplier who did not comply with the Act by either the System or the Attorney General of Pennsylvania upon suit filed in the Court of Common Pleas of any county in which such contract was executed or in whole part performed.

In addition to the withholding of payments, any person who willfully violates any of the provisions of

the Act shall be prohibited from submitting any bids to any public agency for a period of five (5) years from the date of the determination that a violation has occurred. In the event the person who violates the provisions of the Act is a subcontractor, manufacturer or supplier, such person shall be prohibited from performing any work or supplying any materials to a public agency for a period of five (5) years from the date of the determination that a violation has occurred.

The contractor shall include the provisions of the Steel Products Procurement Act in every

subcontract and supply contract, so that the provisions of the Act shall be binding upon each subcontractor and/or material supplier.

Where trade names, catalog number and manufacturers of materials or equipment are specified,

they are mentioned therein for the purpose of establishing a standard of quality, performance and appearance, and for establishing a standard of competitive bidding. The use of these descriptive names, numbers, etc. will not relieve the contractor with compliance with all respects of the above Act.

Exception to this provision may be inserted in the contract, but only where the Chancellor or his

designee, in writing, determines that steel products as herein defined are not produced in the United States in sufficient quantities to meet the requirements of the contract.

B. Guidelines to the Steel Products Procurement Act (1) What items are subject to the Act? All items that are: a. Incorporated into the Project: Items that will not be removed upon completion of the

Project. b. Produced in the United States: If you are unable to find a steel product that contains

steel manufactured in the United States in sufficient quantities for the project, submit Form ST-4 (Not Domestically Manufactured: Contractors) with the names and addresses of suppliers that informed you that said product is not made with United States Manufactured Steel, to this office. Your claim will be researched and, upon written permission of the System, you may incorporate the product.

c. A Steel Product which the Act defines as all items that contain steel and/or cast iron

products, and shall include the machinery and equipment that is listed in the U.S. Department of Commerce Standard Industrial Classification 25 (furniture and fixture), 35 (machinery, except electrical) and 37 (transportation equipment), and made of ,fabricated from , or containing steel components. CONTACT THE SYSTEM PROJECT REPRESENTATIVE FOR A DETERMINATION.

FOR REFRENCE ONLY

Page 84: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

Special Requirements Page 3 of 7

(2) Contractors are required to present certifications with each steel product they intend to incorporate into their project. CONTACT THE SYSTEM PROJECT REPRESENTATIVE FOR THE APPROPRIATE FORMS. a. If 100% of the steel is identifiably marked as manufactured in the United States

(i.e., stamped Manufactured in the United States), all that is necessary is that the contractor submit Form ST-1 certifying that the product is identifiably marked as provided.

b. If less than 100% of the steel is identifiably marked as manufactured in the United States, the type of certification required depends upon whether or not the

steel product is structural steel. If it is structural steel, (which is defined as steel products used as a basic

structural element of a decking, steel stairways, steel reinforcing bars, steel structural lintels, steel pipes, steel joists, etc.) the party who intends to incorporate the steel product must complete Form ST-1 and product "documentation including, but not limited to, invoices, bills of lading, and mill certification that the steel was melted and manufactured in the United States." (Section 5(a) of the Act).

if it is not structural steel (i.e., door frames, window frames, machinery and

equipment, or any product which is not considered by the System to be structural) the contractor must provide Form ST-1. The Contractor must also provide Form ST-2 signed by the Fabricator, stating that the steel products contained in the item are manufactured in the United States. The Fabricator is the firm that actually assembles the components of the product, as opposed to a Supplier or Distributor who simply stocks and sells the product.

c. If a product is known to contain both foreign and United States Steel, such products

shall be determined to be a United States Steel product only if at least 75% of the cost of the articles, materials, and supplies have been mined, produced, or manufactured, as the case may be, in the United States.

As long as 100% of the steel in an item is U.S. Manufactured Steel, then the item is

in compliance with the Act no matter where the non-steel components of the item are manufactured. However, if the product contains both American and Foreign steel, then it must be shown that 75% of the product contains material produced or manufactured in the United States, INCLUDING EVERY MATERIAL IN THE ITEM, (Steel, Rubber, Plastic, Wood, etc.).

If both foreign and domestically manufactured steel are found in an item, have the

Fabricator execute Form ST-3 (75% U.S. Manufacture Certifications: Fabricator). BE SURE HE WILL COMPLETE SAID FORM BEFORE PURCHASING THE PRODUCT. On said form, the Fabricator will certify the total costs of all materials used in the product, as well as the total cost of the materials used in the product that are produced/manufactured in the United States. If 75% or more of the materials are domestic, no further certification is required.

3. REGULATIONS GOVERNING ASBESTOS A. The University has attempted to remove all asbestos containing material (ACM) in areas affected

by this project prior to the start of construction. There is a possibility that ACM may be discovered during the course of the project, however. Should material known or suspected to contain asbestos be encountered, the contractor must cease operations in that area and notify the System representative immediately. In this event, the System will:

Restrict or deny access to all or part of the site if deemed necessary for protection of

workers and occupants during testing and removal operations.

FOR REFRENCE ONLY

Page 85: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

Special Requirements Page 4 of 7

Have material tested to verify presence or absence of ACM if such testing has not previously been performed.

If ACM is present, contract to have the material removed by a qualified contractor in

accordance with the latest applicable statutes and regulations of the Commonwealth of Pennsylvania and the latest rules and regulations of the United States Environmental Protection Agency as they pertain to the emission of asbestos into the air during construction and demolition work.

B. Should asbestos material be encountered on the job, each contractor shall comply with all of the

latest statutes and regulations of the Commonwealth of Pennsylvania and all of the latest rules and regulations of the United States Environmental Protection Agency as they pertain to the emission of asbestos into the air during construction and demolition work and the disposal of material asbestos. Particular attention is drawn to Code of Federal Regulations, Title 40, Part 61, "Section 112 of Clean Air Act."

"Each Contractor shall comply fully with the latest regulations of OSHA as they pertain to

the protection of workers exposed to the emission of asbestos fibers and shall take all steps necessary to protect his employees, as well as all other people engaged in the building, from exposure to asbestos fibers resulting from his work."

C. After review of the proposed adjustments to the schedule from the contractor, the System will grant

an extension of time for delays caused by the asbestos testing and removal operations. Extensions will be granted only if the contractor can document that areas affected and made inaccessible had a direct impact on the critical path of the project.

4. ENVIRONMENTAL QUALITY CONTROL A. All prime contractors and their subcontractors shall perform their work in a manner which shall

minimize the possibility of air, water, land and noise pollution, in accordance with the General Conditions.

B. Each prime contractor shall comply with all statutes and regulations of the Commonwealth of

Pennsylvania concerning environmental quality control administered by the Department of Environmental Resources, including the Clean Streams Law, Pennsylvania Sewage Facilities Act, Air Pollution Control Act, Surface Mining Conservation and Reclamation Act, Bituminous Coal Open Pit Mining Conservation Act, Dams and Encroachments Act, Water Well Driller's Act, Water Works Act and Atomic Energy Act all as amended to date. Each Contractor will be solely responsible for any violations and shall be responsible for securing all required permits.

C. Burning of materials from clearing and grubbing operations, periodic and final clean-up, and all

related construction shall be governed by local codes and ordinances and/or the Regulations of the Department of Environmental Resources. For each day that the Contractor may contemplate open burning, he shall secure written approval from the Department of Environmental Resources. Failure to secure permission for open burning will require prime contractor to remove material from project site and dispose of same in a manner acceptable to the Air Pollution Control Engineer and the Solid Waste Coordinator.

D. Storage, collection, transportation, processing and final disposal of solid waste shall be in

accordance with regulations and standards of the Solid Waste Management Act of the Department of Environmental Resources. Immediately upon notice of award of contract the contractor shall apply for necessary permit from Department of Environmental Resources and conduct waste disposal on sites approved under this permit. A copy of this permit must be submitted to the University Project Manager before commencing waste disposal. Name, address and telephone number of the regional Solid Waste Coordinator of the Department of Environmental Resources is furnished below. This coordinator shall be contacted for permit and for information concerning sites already approved for conduction waste disposal.

REGION III - Harrisburg

FOR REFRENCE ONLY

Page 86: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

Special Requirements Page 5 of 7

Mr. Edward R. Simmons Solid Waste Coordinator Room 1002 - Health and Welfare Building Harrisburg, PA 17120 (717) 787-9697 E. The following is the regional office of the Department of Environmental Resources and the name

of the Air Pollution Control Engineer for this region: REGION III - Harrisburg Ronald O. Downey, Engineering Services Chief 407 South Cameron Street Harrisburg, PA 17120 (717) 783-8162 5. MAJOR PROVISIONS OF H.B. NO. 2543 3772 Re: Notification to Public Utilities Prior to Excavating or Demolition Work When Using Powered

Equipment or Blasting A. Definitions Section B. Duties of Utility Company (Section 2) (1). Advise in writing county recorder of deeds where utility's lines are located: a. Utility company's name. b. Political subdivisions where lines are located. c. Utility's address and telephone number where inquiries may be made as to location of

utility lines. (2). Advise in writing any changes in A through B. (3). Pay a $5 filing fee to county recorder of deeds. (4). Advise a designer in two working days as to approximate location and type of utility lines at

site for which designer is preparing a drawing. (5). Advise a contractor who identifies job site in two working days as to: a. Location of lines at the site. b. Steps utility may take to avoid line damage. c. Suggestions to avoid damage. (6). Advise designers and contractors of a "serial number" assigned by the utility when

telephone call is made and maintain a "register" of pertinent information. C. Duties of Recorder of Deeds (Section 3) (1) Maintain a list of political subdivision, of utility lines information provided in B. above (2). Make such lists available for inspection at no charge or provide a copy for $1.00. D. Duties of Designer Preparing a Drawing, Requiring Excavation or Demolition Work (Section 4) (1). Inspect or obtain a copy of list of utility companies from recorder of deeds. (2). Request from utility companies on the list provided or inspected information as to

approximate location and type utility line at the site. (3) Show on the drawing the approximate location of line, type of line, name of utility company,

utility company's office address and telephone number. E. Duties of Contractors Performing Excavation or Demolition Work (Section 5) (1). Ascertain location and type of utility line at the site by inspecting drawing, or by inspecting or

obtaining a list from the county recorder of deeds and then contacting the utility companies on that list.

(2) Three days before excavation or demolition, request from the utility companies the steps utility may take to avoid damage

(3). Inform each equipment operator or blaster of information

FOR REFRENCE ONLY

Page 87: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

Special Requirements Page 6 of 7

(4) Report any damage to utility line made or discovered in the course of the work to utility company.

(5). Alert any occupants of premises as to any emergency created or discovered. (6). Provisions of A,B, and C above do not apply in an emergency. (Defined as any condition

constituting a clear and present danger to life or property by escaping gas, exposed wires or other utility line breaks or defects).

F. This act would not amend or repeal any other law or local ordinance on the same subject matter.

This act does not preclude establishment of "one-call systems' or other such agreements. G. Penalty of $100 to $1,000 or prison for up to 90 days, or both upon conviction for violation of the

act. 6. SSHE MINORITY BUSINEES AND WOMEN BUSINESS ENTERPRISE (MBE/WBE) AFFIRMATIVE

ACTION It is the policy of the Pennsylvania State System of Higher Education to: A. Award and administer contracts for goods and services in a nondiscriminatory manner; B. Promote the affirmative participation of women and minority-owned businesses in

procurement activities and awards; C. Integrate into procurement processes the necessary practices and procedures for the

procurement of all goods and services for the System to effectively implement the policy. 7. SUBSURFACE INFORMATION If subsurface drilling has been performed at the project site, prepared forms and/or subsurface drilling

reports containing information secured by these borings which were provided to the System, are available from the System Project Manager upon receipt of the Contractor’s signature on a standard receipt form, and payment established to cover the reproduction costs.

Notwithstanding anything contained in the contract documents, and/or in the subsurface drilling reports to

the contrary, the subsurface drilling reports that will be provided to the Bidder are for informational purposes only and nothing contained therein and/or in the contract documents shall be deemed to be a representation or warranty with respect to the condition of the project site and/or any work required to be performed in connection with the excavation thereof, and in no event shall the subsurface drilling reports be considered a part of the contract documents.

Bidders represent to the System that they are experts in the work to be performed pursuant to the contract documents, and they have performed, at their sole cost and expense, such due diligence investigations as they deem necessary to determine for themselves the character of materials and excavation work to be performed pursuant to the contract documents. Bidders further acknowledge that the foregoing representation is a material inducement to the System’s execution of the contract agreement.

8. RECYLCLED MATERIALS In accordance with Section 108 Recycled Materials of Act 1998-57 Commonwealth Procurement Code, any

products provided to the Commonwealth as part of the contractor’s performance of this contract, if this paragraph is applicable to this project, shall meet the minimum percentage levels for the total recycled content and postconsumer recycled content, as found in the Department of General Services List of Products and Procurement Guidelines, Insulation for Construction Projects: Recycled Postconsumer Material as specified below. A. Requirement All insulation incorporated into the project must contain the minimum percentage of

postconsumer recovered paper or recovered material as shown below for the applicable product:

FOR REFRENCE ONLY

Page 88: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

Special Requirements Page 7 of 7

MATERIAL TYPE PERCENT BY WEIGHT Cellulose loose-fill spray on 75 % postconsumer recovered paper

Perlite composite board 23% postconsumer recovered paper

Plastic rigid foam, polyisocyanurate/ polyurethane:

rigid foam 9% recovered material

foam in-place 5% recovered material

glass rigid foam 6% recovered material

Phenolic rigid foam 5% recovered material

Rock wool 50% recovered material

“Postconsumer recovered paper” is defined as “any paper, paperboard and fibrous wastes

from retail stores, office buildings, homes and so forth, after they have passed through their end-usage as a consumer item including: used corrugated boxes; old newspapers; old magazines; mixed waste paper; tabulating cards and used cordage; as well as all paper, paperboard and fibrous wastes that enter and are collected, from municipal sold waste”

“Recovered materials” is defined as “waste material and byproducts which have been

recovered or diverted from solid waste, but such term does not include those materials and byproducts generated from, and commonly reused within, an original manufacturing process”

FOR REFRENCE ONLY

Page 89: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

STD-21 Compliance Review Form STD-21 Compliance Review Form

COMMONWEALTH OF PENNSYLVANIA STD-21 REV.12/2010

INITIAL CONTRACT COMPLIANCE DATA Section 1 —THIS FORM SHOULD BE COMPLETED AND RETURNED WITHIN 15 DAYS AFTER THE AWARD OF ANY CONTRACT, GRANT, PURCHASE ORDER, AGREEMENT, ETC.

All questions must be answered completely unless you are exempt. If you have completed an STD-21 within the past 12

months, or have fewer than 5 employees or all your employees are members of the same family, please request an

exemption. Contact issuing state agency for assistance. If not exempt, please complete and return this form to the

issuing agency.

You are advised to identify and mark information on the STD-21 and related documentation that you believe meets the

definition of confidential proprietary information, so that it may be redacted from information provided to the public under

the Right to Know Law. For the Trade Secret Form go to www.dgs.state.pa.us, Doing Business with the Commonwealth,

Contract Compliance. 1A. Contract/Grant Number:

$ Amount:

Effective Date:

Termination Date:

Brief description of contract/grant:

1B. Name and address of contractor’s principal facility related to contract:

Telephone number:

Fax number:

Email address:

2A. Employer’s Federal Identification Number: If none, indicate SAP Vendor number. To obtain SAP number call 877-435-7363 (select option 1).

2B. Primary PA County where workforce is located or goods/services are provided (if more than one county, indicate statewide):

3A. Awardee Organization Type: 3B. Type of Contract:

Construction Non-construction Grant Local Education Agency

Award for deposit of Commonwealth funds

Contractor Grantee Subcontractor/Subgrantee Local/County Government Local Education Agency Awardee for deposit of Commonwealth funds Other (specify)

4. As an awardee, do you have a written Sexual Harassment

policy, and have you informed your employees of it?

Yes No

5. As an awardee, do you agree to include the provisions of the nondiscrimination/sexual harassment clause in every subcontract of this contract/grant?

Yes No

6. As an awardee, do you agree that you will not discriminate, on the basis of gender, race, creed or color, against your employees, in the hiring of employees and in the award of subcontracts?

Yes No

7. As an awardee, do you agree to furnish all necessary employment documents and records to the state agency contract compliance officer and Dept. of General Services’ Bureau of Minority and Women Business Opportunities to ascertain your compliance with the Nondiscrimination/ Sexual Harassment Clause in your PA state contract?

Yes No

PERSONNEL TRANSACTIONS Please provide your personnel transactions (new hires, promotions and terminations for any reason including resignation, retirement, layoff, fired, etc.) within the past 12 months. Use additional 8 1/2 x 11 inch sheets, if needed.

RACE SEX

TYPE OF TRANSACTION (CHECK AS APPROPRIATE) DATE OF TRANSACTION JOB CATEGORY

NEW HIRE PROMOTION TERMINATION

FOR REFRENCE ONLY

Page 90: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

STD-21 Compliance Review Form STD-21 Compliance Review Form

Section 2 — CURRENT WORK FORCE BREAKDOWN OF COMPANY/ORGANIZATION INVOLVED IN CONTRACT/GRANT (However, for large multi-state companies, if PA workforce is over 50 employees, report only the PA workforce)

Total Employees

Minority Group Employees

Male Female

Job Category

Total Male

Including Minorities

Total Female

Including Minorities Black

Asian/ Pacific

Islander

American Indian/ Alaskan Native Hispanic

Two or more

Races Black

Asian/ Pacific

Islander

American Indian/ Alaskan Native Hispanic

Two or more Races

1. Officials & Managers

2. Professionals

3. Technicians

4. Sales Workers

5. Office & Clerical

6. Craft Workers (Skilled)

7. Operators (Semi-skilled)

8. Laborers (Unskilled)

9. Service Workers

TOTALS

Total Employees one year prior to this report

Formal on-the-job trainees below (interns, apprentices, student teachers, etc.) should also be included in

the appropriate categories above. If your company/organization has none, check here .

Formal On-the-Job Trainees

Total Male (including minorities and non-

minorities)

Total Female

(including minorities and non-

minorities)

Black Male Asian/

Pacific Islander

Male

American

Indian/ Alaskan Native Male

Hispanic Male

Two or more Races

Black Female Asian/

Pacific

Islander

Female

American

Indian/ Alaskan Native Female

Hispanic Female

Two or more Races

Job Categories

1-5

Job Categories

6-9

Section 3 — CHIEF EXECUTIVE OFFICER/COUNTY EXECUTIVE/SUPERINTENDENT/IU DIRECTOR/AVTS DIRECTOR OR

EQUAL EMPLOYMENT OPPORTUNITY OFFICER

Name (Type or print)

Signature

Date

Title (Type or print)

Phone No.

E-mail address

CONTRACTOR/GRANTEE SHALL PROMPTLY GRANT ACCESS TO ITS FACILITIES TO AUTHORIZED STATE AGENCY

REPRESENTATIVE(S) FOR REVIEW OF DOCUMENTS/INFORMATION AND INTERVIEWS OF COMPANY PERSONNEL.

FOR REFRENCE ONLY

Page 91: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

STD-21 Compliance Review Form STD-21 Compliance Review Form

DEFINITIONS Sexual Harassment Policy – A notice that sexual harassment will not be tolerated and employees who practice it will be disciplined. Job Categories 1-5 – Persons in formal training for official, managerial, professional, technical, sales, office and clerical occupations. Job Categories 6-9 – Persons engaged in formal training to be crafts workers, operators, laborers or service workers. 1. Officials and Managers – Occupations requiring administrative and managerial personnel, who set broad policies, exercise overall responsibility for execution of these policies, direct individual departments or special phases of a firm’s operations and are exempt from the minimum wage and overtime provisions of the Fair Labor Standards Act. Includes: officials, executives, administrators, middle management, plant managers, department managers and superintendents, purchasing agents and buyers and similar classifications. 2. Professionals – Occupations requiring either college graduation or experience of such kind and amount as to provide a comparable background. Includes: accountants and auditors, airplane pilots and navigators, architects, artists, chemists, designers, dietitians, editors, engineers, lawyers, librarians, mathematicians, natural scientists, registered professional nurses, personnel and labor relat ions specialists, physical scientists, physicians, social scientists, teachers, surveyors and similar classifications. 3. Technicians – Occupations requiring a combination of basic scientific knowledge and manual skill, which can be obtained through two years of post high school education, such as is offered in many technical institutes and junior colleges, or through equivalent on-the-job training. Includes: computer programmers, drafters, mathematical aides, engineering aides, junior engineers, licensed, pract ical or vocational nurses, photographers, radio operators, scientific asst., technical illustrators, technicians (medical, dental, electronic) etc. 4. Sales – Occupations engaging wholly or primarily in direct selling. Includes: advertising agents and sales workers, insurance agents/ brokers, real estate agents/brokers, stock/bond sales workers, demonstrators, sales clerks, grocery clerks and cashiers/checkers etc. 5. Office and Clerical – Administrative support occupations, including all clerical-type work regardless of level of difficulty, where the activities are predominantly non-manual, though some manual work not directly involved with altering or transporting the products is included. Includes: bookkeepers, billing and accounting clerks, messengers, office supervisors, office machine operators, shipping and receiving clerks, stenographers, receptionists, typists and secretaries, telephone operators, legal assistants and similar classifications. 6. Crafts Workers (skilled) – Manual workers of relatively high skill level having a thorough and comprehensive knowledge of the processes involved in their work. Exercise considerable independent judgment and have usually received an extensive period of training. Includes: the building trades (bricklayers, carpenters, electricians, plumbers, painters, sheet metal duct installers, roofers etc.), mechanics and repairpersons, skilled machining occupations, typesetters, metal engravers, pattern and model makers, stationary engineers, tailors and seamstresses, bookbinders, bakers, hand-painting and decorating occupations and similar classifications. 7. Operators (semi-skilled) – Workers who operate transportation or materials moving equipments, or who operate machine or processing equipment or perform other factory-type duties of intermediate skill level, which can be mastered in a few weeks and require only limited training. Includes: apprentices (auto mechanic, bricklayer, carpenter, electrician, machinist, mechanic, plumber, building trade, metalworking trade, printing trade, etc.), operatives, attendants (auto service and parking), blasters, chauffeurs, delivery workers, furnace workers, heaters (metal), laundry and dry cleaning operatives, milliners, mine operatives and laborers, motor operators, oilers and greasers (except auto), painters (manufactured articles), photographic process workers, truck and tractor drivers, textile machine operators, welders and flame-cutters, electrical/electronic equipment assemblers, butchers, inspectors, testers and graders and similar classifications. 8. Laborers (unskilled) – Workers in manual occupations that generally require no specialized training. Perform elementary duties that may be learned in few days and require the application of little or no independent judgment. Includes: garage laborers; car washers and greasers; gardeners and groundskeepers, farm workers, longshoremen and stevedores; lumberjacks and wood choppers; laborers performing lifting, digging, mixing, loading, and pulling operations; and similar classifications. 9. Service Workers – Workers in both protective and non-protective service occupations. Includes: attendants (hospital and other institutions, professional and personal service, nurses aides and orderlies), barbers, child care workers, cleaners, cooks, counter and fountain workers, elevator operators, firefighters and fire protection, guards, doorkeepers, stewards, janitors, police officers and detectives, porters, waiters and waitresses, amusement and recreation facilities attendants, guides, ushers and similar classifications. Race/ethnic designations as used here do not denote scientific definitions of anthropological origins. For the purposes of this report, an employee may be included in the group to which he or she appears to belong, identifies with, or is regarded in the community as belonging. However, no one person should be counted in more than one “race/ethnic group” category. The race/ethnic categories for this survey are: White (Not of Hispanic origin) – the original peoples of Europe, North Africa, or the Middle East Black (Not of Hispanic origin) – the Black racial groups of Africa Hispanic – Mexican, Puerto Rican, Cuban, Central or South American, or Caribbean island regardless of race Asian or Pacific Islander – the original peoples of the Far East, Southeast Asia, the Indian Subcontinent, or the Pacific Islands. This area includes, for example, China, India, Japan, Korea, the Philippine Islands, and Samoa. American Indian or Alaskan Native – the original peoples of North America, and who maintain cultural identification through tribal affiliation or community recognition

Two or more Races – more than one of the above categories

FOR REFRENCE ONLY

Page 92: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

PA E-Verify Act Notice of Implementation

NOTICE - IMPLEMENTATION OF PA E-VERIFY

The Commonwealth of Pennsylvania enacted Act 127 of 2012, known as the Public Works Employment

Verification Act (‘the Act’), which requires all public work contractors and subcontractors to utilize the Federal

Government’s E-Verify system (EVP) to ensure that all employees performing work on public work projects are

authorized to work in the United States.

The Department of General Services’ (DGS) Public Works Employment Verification Compliance Program is

responsible for the administration, education, and enforcement of the Act. It provides contractors and

subcontractors with educational outreach, conducts investigations when complaints are received, and conducts

random audits to ensure compliance with the requirements of this Act. Contracts resulting from this solicitation

will fall under the Act and the associated DGS compliance program.

Information on the Act and DGS' program are available on this DGS web site:

http://www.dgs.state.pa.us/portal/server.pt/community/construction_and_public_works/1235/public_works_employ-

ment_verification/1357211

Contractors will be required to sign and submit to the university, as a pre-condition of being awarded a contract,

the Commonwealth of Pennsylvania Public Works Employment Verification Form.

Subcontracts between a public works contractor and its subcontractors shall contain notification of the

applicability of the Act, information regarding the use of the EVP, and reference to DGS’ website at

www.dgs.state.pa.us to obtain a copy of the required Commonwealth of Pennsylvania Public Works Employment

Verification Form. Additionally, Contractors will require each of their subcontractors to sign and submit to the

university, prior to that subcontractor performing work at the project site, the Commonwealth of Pennsylvania

Public Works Employment Verification Form.

The Commonwealth of Pennsylvania Public Works Employment Verification Form is available on DGS' web site

and/or through the university.

Contractors will comply with all other requirements of the Act, and also require each of their subcontractors to

comply, which includes maintaining documentation of continued compliance with the Act by utilizing the EVP

for new employees hired throughout the duration of the public works contract.

FOR REFRENCE ONLY

Page 93: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

ATTACHMENT 1 PREVAILING WAGE

FOR REFRENCE ONLY

Page 94: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID Becht Hall Conversion Demolition & Hazardous Material Abatement Prevailing Wages

Page 1

Project Name: CL698.5 REBID Demolition & Hazardous Material Abatement

Awarding Agency: SSHE/Clarion University of Pennsylvania

Contract Award Date: 4/22/2013

Serial Number: 13-00225

Project Classification: Heavy/Highway

Determination Date: 1/14/2013

County: Clarion

Assigned Field Office: Altoona

Field Office Phone Number: (814)940-6224

Toll Free Phone Number:

Building

Search returned 208 record(s)

Contractor Craft

Hourly

Rate

Fringe

Benefits

Total

Effective

Date

Expiration

Date

Asbestos & Insulation Workers $31.12 $20.04 $51.16 08/01/2010

Asbestos & Insulation Workers $32.27 $20.04 $52.31 08/01/2011

Asbestos & Insulation Workers $33.42 $20.04 $53.46 08/01/2012

Boilermakers $33.90 $20.06 $53.96 06/01/2008

Boilermakers $37.52 $22.49 $60.01 08/01/2010

Boilermakers $38.10 $24.36 $62.46 06/01/2011

Bricklayer $28.00 $14.55 $42.55 03/01/2012

Carpenters $24.79 $9.68 $34.47 06/01/2009

Carpenters $25.33 $10.14 $35.47 06/01/2010

Carpenters $25.85 $10.61 $36.46 06/01/2011

Carpenters $25.98 $11.67 $37.65 06/01/2012

Carpenters $26.09 $12.51 $38.60 06/01/2013

Carpenters $26.21 $13.35 $39.56 06/01/2014

Cement Finishers $25.79 $11.82 $37.61 06/01/2009

Cement Finishers $25.79 $12.27 $38.06 12/01/2009

Cement Finishers $26.79 $12.27 $39.06 06/01/2010

Cement Finishers $26.79 $12.77 $39.56 12/01/2010

Dockbuilder, Pile Drivers $29.95 $12.25 $42.20 01/01/2010

Dockbuilder, Pile Drivers $30.35 $13.10 $43.45 01/01/2011

Dockbuilder, Pile Drivers $30.85 $13.70 $44.55 01/01/2012

1 2 3 4 5 6 7 8 9 10 ...

Building

Search returned 208 record(s)

Contractor Craft

Hourly

Rate

Fringe

Benefits

Total

Effective

Date

Expiration

Date

FOR REFRENCE ONLY

Page 95: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID Becht Hall Conversion Demolition & Hazardous Material Abatement Prevailing Wages

Page 2

Dockbuilder, Pile Drivers $31.45 $14.20 $45.65 01/01/2013

Drywall Finisher $23.87 $12.84 $36.71 06/01/2009

Drywall Finisher $23.97 $13.74 $37.71 06/01/2010

Drywall Finisher $24.50 $14.21 $38.71 06/01/2011

Drywall Finisher $25.05 $14.66 $39.71 06/01/2012

Drywall Finisher $25.65 $15.06 $40.71 06/01/2013

Electric Lineman $39.54 $16.03 $55.57 05/31/2009

Electric Lineman $38.00 $17.73 $55.73 05/31/2010

Electric Lineman $38.88 $17.96 $56.84 05/30/2011

Electric Lineman $39.78 $18.20 $57.98 11/28/2011

Electric Lineman $40.70 $18.45 $59.15 05/28/2012

Electric Lineman $41.63 $18.70 $60.33 11/26/2012

Electricians & Telecommunications Installation

Technician $33.11 $17.13 $50.24 12/26/2008

Electricians & Telecommunications Installation

Technician $35.61 $17.13 $52.74 12/25/2009

Electricians & Telecommunications Installation

Technician $38.01 $17.13 $55.14 12/24/2010

Electricians & Telecommunications Installation

Technician $35.76 $21.10 $56.86 12/23/2011

Electricians & Telecommunications Installation

Technician $37.71 $21.10 $58.81 12/21/2012

Electricians & Telecommunications Installation

Technician $39.71 $21.10 $60.81 12/21/2013

Elevator Constructor $41.13 $21.99 $63.12 01/01/2011

Elevator Constructor $42.28 $23.84 $66.12 01/01/2012

1 2 3 4 5 6 7 8 9 10 ...

Building

Search returned 208 record(s)

Contractor Craft

Hourly

Rate

Fringe

Benefits

Total

Effective

Date

Expiration

Date

Elevator Constructor $42.61 $25.49 $68.10 01/01/2013

Glazier $20.38 $14.82 $35.20 09/01/2010

Glazier $20.88 $15.32 $36.20 09/01/2011

Glazier $21.38 $15.82 $37.20 09/01/2012

Glazier $21.88 $16.32 $38.20 09/01/2013

Iron Workers (Bridge, Structural Steel, Ornamental,

Precast, Reinforcing) $29.43 $19.61 $49.04 06/01/2008

Iron Workers (Bridge, Structural Steel, Ornamental,

Precast, Reinforcing) $30.03 $22.71 $52.74 06/01/2010

Iron Workers (Bridge, Structural Steel, Ornamental,

Precast, Reinforcing) $30.38 $24.36 $54.74 06/01/2011

Iron Workers (Bridge, Structural Steel, Ornamental,

Precast, Reinforcing) $31.41 $24.84 $56.25 06/01/2012

FOR REFRENCE ONLY

Page 96: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID Becht Hall Conversion Demolition & Hazardous Material Abatement Prevailing Wages

Page 3

Laborers (Class 01 - See notes) $20.92 $9.27 $30.19 06/01/2009

Laborers (Class 01 - See notes) $20.92 $9.72 $30.64 12/01/2009

Laborers (Class 01 - See notes) $20.92 $9.72 $30.64 06/01/2010

Laborers (Class 01 - See notes) $21.17 $10.52 $31.69 01/01/2011

Laborers (Class 01 - See notes) $21.42 $11.32 $32.74 01/01/2012

Laborers (Class 01 - See notes) $21.67 $12.12 $33.79 01/01/2013

Laborers (Class 01 - See notes) $21.92 $12.92 $34.84 01/01/2014

Laborers (Class 02 - See notes) $21.07 $9.27 $30.34 06/01/2009

Laborers (Class 02 - See notes) $21.07 $9.72 $30.79 12/01/2009

Laborers (Class 02 - See notes) $21.07 $9.72 $30.79 06/01/2010

Laborers (Class 02 - See notes) $21.32 $10.52 $31.84 01/01/2011

1 2 3 4 5 6 7 8 9 10 ...

Building

Search returned 208 record(s)

Contractor Craft

Hourly

Rate

Fringe

Benefits

Total

Effective

Date

Expiration

Date

Laborers (Class 02 - See notes) $21.57 $11.32 $32.89 01/01/2012

Laborers (Class 02 - See notes) $21.82 $12.12 $33.94 01/01/2013

Laborers (Class 02 - See notes) $22.07 $12.92 $34.99 01/01/2014

Laborers (Class 03 - See notes) $21.20 $9.27 $30.47 06/01/2009

Laborers (Class 03 - See notes) $21.20 $9.72 $30.92 12/01/2009

Laborers (Class 03 - See notes) $21.20 $9.72 $30.92 06/01/2010

Laborers (Class 03 - See notes) $21.45 $10.52 $31.97 01/01/2011

Laborers (Class 03 - See notes) $21.70 $11.32 $33.02 01/01/2012

Laborers (Class 03 - See notes) $21.95 $12.12 $34.07 01/01/2013

Laborers (Class 04 - See notes) $21.67 $9.27 $30.94 06/01/2009

Laborers (Class 04 - See notes) $21.67 $9.72 $31.39 12/01/2009

Laborers (Class 04 - See notes) $21.67 $9.72 $31.39 06/01/2010

Laborers (Class 04 - See notes) $21.92 $10.52 $32.44 01/01/2011

Laborers (Class 04 - See notes) $22.17 $11.32 $33.49 01/01/2012

Laborers (Class 04 - See notes) $22.42 $12.12 $34.54 01/01/2013

Landscape Laborer $18.25 $9.05 $27.30 07/01/2009

Landscape Laborer $18.25 $9.90 $28.15 07/01/2010

Landscape Laborer (Skilled) $18.67 $9.05 $27.72 07/01/2009

Landscape Laborer (Skilled) $18.67 $9.90 $28.57 07/01/2010

Landscape Laborer (Tractor Operator) $18.97 $9.05 $28.02 07/01/2009

1 2 3 4 5 6 7 8 9 10 ...

Building

Search returned 208 record(s)

FOR REFRENCE ONLY

Page 97: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID Becht Hall Conversion Demolition & Hazardous Material Abatement Prevailing Wages

Page 4

Contractor Craft

Hourly

Rate

Fringe

Benefits

Total

Effective

Date

Expiration

Date

Landscape Laborer (Tractor Operator) $18.97 $9.90 $28.87 07/01/2010

Marble Finisher $19.17 $10.55 $29.72 06/01/2009

Marble Finisher $19.32 $11.05 $30.37 12/01/2009

Marble Finisher $19.52 $11.70 $31.22 06/01/2010

Marble Finisher $20.57 $11.85 $32.42 06/01/2011

Marble Finisher $21.27 $11.35 $32.62 06/01/2012

Marble Mason $19.42 $8.48 $27.90 06/01/2009

Marble Mason $19.42 $8.91 $28.33 12/01/2009

Marble Mason $19.42 $9.60 $29.02 12/01/2011

Millwright $34.42 $15.08 $49.50 06/01/2011

Millwright $35.89 $16.11 $52.00 06/01/2012

Millwright $36.49 $16.76 $53.25 06/01/2013

Millwright $37.35 $17.15 $54.50 06/01/2014

Operators (Class 01 - see notes) $25.47 $12.63 $38.10 07/01/2009

Operators (Class 01 - see notes) $26.37 $13.13 $39.50 07/01/2010

Operators (Class 01 - see notes) $26.88 $13.96 $40.84 07/01/2011

Operators (Class 02 -see notes) $22.79 $12.63 $35.42 07/01/2009

Operators (Class 02 -see notes) $23.69 $13.13 $36.82 07/01/2010

Operators (Class 02 -see notes) $24.20 $13.96 $38.16 07/01/2011

Operators (Class 03 - see notes) $21.24 $12.63 $33.87 07/01/2009

1 2 3 4 5 6 7 8 9 10 ...

Building

Search returned 208 record(s)

Contractor Craft

Hourly

Rate

Fringe

Benefits

Total

Effective

Date

Expiration

Date

Operators (Class 03 - see notes) $22.14 $13.13 $35.27 07/01/2010

Operators (Class 03 - See notes) $22.65 $13.96 $36.61 07/01/2011

Operators (Class 04 - Chief of Party (Surveying and

Layout)) $20.84 $12.63 $33.47 07/01/2009

Operators (Class 04 - Chief of Party (Surveying and

Layout)) $21.74 $13.13 $34.87 07/01/2010

Operators (Class 04 - Instrument Person (Surveying &

Layout)) $19.84 $12.63 $32.47 07/01/2009

Operators (Class 04 - Instrument Person (Surveying &

Layout)) $20.74 $13.13 $33.87 07/01/2010

Operators (Class 04 - Rodman/Chainman (Surveying

and Layout)) $19.39 $12.63 $32.02 07/01/2009

Operators (Class 04 - Rodman/Chainman (Surveying

and Layout)) $20.29 $13.13 $33.42 07/01/2010

Painters Class 6 (see notes) $24.77 $12.81 $37.58 06/01/2009

Painters Class 6 (see notes) $25.28 $13.53 $38.81 06/01/2010

FOR REFRENCE ONLY

Page 98: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID Becht Hall Conversion Demolition & Hazardous Material Abatement Prevailing Wages

Page 5

Painters Class 6 (see notes) $25.72 $14.09 $39.81 06/01/2011

Painters Class 6 (see notes) $26.25 $14.56 $40.81 06/01/2012

Painters Class 6 (see notes) $26.78 $15.03 $41.81 06/01/2013

Painters Class 6 (see notes) $27.28 $15.58 $42.86 06/01/2014

Pile Driver Divers (Building, Heavy, Highway) $40.40 $10.77 $51.17 01/01/2007

Pile Driver Divers (Building, Heavy, Highway) $44.39 $12.25 $56.64 01/01/2010

Pile Driver Divers (Building, Heavy, Highway) $45.53 $13.00 $58.53 01/01/2011

Pile Driver Divers (Building, Heavy, Highway) $46.28 $13.60 $59.88 01/01/2012

Pile Driver Divers (Building, Heavy, Highway) $47.18 $14.10 $61.28 01/01/2013

Plasterers $26.13 $11.70 $37.83 06/01/2009

1 2 3 4 5 6 7 8 9 10 ...

Building

Search returned 208 record(s)

Contractor Craft

Hourly

Rate

Fringe

Benefits

Total

Effective

Date

Expiration

Date

Operators (Class 03 - see notes) $22.14 $13.13 $35.27 07/01/2010

Operators (Class 03 - See notes) $22.65 $13.96 $36.61 07/01/2011

Operators (Class 04 - Chief of Party (Surveying and

Layout)) $20.84 $12.63 $33.47 07/01/2009

Operators (Class 04 - Chief of Party (Surveying and

Layout)) $21.74 $13.13 $34.87 07/01/2010

Operators (Class 04 - Instrument Person (Surveying &

Layout)) $19.84 $12.63 $32.47 07/01/2009

Operators (Class 04 - Instrument Person (Surveying &

Layout)) $20.74 $13.13 $33.87 07/01/2010

Operators (Class 04 - Rodman/Chainman (Surveying

and Layout)) $19.39 $12.63 $32.02 07/01/2009

Operators (Class 04 - Rodman/Chainman (Surveying

and Layout)) $20.29 $13.13 $33.42 07/01/2010

Painters Class 6 (see notes) $24.77 $12.81 $37.58 06/01/2009

Painters Class 6 (see notes) $25.28 $13.53 $38.81 06/01/2010

Painters Class 6 (see notes) $25.72 $14.09 $39.81 06/01/2011

Painters Class 6 (see notes) $26.25 $14.56 $40.81 06/01/2012

Painters Class 6 (see notes) $26.78 $15.03 $41.81 06/01/2013

Painters Class 6 (see notes) $27.28 $15.58 $42.86 06/01/2014

Pile Driver Divers (Building, Heavy, Highway) $40.40 $10.77 $51.17 01/01/2007

Pile Driver Divers (Building, Heavy, Highway) $44.39 $12.25 $56.64 01/01/2010

Pile Driver Divers (Building, Heavy, Highway) $45.53 $13.00 $58.53 01/01/2011

Pile Driver Divers (Building, Heavy, Highway) $46.28 $13.60 $59.88 01/01/2012

Pile Driver Divers (Building, Heavy, Highway) $47.18 $14.10 $61.28 01/01/2013

Plasterers $26.13 $11.70 $37.83 06/01/2009

1 2 3 4 5 6 7 8 9 10 ...

FOR REFRENCE ONLY

Page 99: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID Becht Hall Conversion Demolition & Hazardous Material Abatement Prevailing Wages

Page 6

Building

Search returned 208 record(s)

Contractor Craft

Hourly

Rate

Fringe

Benefits

Total

Effective

Date

Expiration

Date

Plasterers $26.13 $12.15 $38.28 06/01/2010

Plasterers $26.58 $12.15 $38.73 06/01/2011

Plasterers $26.87 $12.31 $39.18 06/01/2012

Plumbers and Steamfitters $32.20 $16.44 $48.64 05/01/2009

Plumbers and Steamfitters $33.38 $17.38 $50.76 05/01/2010

Plumbers and Steamfitters $34.16 $17.96 $52.12 05/01/2011

Plumbers and Steamfitters $35.07 $18.42 $53.49 05/01/2012

Plumbers and Steamfitters $35.97 $18.88 $54.85 05/01/2013

Pointers, Caulkers, Cleaners $25.88 $13.33 $39.21 07/01/2009

Pointers, Caulkers, Cleaners $25.98 $13.83 $39.81 12/01/2009

Pointers, Caulkers, Cleaners $25.98 $14.33 $40.31 06/01/2010

Pointers, Caulkers, Cleaners $26.36 $14.53 $40.89 12/01/2010

Pointers, Caulkers, Cleaners $26.87 $14.53 $41.40 06/01/2011

Pointers, Caulkers, Cleaners $27.10 $15.03 $42.13 12/01/2011

Pointers, Caulkers, Cleaners $27.41 $15.23 $42.64 06/01/2012

Roofers $26.00 $11.69 $37.69 06/01/2009

Roofers $27.50 $11.69 $39.19 06/01/2010

Roofers $26.87 $12.32 $39.19 12/01/2010

Roofers $27.65 $12.32 $39.97 06/01/2011

Roofers $27.45 $12.52 $39.97 12/01/2011

1 2 3 4 5 6 7 8 9 10 ...

Building

Search returned 208 record(s)

Contractor Craft

Hourly

Rate

Fringe

Benefits

Total

Effective

Date

Expiration

Date

Roofers $28.25 $12.52 $40.77 06/01/2012

Roofers $28.09 $12.68 $40.77 12/01/2012

Roofers $27.45 $14.14 $41.59 06/01/2013

Roofers $27.45 $14.97 $42.42 06/01/2014

Roofers $27.45 $15.97 $43.42 06/01/2015

Sheet Metal Workers $31.46 $20.81 $52.27 07/01/2010

Sheet Metal Workers $31.18 $21.09 $52.27 01/01/2011

Sheet Metal Workers $31.58 $21.84 $53.42 07/01/2011

Sheet Metal Workers $31.55 $21.87 $53.42 01/01/2012

Sheet Metal Workers $31.93 $22.69 $54.62 07/01/2012

Sprinklerfitters $33.85 $17.60 $51.45 01/01/2010

FOR REFRENCE ONLY

Page 100: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID Becht Hall Conversion Demolition & Hazardous Material Abatement Prevailing Wages

Page 7

Sprinklerfitters $33.35 $18.45 $51.80 01/01/2011

Sprinklerfitters $34.18 $18.45 $52.63 04/01/2011

Sprinklerfitters $34.18 $18.60 $52.78 01/01/2012

Sprinklerfitters $35.21 $18.65 $53.86 04/01/2012

Sprinklerfitters $35.21 $18.80 $54.01 01/01/2013

Stone Masons $27.55 $13.47 $41.02 12/01/2007

Stone Masons $28.92 $15.20 $44.12 12/01/2009

Stone Masons $29.32 $15.85 $45.17 06/01/2010

Stone Masons $29.75 $16.22 $45.97 12/01/2010

1 2 3 4 5 6 7 8 9 10 ...

Building

Search returned 208 record(s)

Contractor Craft

Hourly

Rate

Fringe

Benefits

Total

Effective

Date

Expiration

Date

Stone Masons $30.65 $16.22 $46.87 06/01/2011

Stone Masons $30.97 $16.80 $47.77 12/01/2011

Terrazzo Finisher $25.61 $12.04 $37.65 06/01/2009

Terrazzo Finisher $25.76 $12.54 $38.30 12/01/2009

Terrazzo Finisher $26.36 $13.19 $39.55 12/01/2010

Terrazzo Finisher $27.06 $13.49 $40.55 06/01/2011

Terrazzo Finisher $27.06 $13.49 $40.55 12/01/2011

Terrazzo Finisher $27.56 $13.02 $40.58 06/01/2012

Terrazzo Setter $26.15 $13.05 $39.20 06/01/2009

Terrazzo Setter $26.30 $13.55 $39.85 12/01/2009

Terrazzo Setter $26.90 $14.20 $41.10 06/01/2010

Terrazzo Setter $26.90 $14.20 $41.10 12/01/2010

Terrazzo Setter $27.60 $14.50 $42.10 06/01/2011

Terrazzo Setter $27.60 $14.50 $42.10 12/01/2011

Terrazzo Setter $28.10 $14.03 $42.13 06/01/2012

Tile Finisher $20.77 $10.55 $31.32 06/01/2009

Tile Finisher $20.92 $11.05 $31.97 12/01/2009

Tile Finisher $21.12 $11.70 $32.82 06/01/2010

Tile Finisher $22.17 $11.85 $34.02 06/01/2011

Tile Finisher $22.87 $11.38 $34.25 06/01/2012

1 2 3 4 5 6 7 8 9 10 ...

Building

Search returned 208 record(s)

Contractor Craft

Hourly

Rate

Fringe

Benefits

Total

Effective

Date

Expiration

Date

FOR REFRENCE ONLY

Page 101: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID Becht Hall Conversion Demolition & Hazardous Material Abatement Prevailing Wages

Page 8

Tile Setter $26.85 $13.45 $40.30 06/01/2009

Tile Setter $27.10 $13.95 $41.05 12/01/2009

Tile Setter $27.40 $14.60 $42.00 06/01/2010

Tile Setter $28.39 $15.01 $43.40 06/01/2011

Tile Setter $28.76 $15.07 $43.83 06/01/2012

Tilesetters & Marble Masons $29.95 $12.25 $42.20 01/01/2010

Tilesetters & Marble Masons $29.95 $12.25 $42.20 01/01/2010

Tilesetters & Marble Masons $30.35 $13.00 $43.35 01/01/2011

Tilesetters & Marble Masons $30.35 $13.00 $43.35 01/01/2011

Tilesetters & Marble Masons $30.85 $13.60 $44.45 01/01/2012

Tilesetters & Marble Masons $30.85 $13.60 $44.45 01/01/2012

Tilesetters & Marble Masons $31.45 $14.10 $45.55 01/01/2013

Tilesetters & Marble Masons $31.45 $14.10 $45.55 01/01/2013

Truckdriver class 1(see notes) $24.05 $11.35 $35.40 01/01/2009

Truckdriver class 1(see notes) $24.80 $11.95 $36.75 01/01/2010

Truckdriver class 1(see notes) $25.31 $12.69 $38.00 01/01/2011

Truckdriver class 1(see notes) $25.69 $13.41 $39.10 01/01/2012

Truckdriver class 1(see notes) $26.08 $14.12 $40.20 01/01/2013

Truckdriver class 2 (see notes) $24.23 $11.44 $35.67 01/01/2009

Truckdriver class 2 (see notes) $24.98 $12.04 $37.02 01/01/2010

1 2 3 4 5 6 7 8 9 10 ...

Building

Search returned 208 record(s)

Contractor Craft

Hourly

Rate

Fringe

Benefits

Total

Effective

Date

Expiration

Date

Truckdriver class 2 (see notes) $25.49 $12.78 $38.27 01/01/2011

Truckdriver class 2 (see notes) $25.87 $13.50 $39.37 01/01/2012

Truckdriver class 2 (see notes) $26.24 $14.23 $40.47 01/01/2013

Truckdriver class 3 (see notes) $24.74 $11.69 $36.43 01/01/2009

Truckdriver class 3 (see notes) $25.49 $12.29 $37.78 01/01/2010

Truckdriver class 3 (see notes) $25.99 $13.04 $39.03 01/01/2011

Truckdriver class 3 (see notes) $26.37 $13.76 $40.13 01/01/2012

Truckdriver class 3 (see notes) $26.74 $14.49 $41.23 01/01/2013

... 2 3 4 5 6 7 8 9 10 11

FOR REFRENCE ONLY

Page 102: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID Becht Hall Conversion Demolition & Hazardous Material Abatement Prevailing Wages

Page 9

Project Name: CL698.5 REBID Demolition & Hazardous Material Abatement

Awarding Agency: SSHE/Clarion University of Pennsylvania

Contract Award Date: 4/22/2013

Serial Number: 13-00225

Project Classification: Heavy/Highway

Determination Date: 1/14/2013

County: Clarion

Assigned Field Office: Altoona

Field Office Phone Number: (814)940-6224

Toll Free Phone Number:

Heavy/Highway

If you can not find a classification under Heavy/Highway, please refer to the Building classifications

Search returned 122 record(s)

Contractor Craft

Hourly

Rate

Fringe

Benefits

Total

Effective

Date

Expiration

Date

Carpenter Welder $27.99 $12.16 $40.15 01/01/2009

Carpenter Welder $28.94 $12.56 $41.50 01/01/2010

Carpenter Welder $29.18 $13.57 $42.75 01/01/2011

Carpenter Welder $29.45 $14.40 $43.85 01/01/2012

Carpenter Welder $29.83 $15.12 $44.95 01/01/2013

Carpenters $27.28 $12.16 $39.44 01/01/2009

Carpenters $28.23 $12.56 $40.79 01/01/2010

Carpenters $28.47 $13.57 $42.04 01/01/2011

Carpenters $28.74 $14.40 $43.14 01/01/2012

Carpenters $29.12 $15.12 $44.24 01/01/2013

Cement Finishers $26.72 $12.97 $39.69 01/01/2009

Cement Finishers $27.62 $13.42 $41.04 01/01/2010

Cement Finishers $28.02 $14.27 $42.29 01/01/2011

Cement Finishers $28.22 $15.17 $43.39 01/01/2012

Cement Finishers $28.60 $15.89 $44.49 01/01/2013

Iron Workers $29.43 $19.61 $49.04 06/01/2008

Iron Workers (Bridge, Structural Steel,

Ornamental, Precast, Reinforcing) $30.03 $22.71 $52.74 06/01/2010

Iron Workers (Bridge, Structural Steel,

Ornamental, Precast, Reinforcing) $30.38 $24.36 $54.74 06/01/2011

Iron Workers (Bridge, Structural Steel,

Ornamental, Precast, Reinforcing) $31.41 $24.84 $56.25 06/01/2012

Laborers (Class 01 - See notes) $23.30 $12.65 $35.95 01/01/2009

1 2 3 4 5 6 7

FOR REFRENCE ONLY

Page 103: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID Becht Hall Conversion Demolition & Hazardous Material Abatement Prevailing Wages

Page 10

Heavy/Highway

If you can not find a classification under Heavy/Highway, please refer to the Building classifications

Search returned 122 record(s)

Contractor Craft

Hourly

Rate

Fringe

Benefits

Total

Effective

Date

Expiration

Date

Laborers (Class 01 - See notes) $23.75 $13.55 $37.30 01/01/2010

Laborers (Class 01 - See notes) $23.99 $14.56 $38.55 01/01/2011

Laborers (Class 01 - See notes) $24.07 $15.58 $39.65 01/01/2012

Laborers (Class 01 - See notes) $24.13 $16.62 $40.75 01/01/2013

Laborers (Class 02 - See notes) $23.46 $12.65 $36.11 01/01/2009

Laborers (Class 02 - See notes) $23.91 $13.55 $37.46 01/01/2010

Laborers (Class 02 - See notes) $24.15 $14.56 $38.71 01/01/2011

Laborers (Class 02 - See notes) $24.23 $15.58 $39.81 01/01/2012

Laborers (Class 02 - See notes) $24.29 $16.62 $40.91 01/01/2013

Laborers (Class 03 - See notes) $23.85 $12.65 $36.50 01/01/2009

Laborers (Class 03 - See notes) $24.30 $13.55 $37.85 01/01/2010

Laborers (Class 03 - See notes) $24.54 $14.56 $39.10 01/01/2011

Laborers (Class 03 - See notes) $24.62 $15.58 $40.20 01/01/2012

Laborers (Class 03 - See notes) $24.68 $16.62 $41.30 01/01/2013

Laborers (Class 04 - See notes) $24.30 $12.65 $36.95 01/01/2009

Laborers (Class 04 - See notes) $24.75 $13.55 $38.30 01/01/2010

Laborers (Class 04 - See notes) $24.99 $14.56 $39.55 01/01/2011

Laborers (Class 04 - See notes) $25.07 $15.58 $40.65 01/01/2012

Laborers (Class 04 - See notes) $25.13 $16.62 $41.75 01/01/2013

Laborers (Class 05 - See notes) $24.71 $12.65 $37.36 01/01/2009

1 2 3 4 5 6 7

Heavy/Highway

If you can not find a classification under Heavy/Highway, please refer to the Building classifications

Search returned 122 record(s)

Contractor Craft

Hourly

Rate

Fringe

Benefits

Total

Effective

Date

Expiration

Date

Laborers (Class 05 - See notes) $25.16 $13.55 $38.71 01/01/2010

Laborers (Class 05 - See notes) $25.40 $14.56 $39.96 01/01/2011

Laborers (Class 05 - See notes) $25.48 $15.58 $41.06 01/01/2012

Laborers (Class 05 - See notes) $25.54 $16.62 $42.16 01/01/2013

Laborers (Class 06 - See notes) $21.55 $12.65 $34.20 01/01/2009

Laborers (Class 06 - See notes) $22.00 $13.55 $35.55 01/01/2010

Laborers (Class 06 - See notes) $22.24 $14.56 $36.80 01/01/2011

Laborers (Class 06 - See notes) $22.32 $15.58 $37.90 01/01/2012

FOR REFRENCE ONLY

Page 104: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID Becht Hall Conversion Demolition & Hazardous Material Abatement Prevailing Wages

Page 11

Laborers (Class 06 - See notes) $22.38 $16.62 $39.00 01/01/2013

Laborers (Class 07 - See notes) $24.20 $12.65 $36.85 01/01/2009

Laborers (Class 07 - See notes) $24.65 $13.55 $38.20 01/01/2010

Laborers (Class 07 - See notes) $24.99 $14.56 $39.55 01/01/2011

Laborers (Class 07 - See notes) $25.07 $15.58 $40.65 01/01/2012

Laborers (Class 07 - See notes) $25.13 $16.62 $41.75 01/01/2013

Laborers (Class 08 - See notes) $25.70 $12.65 $38.35 01/01/2009

Laborers (Class 08 - See notes) $26.15 $13.55 $39.70 01/01/2010

Laborers (Class 08 - See notes) $26.49 $14.56 $41.05 01/01/2011

Laborers (Class 08 - See notes) $26.57 $15.58 $42.15 01/01/2012

Laborers (Class 08 - See notes) $26.63 $16.62 $43.25 01/01/2013

Operators (Class 01 - see notes) $26.38 $14.44 $40.82 01/01/2009

1 2 3 4 5 6 7

Heavy/Highway

If you can not find a classification under Heavy/Highway, please refer to the Building classifications

Search returned 122 record(s)

Contractor Craft

Hourly

Rate

Fringe

Benefits

Total

Effective

Date

Expiration

Date

Operators (Class 01 - see notes) $27.18 $14.99 $42.17 01/01/2010

Operators (Class 01 - see notes) $27.68 $15.74 $43.42 01/01/2011

Operators (Class 01 - see notes) $28.08 $16.44 $44.52 01/01/2012

Operators (Class 01 - see notes) $28.48 $17.14 $45.62 01/01/2013

Operators (Class 02 -see notes) $26.12 $14.44 $40.56 01/01/2009

Operators (Class 02 -see notes) $26.92 $14.99 $41.91 01/01/2010

Operators (Class 02 -see notes) $27.42 $15.74 $43.16 01/01/2011

Operators (Class 02 -see notes) $27.82 $16.44 $44.26 01/01/2012

Operators (Class 02 -see notes) $28.22 $17.14 $45.36 01/01/2013

Operators (Class 03 - See notes) $22.47 $14.44 $36.91 01/01/2009

Operators (Class 03 - See notes) $23.27 $14.99 $38.26 01/01/2010

Operators (Class 03 - See notes) $23.77 $15.74 $39.51 01/01/2011

Operators (Class 03 - see notes) $24.17 $16.44 $40.61 01/01/2012

Operators (Class 03 - See notes) $24.57 $17.14 $41.71 01/01/2013

Operators (Class 03) $23.77 $15.74 $39.51 01/01/2011

Operators (Class 04 - See notes) $22.01 $14.44 $36.45 01/01/2009

Operators (Class 04 - See notes) $22.81 $14.99 $37.80 01/01/2010

Operators (Class 04 - See notes) $23.31 $15.74 $39.05 01/01/2011

FOR REFRENCE ONLY

Page 105: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID Becht Hall Conversion Demolition & Hazardous Material Abatement Prevailing Wages

Page 12

Operators (Class 04 - See notes) $23.71 $16.44 $40.15 01/01/2012

Operators (Class 04 - See notes) $24.11 $17.14 $41.25 01/01/2013

1 2 3 4 5 6 7

Heavy/Highway

If you can not find a classification under Heavy/Highway, please refer to the Building classifications

Search returned 122 record(s)

Contractor Craft

Hourly

Rate

Fringe

Benefits

Total

Effective

Date

Expiration

Date

Operators (Class 05 - See notes) $21.76 $14.44 $36.20 01/01/2009

Operators (Class 05 - See notes) $22.56 $14.99 $37.55 01/01/2010

Operators (Class 05 - See notes) $23.06 $15.74 $38.80 01/01/2011

Operators (Class 05 - See notes) $23.46 $16.44 $39.90 01/01/2012

Operators (Class 05 - See notes) $23.86 $17.14 $41.00 01/01/2013

Painters Class 1 (see notes) $27.24 $12.81 $40.05 06/01/2009

Painters Class 1 (see notes) $27.84 $13.53 $41.37 06/01/2010

Painters Class 1 (see notes) $27.84 $15.03 $42.87 06/01/2011

Painters Class 1 (see notes) $29.60 $14.56 $44.16 06/01/2012

Painters Class 1 (see notes) $30.38 $15.03 $45.41 06/01/2013

Painters Class 1 (see notes) $30.93 $15.58 $46.51 06/01/2014

Painters Class 2 (see notes) $27.77 $12.81 $40.58 06/01/2009

Painters Class 2 (see notes) $28.38 $13.53 $41.91 06/01/2010

Painters Class 2 (see notes) $28.38 $15.03 $43.41 06/01/2011

Painters Class 2 (see notes) $29.60 $14.56 $44.16 06/01/2012

Painters Class 2 (see notes) $30.38 $15.03 $45.41 06/01/2013

Painters Class 2 (see notes) $30.93 $15.58 $46.51 06/01/2014

Painters Class 3 (see notes) $29.81 $12.81 $42.62 06/01/2009

Painters Class 3 (see notes) $30.48 $13.53 $44.01 06/01/2010

Painters Class 3 (see notes) $30.48 $15.28 $45.76 06/01/2011

1 2 3 4 5 6 7

Heavy/Highway

If you can not find a classification under Heavy/Highway, please refer to the Building classifications

Search returned 122 record(s)

Contractor Craft

Hourly

Rate

Fringe

Benefits

Total

Effective

Date

Expiration

Date

Painters Class 3 (see notes) $31.70 $14.56 $46.26 06/01/2012

Painters Class 3 (see notes) $32.48 $15.03 $47.51 06/01/2013

FOR REFRENCE ONLY

Page 106: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID Becht Hall Conversion Demolition & Hazardous Material Abatement Prevailing Wages

Page 13

Painters Class 3 (see notes) $33.03 $15.58 $48.61 06/01/2014

Painters Class 4 (see notes) $23.79 $12.81 $36.60 06/01/2009

Painters Class 4 (see notes) $24.38 $13.53 $37.91 06/01/2010

Painters Class 4 (see notes) $24.38 $14.93 $39.31 06/01/2011

Painters Class 4 (see notes) $25.36 $14.56 $39.92 06/01/2012

Painters Class 4 (see notes) $25.98 $15.03 $41.01 06/01/2013

Painters Class 4 (see notes) $26.42 $15.58 $42.00 06/01/2014

Painters Class 5 (see notes) $19.28 $12.81 $32.09 06/01/2009

Painters Class 5 (see notes) $19.81 $13.53 $33.34 06/01/2010

Painters Class 5 (see notes) $19.81 $14.67 $34.48 06/01/2011

Painters Class 5 (see notes) $20.61 $14.56 $35.17 06/01/2012

Painters Class 5 (see notes) $21.11 $15.03 $36.14 06/01/2013

Painters Class 5 (see notes) $21.47 $15.58 $37.05 06/01/2014

Piledrivers $28.85 $12.00 $40.85 01/01/2009

Piledrivers $29.95 $12.25 $42.20 01/01/2010

Piledrivers $30.35 $13.10 $43.45 01/01/2011

Piledrivers $30.85 $13.70 $44.55 01/01/2012

Piledrivers $31.45 $14.20 $45.65 01/01/2013

1 2 3 4 5 6 7

Heavy/Highway

If you can not find a classification under Heavy/Highway, please refer to the Building classifications

Search returned 122 record(s)

Contractor Craft

Hourly

Rate

Fringe

Benefits

Total

Effective

Date

Expiration

Date

Steamfitters (Heavy and Highway - Gas

Distribution) $30.27 $26.09 $56.36 05/01/2010

Steamfitters (Heavy and Highway - Gas

Distribution) $34.87 $26.86 $61.73 05/01/2012

1 2 3 4 5 6 7

FOR REFRENCE ONLY

Page 107: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID Becht Hall Conversion Demolition & Hazardous Material Abatement Prevailing Wages

Page 14

Building Notes for 33 County Building Laborers

Allegheny, Armstrong, Beaver, Bedford, Blair, Butler, Cambria, Cameron, Centre, Clarion,

Clearfield, Clinton, Crawford, Elk, Erie, Fayette, Forest, Franklin, Fulton, Greene, Huntingdon,

Indiana, Jefferson, Lawrence, McKean, Mercer, Mifflin, Potter, Somerset, Venango, Warren,

Washington & Westmoreland

BUILDING LABORERS

CLASS 1 - COMMON LABORER

Building Laborer

Brick Removal for Alterations

Carryable Pumps

West Brick Buggy or Similar (Non Self-Propelled)

Stripper and Mover of Forms

As Follows:

A. Cement Masons

B. Footers

C. Forms not to be used on the job

D. Forms that are a Matter of Record

Tool Room Man

All Material Conveyors (Regardless of Power Used Including Starting and Stopping)

Pouring of Mortar or Aggregate into Blocks or Voids

CLASS 2 – SKILLED LABORER

Air Track Helper

West Brick Buggy or Similar (Self-Propelled)

Power Wheelbarrows and Buggies

Walk Behind Forklift or Similar (Self-Propelled)

Wagon Drill Assistant

Drill Runner

Drill Runner's Assistant (Including Drill Mounted on Truck, Track or Similar)

Blaster's Assistant

All Operators of Compacting Equipment

Pipe Layer (5 Feet from the Building or Outside First Connection)

Burner

Jackhammer Man-Concrete Buster

Vibrator Operator

Clay Spade and/or Similar

Gunnite Nozzle Man

Blaster

Concrete Saw Operator

HOD Carrier

FOR REFRENCE ONLY

Page 108: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID Becht Hall Conversion Demolition & Hazardous Material Abatement Prevailing Wages

Page 15

Scaffold Builder

Air Tract Operator

Bell and Bottom Man on Furnaces and Stacks

Grout Machine Feeder and Pump Operator

Gunnite Machine Operator or Similar

Gunnite Machine Potman or Similar

Lancer Assistant

Mortar Mixing Forklift or Similar (Self-Propelled)

GON Drill Assistant

Drill Runner

Drill Runner's Assistant (Including Drill Mounted on Truck, Track or Similar)

Blaster's Assistant

All OPerators of Compacting Equipment

Burner

Jackhammer Man-Concrete Buster

Vibrator Operator

Clay Spade and/or Similar

Gunnite Nozzleman

Blaster

Concrete Saw Operator

HOD Carrier

Scaffold Builder

Air Track Operator

Bell and Bottom Man on Furnaces and Stacks

Grout Machine Feeder and Pump Operator

Gunnite Machine Operator or Similar

Gunnite Machine Potman or Similar

Lancer Assistant

Mortar Mixer

Mortar Mixer Machine (Regradless of Power Used, Including Starting and Stopping)

Wagon Drill Operator

Laser Cleaner

Lancer

CLASS 3

Asbestos Removal or Abatement Laborer

CLASS 4

Watchman and Flagman

Notes for 33 County Heavy and Highway Laborers * (See below)

Allegheny, Armstrong, Beaver, Bedford, Blair, Butler, Cambria, Cameron, Centre, Clarion,

Clearfield, Clinton, Crawford, Elk, Erie, Fayette, Forest, Franklin, Fulton, Greene, Huntingdon,

Indiana, Jefferson, Lawrence, McKean, Mercer, Mifflin, Potter, Somerset, Venango, Warren,

Washington & Westmoreland

FOR REFRENCE ONLY

Page 109: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID Becht Hall Conversion Demolition & Hazardous Material Abatement Prevailing Wages

Page 16

HEAVY AND HIGHWAY

CLASS 1 - COMMON LABORER

Asphalt Curb Sealer

Batcher Man (Weight)

Boatman

Coffer Dam

Drill Runner's Assistant

Fence Construction (Including Fence Machine Operator)

GABION (Erectors and Placers)

Landscape Laborers

Radio Actuated Traffic Control Operator

RIP RAP Work

Sheeters and Shorers (Includes Lagging)

Water Boy

Wood Chipper

Asphald Tamper

Blaster's Assistant

Brakeman

Concrete Curing Pitman, Puddler

Electric Bursh and/or Ginder

Form Stripper and Mover

Hydro Jet Blaster Nozzle Man

Manually Moved Emulsion Sprayer

(Bending, Aligning & Securing)

Scaffolds and Runways

Structural Concrete Top Surfacer

Walk Behind Street Sweeper

Welder's Assistant (Pipeline)

CLASS 2 – SEMI-SKILLED LABORER

Air Tool Operator (All Types)

Railroad Track Work

Burner

Carryable Pumps

Cribbing (Concrete or Steel)

Diamond Head Core Driller

Drill Runner's Assistant (Tunnel)

Highway Slab Reinforcement

Placers (Including Joint and Backer Setters)

Mechanical Joint Sealer; Dope Pot & Tar Kettle

Pipe Layers/Fusion Welders (Regardless of Materials)

Post Hole Auger (2 or 4 Cycle-Hand Operated)

Forklift (Walk Behind)

Asphalt, Batch and Concrete Plant

Operator (Manually Operated)

Caisson Men (Open Air)

Chain Saw Operator (Including Attachments)

Curb Machine Operator (Asphalt or Concrete-Walk Behind)

FOR REFRENCE ONLY

Page 110: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID Becht Hall Conversion Demolition & Hazardous Material Abatement Prevailing Wages

Page 17

Form Setter (Road Forms Line Man)

Hydraulic Pipe Pusher

Liner Plates (Tile and Vitrified Clay)

Mechanical Compacting Equipment Operators

Mortar Mixer (Hand or Machine)

Muckers, Brakeman and All Other Labor (Includes Installation of Utility Lines)

Portable Single Unit Conveyor

Power Wheel Barrows and Buggies

Aid Porter or Similar

Sand Blaster

Vibrator Operator

All Railroad Track Work

Signal Man

CLASS 3 - SKILLED LABORER

HEAVY AND HIGHWAY

Asphalt Luteman/Raker

Blacksmith

Cement Mortar Lining Car Pusher

Cement Mortar Mixer (Pipe Relining)

Concrete Saw Operator (Walk Behind)

Crown Screed Adjuster

Elevated Roadway Drainage Construction

Erector of Overhead Signs

Miners and Drillers (Including Lining M Supporting and Form Workman, Setting of Shields,

Miscellaneous Equipment and Jumbos)

Walk Behind Ditching Machine (Trencher Or Similar)

Blaster

Brick, Stone & Block Pavers and Block Cutters (Wood-Belgian-Asphalt)

Cement Mortar Pipe Reliners

Curb Cutters and Setters

Form Setter (Road Forms-Lead Man)

Gunite or Dry Pack Gun-Nozzle and Machine Man

Grout Machine Operator

Multi-Plate Pipe (Aligning and Securing)

Manhole or Catch Basin Builder

Placing Wire Mesh on Gunnite Projects

Wagon Drill Operator (Air Track or Similar)

Welder

CLASS 4

Reinforcing Steel Placers (Bending, Aligning and Securing - Caldweld)

CLASS 5

High Burner (Any Burning Not Done From Deck)

Elder (Pipeline)

CLASS 6

FOR REFRENCE ONLY

Page 111: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID Becht Hall Conversion Demolition & Hazardous Material Abatement Prevailing Wages

Page 18

Uniformed Flag Person/Signal Person (As per PENN DOT Specifications on Hardhats and Vests)

Watchman

CLASS 7

Toxic/Hazardous Waste Removal Laborer – Level C and D

CLASS 8

Toxic/Hazardous Waste Removal Laborer Levels A and B

*These notes pertain to projects whose rates were determined subsequent to March 23,

2009. Questions regarding rates prior to that date should be directed to the Bureau of

Labor Law Compliance at 1-800-932-0665.

Definitions for Building Operators in the 33 County Area

Allegheny, Armstrong, Beaver, Bedford, Blair, Butler, Cambria, Cameron, Centre, Clarion,

Clearfield, Clinton, Crawford, Elk, Erie, Fayette, Forest, Franklin, Fulton, Greene, Huntingdon,

Indiana, Jefferson, Lawrence, McKean, Mercer, Mifflin, Potter, Somerset, Venango, Warren,

Washington & Westmoreland

GROUP I OPERATORS

BUILDING CONSTRUCTION

CLASS I

Asphalt Paver, Asphalt Roller, Asphalt Plant Operator, Athey Loader, Auger (Truck or Tractor

Mounted), Auto Grader (C.M.I. and similar), Backhoe (180º and 360º swing), Back-Filling Machine,

Batch Plant, Bulldozer, Cable Layer, Cableway, Caisson Drill, Central Mix Plant, Compactor with

Blade, Concrete Pump (all types), Over-Head Crane, Crane (Crawler or Truck Mounted)*, Tower

Crane (Stationary or Climbing Type), Rough Terrain Crane**, Wagon Crane, Crushing and/or

Screening Plant, Derrick Traveler, Derrick (all types)(when assistance is needed it will be an oiler or

apprentice), Derrick Boats, Dragline, Drill (Davey or similar), Dredge, Drill (Well and Core)(Truck or

Skid Mounted), Elevator, Excavating Equipment (all other), Fork Lift (Lull or similar), Franki Pile

Machine (or similar), Guard Post Driver, Gradall (all types), Grader, Elevating Grader, Equipment

Greaser, Helicopter, Helicopter Hoist Operators, Front End Loader, Skid Steer Loader (or similar),

Hoist, Hydraulic Boom Truck, Jumbo Operator, Kocal, Koehring Scooper, Locomotive, Metro Chip

Harvester (or similar), Mix Mobile, Mixer – Paver, Mucking Machine, Multiple Bowl Machines, Pile

Driver (Sonic or similar), Scrapers, Shovels (powered), Slip Form Paver (C.M.I. and similar),

Spreader (Concrete, Asphalt, or Stone), Tire Repairman (when assigned to a jobsite), Tower

Mobile, Tractors (all types), Trencher, Tug Boat, Vermeer Saw, Welder (repairman), Whirley

* Cranes with Boom or Mast length (including jib) 100 ft or over shall be paid an additional $.25

per hour for each 50-foot increment of additional boom and/or jib length)

** An Additional $.25 per hour shall be paid when a jib is attached to the basic boom

FOR REFRENCE ONLY

Page 112: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID Becht Hall Conversion Demolition & Hazardous Material Abatement Prevailing Wages

Page 19

Note: An additional $.25 per hour shall be paid when any crane rated over 15 ton is placed on any

building structure

CLASS II

Ballast Regulator, Boat (material or personnel)(powered), Boiler, Boring Machine, Compressor

(combined with Air Tugger, Air Pump, Gunite Machine, or Sand Blaster ), Concrete Belt Placer,

Concrete Saw, Conveyor, Carry Crane, Crushing/Screening Plants, Curb Builder (self-propelled),

Forklifts (ridden or self-propelled), Form Line Machine, Generator (over 5KW), Grout Pump,

Heaters, Hoist (monorail, roof, one drum-regardless of power used), Huck Machine (or similar),

Hydraulic Jack (single or multiple)(power driven), Ladavator, Mortar Mixer, Mulching Machine,

Pavement Breaker (self-propelled or ridden), Pin Puller (powered), Pipe Cleaning Machine, Pipe

Dream, Power Broom (except push type), Pulverizer, Pumps (regardless of power used),

Roller/Compactor, Refrigeration Plant, Ross Carrier (or similar), Seeding Machine, Slab Lifting

Machine (hydraulic), Spray Cure Machine (power driven), Side Delivery Shoulder Spreader

(attachment), Steam Jenny (or similar), Stone Crusher, Stone Spreader (self-propelled), Siphon

(steam or air), Tie Tamper (multiple heads), Tractor (when used for landscaping, snaking, or

hauling), Truck (Winch)(when hoisting and placing), Tube Finisher (C.M.I. and similar), Tugger,

Water Blaster, Welding Machine, Well Point System

CLASS III

Brakeman, Deck Hand, Helicopter Signalman, Oiler*, Elevator (Alterations & Remodeling

Commercial Buildings), Mechanic’s Assistant

* Oiler on Truck Cranes: Under 50 ton rated capacity shall be paid an additional $.10 per hour over

the Class III base rate, 50 ton up to100 ton shall be paid an additional $.25 per hour over the

Class III base rate, and 100 ton or over shall be paid an additional $1.00 per hour over the Class

III base rate

Definitions for Heavy & Highway Operators in the 33 County Area

Allegheny, Armstrong, Beaver, Bedford, Blair, Butler, Cambria, Cameron, Centre, Clarion,

Clearfield, Clinton, Crawford, Elk, Erie, Fayette, Forest, Franklin, Fulton, Greene, Huntingdon,

Indiana, Jefferson, Lawrence, McKean, Mercer, Mifflin, Potter, Somerset, Venango, Warren,

Washington, & Westmoreland

GROUP 1 OPERATORS

HEAVY & HIGHWAY CONSTRUCTION

CLASS I

Asphalt Paving Machine, Autograder (C.M.I. and similar), Backfiller, Backhoe (360º Swing and 180º

Swing), Cableway, Caisson Drill (Similar to Hugh Williams), Central Mix Plant, Compactor with

Blade, Cooling Plant, Concrete Paving Mixer, Concrete Pump (Self-propelled), Cranes*, Tower

FOR REFRENCE ONLY

Page 113: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID Becht Hall Conversion Demolition & Hazardous Material Abatement Prevailing Wages

Page 20

Cranes (Stationary or Climbing), Derrick, Derrick Boat, Bulldozer (with a gross weight over 25,000

lbs.), Dragline, Dredge, Elevating Grader, Franki Pile Machine, Gradall (remote control or

otherwise), Grader (Power fine grade), Hi-lift or Front End Loader (Bucket 4 cy. and over), Hoist (2

drums or more in 1 unit), Hydraulic Boom Truck (Pivotal Cab), Kocal, Locomotive (Std. Gauge),

Mechanic, Metro-chip Harvester or similar, Milling Machine (Roto Mill or similar), Mix Mobile (with

Self Loading Attachment), Mucking Machine (Tunnel), Pile Driver Machine, Pipe Extrusion Machine,

Pre-splitter Drill (self contained), Refrigeration Plant, Rough Terrain Cranes (25 ton and over),

Rough Terrain Cranes (under 25 ton), Scrapers, Shovel-Power, Slip Form Paver (C.M.I. and

similar), Trenching Machine (30,000 lbs. and over), Trenching Machine (under 30,000 lbs.), Tunnel

Machine (Jarva or similar), Vermeer Saw, Whirley, Working Mechanical Foreman (Class I + $.35)

* Cranes with Boom or Mast length (including jib) 101 ft or over shall be paid an additional $.50

per hour for each 50-foot increment of additional boom and/or jib length)

CLASS II

Asphalt Plant Operator, Auger (Tractor Mounted), Auger (truck mtd.), Belt Loader (Euclid or

similar), Bidwell Concrete Finishing Machine (or similar), Boring Machine, Cable Placer or Layer,

Concrete Batch Plant (Electronically synchronized), Concrete Belt Placer (C.M.I. and similar),

Concrete Finishing Machine and/or Spreader, Concrete Mixer (Over 1 cy.), Concrete Pump

(Stationary), Core Drill (Truck or Skid mounted, similar to Penn Drill), Directional Drills (Over 3,000

lbs. Thrust), Bulldozer (with a gross weight of 25,000 lbs. and under), Ditch Witch-Saw, Force Feed

Loader, Fork Lift (Lull or similar), Grader (Power, except fine grade), Head Grease Unit Operator (1 st on job), Guard Rail Post Driver (Truck or Skid mounted), Hi-lift or Front End Loader (Bucket 4 cy.

and under), Hydraulic Boom Truck (Non-Pivotal Cab), Job Work Boat (powered)(assistants will be

deckhands), Jumbo Operator, Locomotive (narrow gauge), Minor Equipment Operator (4 or more

units), Mucking Machine (not tunnel), Multi-Head Saw or Groover, Over-Head Crane, Power Asphalt

Roller, Ross Carrier, Side Boom or Tractor Mounted Boom, Shuttle Buggy (Asphalt), Skid Steer

Loader, Stone Crusher (Screening Plant-Washing Plants), Stone Spreader (Self Propelled), Truck

Mounted Drill (Davey or similar), Welder, Well Point Pump Operator

CLASS III

Broom Finisher (C.M.I. or similar), Compactors/Rollers (Static or Vibratory) (Self Propelled), Curb

Builder, Minor Equipment Operator (Two or Three units), Multi-Head Tie Tamper, Pavement

Breaker (Self Propelled or Ridden), Soil Stabilizer Machine, Tire Repairman, Tractor (Snaking and

Hauling), Well Driller and Horizontal Winch or “A” Frame Truck (When hoisting and lowering)

CLASS IV

Ballast Regulator, Compressor, Concrecte Mixer (1cy. And under with skip), Concrete Saw (Ridden

or self-propelled, Conveyor, Elavator (material hauling only), Fork-lift (Ridden or Self-propelled),

Form Line Machine, Generator, Grout Pump, Heater (Mechanical), Hoist (Single Drum), Ladavator,

Light Plant, Mulching Machine, Personnel Boat (powered), Pulverizer, Pumps, Seeding Machine,

Spray Cure Machine (Power Driven), Sub-grader, Tie Puller, Tugger, Welding Machine (Gas or

Diesel)

CLASS V

Deckhand, Farm Tractor, Fireman on Boiler, Mechanic’s Helper, Oiler, Power Broom, Side Delivery

Shoulder Spreader (attachment)

FOR REFRENCE ONLY

Page 114: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID Becht Hall Conversion Demolition & Hazardous Material Abatement Prevailing Wages

Page 21

ASBESTOS REMOVAL -- ASBESTOS WORKER/LABORER

AMENDED FOR 11/21/97

The removal of asbestos containing materials should be handled as follows:

1. The removal of all insulation materials, whether they contain asbestos or not, from

mechanical systems (pipes, boilers, ducts, flues, breachings, etc.) will be recognized as

work to be classified as Asbestos Worker.

2. On all mechanical systems (pipes, boilers, ducts, flues, breachings, etc.) that are going to

be scrapped, the removal of all insulating material, whether they contain asbestos or not,

will be classified as Laborers.

3. The removal of all asbestos containing materials from walls, ceilings, floors, columns and all

other non-mechanical structures and surfaces, etc., will be held to the classification of

Laborers (with the exception of roofing materials).

4. The term "removal" shall not include sealing, labeling and dropping of scrap material into

appropriate containers. After the drop, the final disposal will be classified as Laborers.

5. The loading at the designated area of all materials that have been removed, bagged and

tagged, as well as clean-up and all unloading, burying and other work required at the

disposal site should be classified as Laborers.

Notes for Building, Heavy, Highway Truckdriver

Truckdriver Class 1

Single Axle

Truckdrivers Class 2

Tandem

Tri-Axle

Semi-Trailer (Combination)

Truckdrivers Class 3

Speciality Vehicles

FOR REFRENCE ONLY

Page 115: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID Becht Hall Conversion Demolition & Hazardous Material Abatement Prevailing Wages

Page 22

Management Relations > Labor Law Compliance

Painters Notes for Building, Heavy, Highway Painters

Cameron, Crawford, Forest, Potter & Warren Counties

Painters Class 1 - Industrial Rates (Heavy/Highway)

Painters Class 2 - Commercial Rates (Building)

Allegheny, Fayette, Greene & Washington Counties

Painters Class 1 - Industrial Brush & Roll (Heavy/Highway)

Painters Class 2 - Industrial Sandblast & Spray (Heavy/Highway)

Painters Class 3 - Bridge, Hot Stack, & Transmission Towers (Heavy/Highway)

Painters Class 4 - Painter Tender I (Heavy/Highway)

Painters Class 5 - Painter Tender II (Heavy/Highway)

Painters Class 6 - Commercial Painting & Paperhanging (Building)

Armstrong, Beaver, Bedford, Blair, Butler, Cambria, Centre, Clarion, Clearfield, Elk,

Fulton, Huntingdon, Indiana, Jefferson, Juniata, Lawrence, Mercer, Mifflin, Somerset,

Venango & Westmoreland Counties

Painters Class 1 - Industrial Brush & Roll (Heavy/Highway)

Painters Class 2 - Industrial Sandblast & Spray (Heavy/Highway)

Painters Class 3 - Bridge, Hot Stack, & Transmission Towers (Heavy/Highway)

Painters Class 4 - Painter Tender I (Heavy/Highway)

Painters Class 5 - Painter Tender II (Heavy/Highway)

Painters Class 6 - Commercial Painting & Paperhanging (Building)

Bucks, Chester, Delaware, Montgomery & Philadelphia Counties

Painters Class 1 - Brush, Roller & Spray

Painters Class 2 - Bridge

Painters Class 3 - Wallcoverer

FOR REFRENCE ONLY

Page 116: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID Becht Hall Conversion Demolition & Hazardous Material Abatement Prevailing Wages

Page 23

Adams, Berks, Bradford, Carbon, Clinton, Columbia, Cumberland, Dauphin, Franklin,

Lackawanna, Lancaster, Lebanon, Lehigh, Luzerne, Lycoming, Monroe, Montour,

Northampton, Northumberland, Perry, Pike, Schuylkill, Snyder, Sullivan, Susquehanna,

Tioga, Union, Wayne, Wyoming & York Counties

Painters Class 1 - Commercial*

Painters Class 2 - Industrial (includes Structural Steel, Industrial Spray & Sandblasting)*

Painters Class 3 - Bridge*

* $1.00per hour above the rate for all classifications for work done in the following

manner: Steel, Spray, Epoxy, HIPAC Coatings, Catalyzed Epoxy, Urethanes, Removers, Swing,

Basket, and Sandblasting

Clinton County

Painters Class 1 - Spray

Painters Class 2 - Brush & Roller

FOR REFRENCE ONLY

Page 117: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID – Becht Hall Renovations Section 01010 – Summary

Demolition & Hazardous Materials Abatement Page 1 of 7

SECTION 01010 - SUMMARY

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. The section "Special Requirements" forms a part of this section by this reference thereto and shall

have the same force and effect as if printed herewith in full. The Contract Drawings and the Standard

Form of Agreement apply to this Section.

B. Requirements of Sections in Division 1 apply to the Work of all Sections in the Specifications.

1.2 SCOPE OF WORK

A. The Becht Hall Renovations – CL-698.5 REBID Demolition and Hazardous Material Abatement

consist of the removal of selected building materials and all ACM (asbestos containing material) as

noted in the drawings, specification and Owner provided reports and direction. Building materials to

be removed include, but not limited too, interior plaster and/or gypsum board on interior wood

partitions, all ceramic wall tile, all loose peeling paint on exterior masonry walls (interior side),

specific millwork, all ceilings, all finish floor materials, miscellaneous window treatments, storm

windows, non-ACM building insulation, toilet partitions, casework and loose items, all plumbing

fixtures, supply piping and associated above grade/slab sanitary piping, all fire protection sprinklers,

branch and main lines off of the existing fire risers in the three (3) stair enclosures, all HVAC

equipment back to the campus steam line such as, but not limited to, radiators, piping, etc., and all

electrical equipment such as, but not limited to, light fixtures, ceiling fans, panels, devices, wiring,

conduit, hangers and braces, except as specifically noted otherwise. Electrical power from the existing

exterior pad mounted transformer back to an existing electric panel, the existing fire risers in the three

(3) stair enclosures, associated fire hose connections at each floor of the stair enclosures, and existing

fire service equipment in the basement are to remain. Specific equipment, referenced in the project

manual and/or drawing are to be removed and delivered to the Owner. ACM includes, but not limited

too, plaster wall & patching, ceilings, floor tile, pipe insulation, mastic material and contaminated soil.

B. All construction work shown on the contract drawings and not expressly mentioned in the

specifications and all work specified and not shown on the drawings but obviously necessary to the

proper execution of same shall be performed by the Contractor, as it is not the intent to delineate or

describe every detail and feature of work. No additions to the Contract Sum will be approved for any

materials, equipment and/or labor to perform work hereunder unless it can be clearly shown to be

beyond the scope and intent of the drawings and specifications and absolutely essential to the proper

execution of the work.

C. The Professional for this project is Perfido Weiskopf Wagstaff + Goettel.

1. Professional Representative: Joseph Filar, AIA, LEED AP, (412)-391-2684, ext. 257.

E-mail, [email protected]

D. The University Project Representative for this Project is Mr. David Fagan, (814)-393-2453, E-Mail,

[email protected].

FOR REFRENCE ONLY

Page 118: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID – Becht Hall Renovations Section 01010 – Summary

Demolition & Hazardous Materials Abatement Page 2 of 7

E. In the event of questions or disputes as to the intent or meaning of the Contract Drawings or

Specifications, the Professional will give an interpretation, and said interpretation will be final and

binding.

F. Contractors shall carefully examine the drawings and specifications for all Divisions and Sections of the

Work. If any discrepancies occur between the drawings, or between the drawings and specifications, the

Contractor shall report such discrepancies to the University Project Representative in writing and obtain

written instructions as to the manner in which to proceed. No departures from the Contractor Drawings

will be made without prior written approval.

G. All bidders are urged to attend a pre-bid conference to review and verify existing conditions involved in

this project. The pre-bid conference will be held in the McEntire Conference Room, Wilson Avenue,

Clarion University, Clarion, PA, at the date and time specified in the Notice to Contractors. This pre-bid

meeting will be the only site visit conducted by the University and the only review of plans and

specifications.

H. Subcontractors: No later than ten (10) days subsequent to the full execution of the Agreement, the

Contractor shall furnish the Architect or Owner’s representative, in writing, with (1) the name and trade

for each Subcontractor and (2) the names of all persons or entities proposed as manufacturers of the

products identified in the Specifications (including those who are to furnish materials or equipment

fabricated to a special design), and where applicable, the name of the Installing Contractor.

I. Summary by references: The work of this Contract can be summarized by reference to the Agreement,

General Provisions, Special Requirements, Specification Sections as listed in the Table of Contents of the

Project Manual, Drawings as listed in the List of Drawings, Addenda and Modifications to the Contract

Documents issued subsequent to the initial printing of this Project Manual, and including but not

necessarily limited to printed matter referenced by any of these. It is recognized that work of Contract is

also unavoidably affected or influenced by governing regulations, natural phenomena including weather

conditions, and other forces outside the Contract Documents.

J. Liquidated Damages: In the event the Contractor does not achieve Substantial Completion within the

Contract Time, including approved extensions, the Contractor shall pay the Owner, as liquidated damages

and not as a penalty, the contractual amount of one thousand dollars ($1000) per each day the actual time

performance exceeds the authorized Contract Time.

1.3 STIPULATIONS

A. Contractors shall verify all existing conditions at the job site prior to bidding. Field conditions shall

take precedence over data contained in these plans and specifications.

B. Contractors shall notify the University Project Representative in writing of any difference between

field conditions and these plans and specifications at the time of the pre-bid visit. No additional

payment will be made for claims that arise from the lack of knowledge of existing conditions.

1.4 PERMITS AND INSPECTIONS

A. Include in the Contract Sum the cost of obtaining all permits and inspections for the Project.

B. Contractor is responsible for obtaining and complying with all approvals necessary from local, State

and Federal approval and inspection agencies.

FOR REFRENCE ONLY

Page 119: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID – Becht Hall Renovations Section 01010 – Summary

Demolition & Hazardous Materials Abatement Page 3 of 7

1.5 CONTRACTOR USE OF PREMISES

A. General: Contractor shall have use of premises for demolition & abatement operations, including use

of project site & construction lay down area, during work period. Contractor's use of premises is

limited only by University's right to perform work or to retain other contractors on portions of Project

or allow for University occupancy of areas adjacent to the project site.

1. Unless otherwise authorized by University Project Representative, keep driveways and

entrances serving the site clear and available to University and University's employees. Use of

these areas for parking or storage of materials will not be permitted except where specifically

allowed by the University. Schedule deliveries to minimize space and time requirements for

storage of materials and equipment on the site.

a. The contractor shall utilize a construction lay down area, as indicated on the

drawings, .

b. The contractor is responsible for the grass cutting and maintenance within the fenced

construction lay down area. Grass shall be cut and area maintained on a weekly

basis. No exceptions.

2. Use of the Existing Building: Maintain the building in safe and usable condition consistent

with salvage, abatement activities. Take precautions necessary to protect buildings, grounds,

and occupants adjacent to the project site during the abatement period.

a. The contractor shall obtain, maintain portable restroom facilities. Type and location

to be approved by the University Project Representative.

B. Do not interfere with the work of other contractors doing work for the University, nor obstruct any

thoroughfare or access to property and as not to impede vehicular and pedestrian traffic, except as may

be authorized by duly constituted authority. Work in accordance with Borough, County, and State

requirements.

C. Access and Parking:

1. There is no parking on campus for contractor employees. Parking will be available at the Rhea

Lumber site at the corner of Wood & Grand Avenue and at Memorial Stadium, in the area

identified by the University Project Representative.

2. Access the site for delivery of materials or equipment only from locations designated by the

University Project Representative. Contractor shall protect the walkways and grounds adjacent

to the project site from unnecessary traffic and delivery passage.

3. Any damage to property, grounds or walkways adjacent to the project site during this

abatement shall be restored to its original state at no additional cost to the University.

4. Do not obstruct footway and utility connections.

5. Keep fire hydrants adjacent to the Project accessible at all times. Place no materials or

obstructions within twenty (20) feet of any such hydrant, or at greater distance, which may be

required by law or ordinance.

FOR REFRENCE ONLY

Page 120: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID – Becht Hall Renovations Section 01010 – Summary

Demolition & Hazardous Materials Abatement Page 4 of 7

6. Use parking and staging areas as directed by the Professional or Owner’s representative.

D. The location of existing utilities and equipment is shown in an approximate way only and has not been

independently verified by the University or its representative. The Contractor shall determine the

exact location of all existing items before commencing work, and agrees to be fully responsible for

any and all damages that might be occasioned by the Contractor's failure to exactly locate and

preserve any and all items.

E. The Contractor is limited to use areas that are within the designated temporary fenced in area

(construction lay down area) for storage and staging areas. The Contractor shall provide a dumpster

for depositing trash. No areas outside of the designated temporary fenced in areas are to be used for

storage or staging.

F. The Contractor shall be permitted to use existing electric power, gas and water from the site.

G. The Contractor shall be permitted to erect a temporary office structure within the designated

temporary fenced in areas.

1.6 REMOVAL

A. All items removed from the existing structure as required during demolition & abatement shall be

done in a neat and workmanlike manner.

1. Refer to Division 2 Section "ASBESTOS ABATEMENT" for the removal and disposal of

hazardous waste.

2. Refer to Division 2 Section 'SELECTIVE STRUCTURE DEMOLITION' for the removal of

selected items.

1.7 PROTECTION OF PROPERTY

A. Protect areas and facilities adjacent to the areas of demolition & abatement, utility lines, adjacent

buildings, adjacent site improvements and landscaping outside the project area from damage caused

by operations at the site. Repair damage thereto caused by Contractor, Contractors' workers,

Contractors' Subcontractors, or their workers at Contractors' expense; and restored as nearly as

possible to original conditions, to the satisfaction of the University Project Representative.

1. Existing building systems such as, but not limited too, university steam & condensate lines and

some electrical components, shall remain operational throughout the demolition & abatement

work. Refer to Division 2 Section 'SELECTIVE STRUCTURE DEMOLITION'.

B. Existing shrubbery adjacent to the demolition & abatement site shall be protected from damage during

the course of this contract. Any required pruning of shrubbery for working clearance will be done

only after prior approval by the University Project Representative.

C. Protect roads (Wood Street is a Clarion Borough street & Page is a Clarion University street), adjacent

sidewalks and repair damage caused by Contractors or Subcontractors. Comply with governing

authority for the use of roads.

D. Roof areas immediately on the exterior of the demolition & abatement site shall be protected from

damage any time there is a need for employees or materials to be on the Project’s roofed area.

FOR REFRENCE ONLY

Page 121: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID – Becht Hall Renovations Section 01010 – Summary

Demolition & Hazardous Materials Abatement Page 5 of 7

E. Chutes for disposal of materials shall be of sufficient strength to allow conveyance of materials

without failure of the chute components or damage to property or systems yet to be demolished.

1. The removal of any existing exterior opening (window and/or door) shall be reviewed by the

University Project Representative. If the location is accepted, the existing window and/or door

is to be removed carefully without harm of the rough opening, salvaged, stored in a safe, cool

dry place within the building. The rough opening shall be framed with rough lumber to protect

the perimeter of the opening.

2. At the completion of the project, the existing opening shall be covered and sealed with a

weather tight exterior grade plywood.

1.8 SCHEDULING

A. The starting work for this project is with the contractor receiving the Notice to Proceed from Clarion

University. The Initial Job Conference will be established at that time.

B. All work on this project must be completed within 120 calendar days of the issuance of the Notice to

Proceed.

C. The Contractor shall prepare a schedule of his specified work on a bar chart with sufficient detail of

activities so that: (1) no single activity on the chart shall have a duration greater than 10 days and (2)

as a minimum the activity listing shall define the sequence of abatement operations by floor level and

areas. This sequence of abatement shall be reviewed and approved by the independent industrial

hygienist (Air Monitoring) Contractor before being submitted to the Professional or Owner’s

representative. These operations shall also be reflected in the listings in the construction cost

breakdown. The schedule shall be completed prior to the Initial Job Conference, and reviewed at that

Conference. The Contractor shall sign the completed schedule at the Initial Job Conference.

D. The Contractors' work schedule must have the approval of the Director, Facilities Planning, or his

designated representative so that work can be coordinated with Physical Plant operations, academic

class scheduling, and other contractors.

E. Occupancy: Facilities immediately adjacent to the Project site will be occupied and in operation

throughout the term of this Contract.

F. Apart from requirements related to submittal of the Schedule of Operations, the Contractor shall

provide the following submittals to the University Project Representative in accordance with Sections

01300 and 01370 for approval on or before the Initial Job Conference.

G. Access to the basement of Moore Hall and to the Becht Steam Room/Steam Tunnel shall be

accommodated at all times. The clear access and egress to these locations shall all so be maintained at

all times.

1.9 WORKING HOURS

A. The working hours on this contract shall be between 7:00 AM and 4:00 PM Mondays through Fridays,

except for the following observed holidays: Memorial Day, July 4, 2013, Labor Day, Thanksgiving

Day, Christmas Day, and New Years Day. Approval for additional hours or hours at times other than

these will rest with the University Project Representative. The Contractor shall provide a minimum of

72 hours notification (3 work-days) when requesting a change in work schedule.

FOR REFRENCE ONLY

Page 122: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID – Becht Hall Renovations Section 01010 – Summary

Demolition & Hazardous Materials Abatement Page 6 of 7

1.10 DELIVERY & STORAGE

A. All equipment and materials required to complete this project are to be shipped directly to the

Contractors' place of business and will not be accepted or stored by the System. Areas available for

storage after project begins shall be designated by the System at the first job conference.

1.11 SCAFFOLDING, FENCING AND SAFETY EQUIPMENT

A. Contractors shall furnish, at their own cost and expense, all scaffolding, fencing, trestles, ladders,

platforms, barriers, lights, and all other equipment that is required for the execution of the work under

its own contract.

1. Site fencing are to be fixed panels secured with stakes.

a. Sizes permitted:

1) 6' high and 8' wide

2) 6' high and 10' wide

3) 6' high and 12' wide

b. Frame constructed of galvanized 1-3/8" diameter, 065 wall tubing.

c. 11-1/2" gauge galvanized fence fabric with 2-1/4" mesh.

d. Galvanized saddle clamps, nuts, bolts used to attach panels together.

e. Horizontal mid-rail and vertical upright in center of panel for extra strength.

f. Stands measure approximately 16" x 36".

g. Stands made of same 1-3/8" diameter tubing with slightly smaller uprights for panels

to fit over.

h. All joints are to be welded and sprayed with a galvanized paint to cover any exposed

metal.

2. Site fence gates to be of the same material of the fencing, lockable with multiple locks.

a. Jamb posts to be anchored in concrete,

b. Tension bands and bolts secure stretch to frame.

c. 9 gauge aluminum tie wires are used at top and bottom.

d. Hinges to be industrial butt.

e. Latches: bolt on, industrial gate latches.

3. Site fencing to remain as property of the University after the completion of the project.

4. The contractor shall modify the fence layout per the direction of the University's representative.

5. Temporary lighting, at the corridors of all floors, including the basement, to remain as property

of the University after the completion of the project.

1.12 ENVIRONMENTAL QUALITY CONTROL

A. Contractor shall comply with all statutes and regulations of the Commonwealth of Pennsylvania

concerning environmental quality control administered by the Department of Environmental

Resources. The Contractor shall be solely responsible for any violations and shall be responsible for

securing all required permits.

FOR REFRENCE ONLY

Page 123: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID – Becht Hall Renovations Section 01010 – Summary

Demolition & Hazardous Materials Abatement Page 7 of 7

B. Burning of materials on site is prohibited. The Contractor shall remove material from project site and

dispose of same in a manner acceptable to the Air Pollution Control Engineer and the Solid Waste

Coordinator.

C. Storage, collection, transportation, processing and final disposal of solid waste shall be in accordance

with regulations and standards of the Solid Waste Management Act of the Department of

Environmental Resources. Immediately upon notice of award of the contract, the Contractor shall

apply for necessary permit from Department of Environmental Resources and conduct waste disposal

on sites approved under this permit. A copy of this permit must be submitted to the industrial

hygienist (Air Auditing) Contractor before commencing waste disposal.

1.13 SUPERVISION

A. The Contractor shall submit for approval a resume of the job superintendent's qualifications. The

resume shall include the individual's name, years of experience in the trade, years of experience as a

superintendent, years employed by the Contractor, and the contract amounts of the two highest dollar-

value jobs on which the proposed superintendent has been employed in that position by the

Contractor. The University reserves the right to unilaterally determine the acceptability of the

proposed superintendent or job foreman.

1.14 CLEAN-UP AND RESTORATION OF SITE

A. At the conclusion of the project, all site areas damaged by storage functions, temporary office

location, utility connections, and other similar areas of work, shall be restored to original condition by

the Contractor who occupies that area during the project or does the work, which caused the original

condition to be altered. Work to include fill for depressed areas, seeding for bare grass areas, re-

paving of damaged areas and other items to restore existing site to original condition at no additional

cost to the University.

B. All refuse shall be removed from the project site to an approved dumping site. University waste

disposal facilities cannot be used.

PART 2 - PRODUCTS (NOT USED)

PART 3 - EXECUTION (NOT USED)

END OF SECTION 01010

FOR REFRENCE ONLY

Page 124: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID – Becht Hall Renovations Section 01026 - Unit Prices

Demolition & Hazardous Materials Abatement Page 1 of 3

SECTION 01026 – UNIT PRICES

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. The section “Special Requirements” forms a part of this section by reference thereto and shall have the

same force and effect as if printed herewith in full. The Contract Drawings and the Standard Form of

Agreement apply to this Section.

1.2 SUMMARY

A. This Section specifies administrative and procedural requirements for unit prices.

1. A unit price is an amount proposed by Bidders and stated on the Bid Form as a piece per unit of

measurement for materials or services that will be added to or deducted from the contract sum

by change order in the event the estimated quantities of work required by the contract documents

are increased or decreased.

2. Unit prices include all necessary material, overhead, profit and applicable taxes.

3. Refer to individual specification sections for construction activities requiring the establishment

of unit prices. Methods of measurement and payment for unit prices are specified in those

sections.

4. Schedule: A “Unit Price Schedule” is included at the end of this section. Specifications sections

referenced in the schedule contain requirements for materials and methods described under each

unit price. The System reserves the right to reject the contractor’s measurement of work-in-

place that involves use of established unit prices, and to have this work measured by an

independent surveyor acceptable to the contractor at the System’s expense.

PART 2 - PRODUCTS (NOT USED)

PART 3 - EXECUTION

A. Unit Price Schedule: Estimated quantities (+/- 15%) of asbestos containing materials (ACM).

ITEM

NO. DESCRIPTION

UNIT OF

MEASURE

QUANTITIY

IN BASE BID

ADD / DEDUCT

UNIT COST

A1. Insulation on 5” Steam Line & 3”

Condensate Return Line – 10 feet beyond

the outside face of the exterior wall at the

Campus Steam Tunnel.

LF 10 LF $_________/LF

A2. Basement Crawl Space A, Contaminated

Soil

SF @ a

depth of 4"

1,950 SF $_________/SF

FOR REFRENCE ONLY

Page 125: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID – Becht Hall Renovations Section 01026 - Unit Prices

Demolition & Hazardous Materials Abatement Page 2 of 3

ITEM

NO. DESCRIPTION

UNIT OF

MEASURE

QUANTITIY

IN BASE BID

ADD / DEDUCT

UNIT COST

A3. Basement Crawl Space B, Contaminated

Soil

SF @ a

depth of 4"

1,120 SF $_________/SF

A4. Basement Crawl Space C, Contaminated

Soil

SF @ a

depth of 4"

1,225 SF $_________/SF

A5. Basement Crawl Space D, Contaminated

Soil

SF @ a

depth of 4"

5,317 SF $_________/SF

$_________/SF A6. Mech Room B5, Fiber Paper SF 300 SF $_________/SF

A7. Basement Hall – B4 and Basement

Mechanical Room – B3, Gray Drywall &

Joint Compound associated with Gray

Drywall

SF 1,000 SF $_________/SF

A8. Basement Hall – B4 and Basement

Mechanical Room – B3, Brown Drywall &

Joint Compound associated with Brown

Drywall

SF 2,800 SF $_________/SF

A9. Basement Hall – B4, Transite (assumed) SF 3 SF $_________/SF

A10. Generator – B3A, Flex Joint on Emergency

Generator (assumed)

SF 2 SF $_________/SF

A11. Room 20, Plaster on entire inside face of

exterior wall, interior walls and ceilings

SF 1,010 SF $_________/SF

A12. Room 20A, Plaster on entire inside face of

exterior wall, interior walls and ceilings

SF 1,010 SF $_________/SF

A13. Room 35, 12” Tan/Mauve Floor Tile SF 108 SF $_________/SF

A14. Flashing Tar – Storage near Room 211. SF All flashings $_________/SF

A15. Room 13 (115), Grey floor tile SF 297 SF $_________/SF

A16. Room 18 & 19, Floor tile SF 316 SF $_________/SF

A17. Room 16 & 17, Floor tile SF 528 SF $_________/SF

A18. Room 203 – Plaster on walls & ceiling(s) SF 710 SF $_________/SF

A19. Room 204 – Plaster on walls & ceiling(s) SF 806 SF $_________/SF

A20. Room 206 – Plaster on walls & ceiling(s) SF 820 SF $_________/SF

FOR REFRENCE ONLY

Page 126: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID – Becht Hall Renovations Section 01026 - Unit Prices

Demolition & Hazardous Materials Abatement Page 3 of 3

ITEM

NO. DESCRIPTION

UNIT OF

MEASURE

QUANTITIY

IN BASE BID

ADD / DEDUCT

UNIT COST

A21. Room 207 – Plaster on walls & ceiling(s) SF 675 SF $_________/SF

A22. Room 210 – Plaster on walls & ceiling(s) SF 840 SF $_________/SF

A23. Room 212 – Plaster on walls & ceiling(s) SF 840 SF $_________/SF

A24. Room 217 – Plaster on walls & ceiling(s) SF 750 SF $_________/SF

A25. Room 218 – Plaster on walls & ceiling(s) SF 900 SF $_________/SF

A26. Second floor, Ironing Room – Plaster on

walls & ceiling(s)

SF 305 SF $_________/SF

A27. Second floor, entire south corridor wall, off

east wing – Plaster on walls & ceiling(s)

SF 950 SF $_________/SF

A28. Floor Tile – Throughout 1

st floor SF 1

st Flr – 2,230 SF $_________/SF

A29. Floor Tile – Throughout 2nd

floor SF 2nd

Flr – 10,250

SF

$_________/SF

A30. Floor Tile – Throughout 3rd

floor SF 3rd

Flr – 10,235

SF

$_________/SF

A31. Floor Tile – Throughout 4th floor SF 4

th Flr – 5,425 SF $_________/SF

END OF SECTION 01026

FOR REFRENCE ONLY

Page 127: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID – Becht Hall Renovations Section 01027 –Applications for Payment

Demolition & Hazardous Materials Abatement Page 1 of 3

SECTION 01027 - APPLICATIONS FOR PAYMENT

PART 1 – GENERAL

1.1 RELATED DOCUMENTS

A. The section “Special Requirements” forms a part of this section by reference thereto and shall have the

same force and effect as if printed herewith in full. The Contract Drawings and the Standard Form of

Agreement apply to this Section.

1.2 SUMMARY

A. This Section specifies administrative and procedural requirements governing each prime Contractor's

Applications for Payment.

1. Coordinate the Schedule of Values and Applications for Payment with the Contractor's

Construction Schedule, List of Subcontracts, and Submittal Schedule.

2. Contractor shall submit itemized application typed on AIA Document G702, Application and

Certificate for Payment, and Continuation Sheet G703.

3. The Contractor's Demolition Schedule and Submittal Schedule are included in Section 01300

"Submittals".

1.3 APPLICATIONS FOR PAYMENT

A. Each Application for Payment shall be consistent with previous applications and payments as certified

by the University Project Representative and paid for by the University.

1. The initial Application for Payment, the Application for Payment at time of Substantial

Completion, and the final Application for Payment involve additional requirements.

B. Payment Application Times: The date for each progress payment shall be coordinated with the

University's invoice payment cycle. The University Project Representative shall provide no later than

the initial job conference date a list of dates for Contractors' submission of Applications for Payment.

C. Payment Application Forms: Use AIA Document G 702 and Continuation Sheets G 703 as the form

for Application for Payment.

D. Application Preparation: Complete every entry on the form, including notarization and execution by

person authorized to sign legal documents on behalf of the Contractor. Incomplete applications will

be returned without action.

1. Entries shall match data on the Schedule of Values and Contractor's Demolition Schedule. Use

updated schedules if revisions have been made.

2. Include amounts of Change Orders and Demolition Change Directives issued prior to the last

day of the construction period covered by the application.

FOR REFRENCE ONLY

Page 128: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID – Becht Hall Renovations Section 01027 –Applications for Payment

Demolition & Hazardous Materials Abatement Page 2 of 3

E. Transmittal: Submit 3 Original Certified copies of each Application for Payment to the University

Project Representative by means ensuring receipt within 24 hours. Transmit each copy with a

transmittal form listing attachments, and recording appropriate information related to the application

in a manner acceptable to the University Project Representative.

F. Initial Application for Payment: Administrative actions and submittals that must precede or coincide

with submittal of the first Application for Payment include the following:

1. List of subcontractors.

2. List of principal suppliers.

3. Schedule of Values.

4. Contractor's Demolition Schedule (preliminary if not final).

5. Schedule of unit prices.

6. Submittal Schedule (preliminary if not final).

7. List of Contractor's staff assignments.

8. List of Contractor's principal consultants.

9. Copies of permits

10. Copies of authorizations and licenses from governing authorities for performance of the Work.

11. Initial progress report.

12. Report of pre-construction meeting.

13. Certificates of insurance and insurance policies.

G. Payment for Stored Materials: To receive payment for stored materials, there must be a determination

by the System, in writing that the materials and/or equipment are critical to the Project. This shall be

accomplished using the System's Permission to Store Materials Form. Payment shall be conditioned

upon the Contractor's submission of Bills-of-Sale Forms (provided by the System) to establish the

System's title to the material and/or equipment which remain under the custody and control of the

Contractor regardless of the exclusions in the insurance policies as required under the System's Bill-

of-Sale Form.

H. Application for Payment at Substantial Completion: Following issuance of the Certificate of

Substantial Completion, submit an Application for Payment; this application shall reflect any

Certificates of Partial Substantial Completion issued previously. Administrative actions and

submittals that shall precede or coincide with this application include:

1. Final cleaning.

2. Application for reduction of retainage, and consent of surety.

3. Advice on shifting insurance coverages.

4. Final progress photographs.

5. List of incomplete Work, recognized as exceptions to Certificate of Substantial Completion.

I. Final Payment Application: Administrative actions and submittals which must precede or coincide

with submittal of the final payment Application for Payment include the following:

1. Completion of Project closeout requirements.

2. Completion of items specified for completion after Substantial completion.

3. Assurance that unsettled claims will be settled.

4. Assurance that Work not complete and accepted will be completed without undue delay.

5. Transmittal of required Project demolition records to System.

6. Proof that taxes, fees and similar obligations have been paid.

7. Removal of temporary facilities and services.

8. Removal of surplus materials, rubbish and similar elements.

FOR REFRENCE ONLY

Page 129: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID – Becht Hall Renovations Section 01027 –Applications for Payment

Demolition & Hazardous Materials Abatement Page 3 of 3

PART 2 - PRODUCTS (NOT USED)

PART 3 - EXECUTION (NOT USED)

END OF SECTION 01027

FOR REFRENCE ONLY

Page 130: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID – Becht Hall Renovations Section 01035 - Modification Procedures

Demolition & Hazardous Materials Abatement Page 1 of 2

SECTION 01035 - MODIFICATION PROCEDURES

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. The section “Special Requirements” forms a part of this section by reference thereto and shall have the

same force and effect as if printed herewith in full. The Contract Drawings and the Standard Form of

Agreement apply to this Section.

1.2 SUMMARY

A. This section specifies administrative and procedural requirements for handling and processing

Contract modifications. Also see General Conditions, Rider B, "Changes in the Work" and Section

01370, "Schedule of Values".

B. Related Sections: The following sections contain requirements that relate to this section:

1. Division 1 Section 01300, "Submittals" for requirements for the Contractor's Demolition

Schedule.

2. Division 1 Section 01027, "Application for Payment" for administrative procedures governing

applications for payment.

1.3 MINOR CHANGES IN THE WORK

A. Supplemental instructions authorizing minor changes in the Work, not involving an adjustment to the

Contract Sum or Contract Time, will be issued by the University on the System's Change Order Form.

1.4 CHANGE ORDER PROPOSAL REQUESTS

A. University-Initiated Proposal Requests: Proposed changes in the Work that will require adjustment to

the Contract Sum or Contract Time will be issued by the University on the University Construction

Change Order Form, with a detailed description of the proposed change and supplemental or revised

Drawings and Specifications, if necessary.

1. Proposal requests issued by the University are for information only. Do not consider them as

instructions either to stop work in progress, or to execute the proposed change.

2. Unless otherwise indicated in the proposal request, within 10 days of receipt of the proposal

request, submit to the University an estimate of cost necessary to execute the proposed change.

a. Include a list of quantities of products to be purchased and unit costs, along with the

total amount of purchases to be made. Where requested, furnish data to substantiate

quantities.

b. Indicate delivery charges, equipment rental, and amounts of trade discounts.

c. Include a statement indicating the effect the proposed change in the Work will have

on the Contract Time.

d. Contractors shall use the Schedule of Values in establishing prices submitted for

changes.

FOR REFRENCE ONLY

Page 131: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID – Becht Hall Renovations Section 01035 - Modification Procedures

Demolition & Hazardous Materials Abatement Page 2 of 2

B. Proposal Request Form: Forms will be provided by the University at or before the Initial Job

Conference.

1.5 CHANGE ORDER PROCEDURES

A. Upon the University's approval of a Change Order Proposal Request, the University will issue a

Change Order for signatures of the University, the Professional, if applicable to the Contract, and the

Contractor as provided in the Conditions of the Contract.

PART 2 - PRODUCTS (NOT USED)

PART 3 - EXECUTION (NOT USED)

END OF SECTION 01035

FOR REFRENCE ONLY

Page 132: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID – Becht Hall Renovations Section 01050 – Field Engineering

Demolition & Hazardous Materials Abatement Page 1 of 2

SECTION 01050 - FIELD ENGINEERING

PART 1 - GENERAL

a.1 RELATED DOCUMENTS

A. The Section “Special Requirements” forms a part of this section by this reference thereto and shall

have the same force and effect as if printed herewith in full. The Contract Drawings and the Standard

Form of Agreement apply to this section.

1.2 GENERAL

A. The Contractor shall provide and pay for field engineering services required for the Project.

1. Survey work required in execution of the Project.

2. Civil, structural or other professional engineering services specified, or required to verify the

Contractor's demolition methods.

1.3 QUALIFICATIONS OF SURVEYOR ENGINEER

A. Qualified registered professional engineer or registered land surveyor, acceptable to Contractor and

University.

1.4 SURVEY REFERENCE POINT

A. Locate and protect control points defining rights of way and property lines, prior to starting work;

preserve all permanent reference points during construction.

1. Do not change or relocate without prior written notice to University Project Representative.

2. Report to University Project Representative when any reference point is lost or destroyed, or

requires relocation because of necessary changes in grades or locations.

3. Require surveyor to replace Project control points which may be lost or destroyed.

1.5 PROJECT SURVEY REQUIREMENTS

A. Establish lines and levels, locate and lay out, by instrumentation and similar appropriate means:

1. Stakes for grading, fill and topsoil placement.

2. Utility slopes and invert elevations.

FOR REFRENCE ONLY

Page 133: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID – Becht Hall Renovations Section 01050 – Field Engineering

Demolition & Hazardous Materials Abatement Page 2 of 2

1.6 VERIFICATION OF DEMOLITION SEQUENCE AND DESIGN OF BARRIERS

B. The sequence of demolition shall be reviewed and approved and sealed by a professional structural

engineer registered in the Commonwealth of Pennsylvania before being submitted to the University.

The review shall verify the demolition does not lead to an unplanned collapse.

C. All street barriers shall be designed or reviewed by a professional structural engineer registered in

the Commonwealth of Pennsylvania. The street barriers shall be sealed by the professional

engineer before submittal to the university.

1.7 RECORDS

A. Maintain a complete, accurate log of all control and survey work as it progresses.

1.8 SUBMITTALS

A. Submit name and address of surveyor and professional engineer to the University Project

Representative.

B. On request of the University Project Representative, submit documentation to verify accuracy of field

engineering work.

C. Submit certificate signed by registered engineer or surveyor certifying that elevations and locations of

improvements are in conformance, or non-conformance with the Contract Documents.

D. Submit verification of demolition sequence and design of barriers reviewed and sealed by the

professional engineer.

PART 2 - PRODUCTS (NOT USED)

PART 3 - EXECUTION (NOT USED)

END OF SECTION 01050

FOR REFRENCE ONLY

Page 134: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID – Becht Hall Renovations Section 01095 – Reference Standards and Definitions

Demolition & Hazardous Materials Abatement Page 1 of 2

SECTION 01095 - REFERENCE STANDARDS AND DEFINITIONS

PART 1 -GENERAL

1.1 RELATED DOCUMENTS

A. The section “Special Requirements” forms a part of this section by reference thereto and shall have the

same force and effect as if printed herewith in full. The Contract Drawings and the Standard Form of

Agreement apply to this Section.

1.2 DEFINITIONS

A. Indicated: The term "indicated" refers to graphic representations, notes or schedules on the Drawings,

or other Paragraphs or Schedules in the Specifications, and similar requirements in the Contract

Documents. Where terms such as "shown," "noted," "scheduled", and "specified" are used, it is to

help the reader locate the reference; no limitation on location is intended.

B. Directed: Terms such as "directed," "requested," "authorized," "selected," "approved," "required," and

"permitted" mean "directed by the Engineer," "requested by the Engineer," and similar phrases.

C. Approve: The term "approved," where used in conjunction with the Engineer's action on the

Contractor's submittals, applications, and requests, is limited to the Engineer's duties and

responsibilities as stated in the Conditions of the Contract.

D. Regulation: The term "Regulation" includes laws, ordinances, statutes, and lawful orders issued by

authorities having jurisdiction, as well as rules, conventions, and agreements within the construction

industry that control performance of the Work.

E. Furnish: The term "furnish" is used to mean "supply and deliver to the Project site, ready for

unloading, unpacking, assembly, installation, and similar operations."

F. Install: The term "install" is used to describe operations at project site including the actual "unloading,

unpacking, assembly, erection, placing, anchoring, applying, working to dimension, finishing, curing,

protecting, cleaning, and similar operations."

G. Provide: The term "provide" means "to furnish and install, complete and ready for the intended use."

1. Project Site is the space available to the Contractor for performance of demolition activities,

either exclusively or in conjunction with others performing other work as part of the Project.

2. Testing Laboratories: A "testing laboratory" is an independent entity engaged to perform

specific inspections or tests, either at the Project Site or elsewhere, and to report on and, if

required, to interpret results of those inspections or tests. See Section 01400, "Quality Control

Services".

FOR REFRENCE ONLY

Page 135: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID – Becht Hall Renovations Section 01095 – Reference Standards and Definitions

Demolition & Hazardous Materials Abatement Page 2 of 2

1.3 SUBMITTALS

A. Permits, Licenses, and Certificates: For the University’s records, submit copies of permits, licenses,

certifications, inspection reports, releases, jurisdictional settlements, notices, receipts for fee

payments, judgments, and similar documents, correspondence, and records established in conjunction

with compliance with standards and regulations bearing upon performance of the Work.

PART 2 - PRODUCTS (NOT USED)

PART 3 - EXECUTION (NOT USED)

END OF SECTION 01095

FOR REFRENCE ONLY

Page 136: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID – Becht Hall Renovations Section 01200 - Project Meetings

Demolition & Hazardous Materials Abatement Page 1 of 2

SECTION 01200 - PROJECT MEETINGS

PART 1 - GENERAL

A. RELATED DOCUMENTS

A. The section “Special Requirements” forms a part of this section by reference thereto and shall have the

same force and effect as if printed herewith in full. The Contract Drawings and the Standard Form of

Agreement apply to this Section.

B. SUMMARY

A. This Section specifies requirements for Project Meetings including frequency, Contractor attendance,

and agenda.

C. FREQUENCY

A. Project meetings shall be conducted by the University Project Representative on a bi-weekly basis

beginning with the date set for the Initial Job Conference. Special meetings for specific purposes may

be called at the discretion of the University Project Representative more frequently than every two

weeks if project requirements appear to deem it necessary to do so.

1.4 ATTENDANCE

A. The Contractor shall be represented at Project Meetings by an authority who has been previously

approved by the University in accordance with provisions set forth in the General Conditions and

Special Requirements. The representative must be authorized to commit the Contractor and his/her

related subcontractors or suppliers to a course of action.

1.5 AGENDA

A. Each project meeting shall cover the following topics as a minimum.

1. Minutes of the previous meeting.

2. Job Conditions.

3. Administrative issues.

4. Job Progress to date and schedule review/coordination.

5. Job Progress over the upcoming two weeks.

6. Safety.

7. Delays

8. Percentage of completion by Inspection, time elapsed, and payment.

9. Date of next Project Meeting.

FOR REFRENCE ONLY

Page 137: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID – Becht Hall Renovations Section 01200 - Project Meetings

Demolition & Hazardous Materials Abatement Page 2 of 2

PART 2 - PRODUCTS (NOT USED)

PART 3 - EXECUTION (NOT USED)

END OF SECTION 01200

FOR REFRENCE ONLY

Page 138: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5REBID – Becht Hall Renovations Section 01300 - Submittals

Demolition & Hazardous Materials Abatement Page 1 of 2

SECTION 01300 - SUBMITTALS

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. The section “Special Requirements” forms a part of this section by reference thereto and shall have the

same force and effect as if printed herewith in full. The Contract Drawings and the Standard Form of

Agreement apply to this Section.

B. Related requirements specified in other sections of this Division:

1. Section 01010 - Summary of Work

2. Section 01027 - Applications for Payment

3. Section 01400 - Quality Control Services

4. Section 01600 - Materials and Equipment

5. Section 01741 - Construction Waste Management

6. Section 01813 - Sustainable Design Requirements

1.2 SUMMARY

A. This Section specifies requirements for transmitting all submittals.

1.3 PROCEDURE

A. Shop Drawings, Project Data, Samples, and Catalog Cuts:

1. The Contractor shall convey all submittals to the University Project Representative using a

cover Letter of Transmittal. The Letter of Transmittal shall list the submittal number, Project

Number, related specification sections to which each item in the submittal is responding, and

date of submittal. With the exception of resubmissions, every Letter of Transmittal a

Contractor provides shall have a unique and sequential submittal number. Letters of

Transmittal which cover resubmissions shall carry the original submittal number. Submittals

shall be conveyed in a maximum of three days transfer time.

2. The Contractor's Notice to Proceed and Section 01010 of the Contract shall specify instructions

for each Contractor to forward all submittals in time for review and approval/disapproval on or

before the date of the Initial Job Conference.

3. Each item in a submittal shall contain the project name, current date, contractor's initialed

approval, and space for University's initialed approval and remarks. This information shall

appear on each piece of data submitted.

4. Where no special drafting is involved, such as cuts of standard equipment, catalog cuts, and

other material printed in quantity, the printed matter may be submitted instead of

transparencies.

5. Shop drawings shall include a Letter of Transmittal as described in paragraph (1) above and

shall itemize the submitted drawings. All other submissions shall be accompanied by a Letter

of Transmittal which shall cover required forms or information that convey a contractor's

request for approval.

FOR REFRENCE ONLY

Page 139: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5REBID – Becht Hall Renovations Section 01300 - Submittals

Demolition & Hazardous Materials Abatement Page 2 of 2

6. Contractors shall obtain approval of materials and subcontractors through the submission of the

CUP Form SC-1, Request for Approval of Material and/or Subcontractors and using an

appropriately numbered Letter of Transmittal as the cover document. Lists of subcontractors

shall be submitted on separate forms from those containing materials. Similarly, separate

forms must also be used for welders.

7. When samples are required, contractors shall submit them using the Letter of Transmittal

which includes the previously described information. The University Project Representative

shall complete the CUP Form SC-2, Record of Inspection and Approval of Samples, to indicate

approval or disapproval and return the form to the Contractor.

8. The Contractor shall provide the number of copies of shop drawings, project data, samples or

catalog cuts as designated in the Contract to the University Project Representative.

9. The University Project Representative shall retain a copy of the approved submissions, or a

detailed notation for resubmission if required. Remaining copies shall be returned to the

Contractor. No portion of work covered by the submission can commence until the required

submission has been approved.

10. If the contractor is required to resubmit shop drawings, project data, samples, or catalog cuts,

they shall make the required modifications to the drawings or project data, or obtain modified

samples for review and approval. The contractor's Letter of Transmittal for resubmission shall

bear the original submittal number, shall clearly indicate that the material covered is a

resubmission, and shall include notations regarding the requested changes from the original

submission. It shall also contain special notes of any other changes made relative to the

original submission.

11. When submittals are noted as "approved" for compliance with contract documents, the

contractor shall have sufficient sets of final shop drawings or project datum prepared to

accommodate the distribution listing noted in the Contract, apart from copies provided to the

Project Representative. Direction on distribution of approved samples will be based on the

nature of the material.

12. Coordination drawings, if specified, shall be processed in accordance with the Contract.

However, sleeves and openings for the work in any deck, concrete slab or wall shall furnish to

the University Project Representative, a complete set of location sketch drawings in triplicate

showing size and shape of openings. The contractor shall be responsible for reviewing the

drawings to ensure that there will be no interference and/or conflict in his portion of the work.

When the review is finalized, the contractor shall submit the coordinated drawings to the

University Project Representative in a final workable form.

13. Upon submission of specified coordination drawings to the University Project Representative,

the previously described procedure for shop drawing, project data, sample, and catalog cut

approval shall be followed. The contractor will be responsible to see that the chases and

openings affecting his work are installed in accordance with the drawings approved by the

University Project Representative and subsequently submitted to the lead contractor. The

contractor shall construct or have built into building walls, partitions and floors all such chases

and openings as are required by the University Project Representative in this process.

PART 2 - PRODUCTS (NOT USED)

PART 3 - EXECUTION (NOT USED)

END OF SECTION 01300

FOR REFRENCE ONLY

Page 140: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID – Becht Hall Renovations Section 01370 – Schedule of Values

Demolition & Hazardous Materials Abatement Page 1 of 2

SECTION 01370 - SCHEDULE OF VALUES

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. The section “Special Requirements” forms a part of this section by reference thereto and shall have the

same force and effect as if printed herewith in full. The Contract Drawings and the Standard Form of

Agreement apply to this Section.

1.2 SUMMARY

A. Submit a Schedule of Values allocated to the various portions of the work. Schedule of Values may

be referred to elsewhere in Contract Documents as Contract Cost Breakdown.

B. Schedule of Values shall be submitted to the University at the earliest feasible date, but in no case

later than the Initial Job Conference.

1.3 COORDINATION

A. Coordinate preparation of Schedule of Values with preparation of demolition schedule as described in

the Special Requirements.

B. Line items in Schedule of Values shall be correlated with other required administrative schedules and

forms, including following:

1. Contractor's demolition schedule.

2. Application for payment form.

3. List of Subcontractors.

4. List of products.

5. List of principal suppliers

6. Schedule of submittals.

C. Mobilization costs applicable to this project shall be listed on the Schedule of Values Form, AIA

Document G703, as follows:

1. Contractor's Field Office

2. Utilities separately listed for offices and temporary facilities.

3. Bonds

1.4 FORM AND CONTENT

A. Prepare schedule of values on AIA Document G703, latest edition.

B. Include the following Project identification on schedule of values.

FOR REFRENCE ONLY

Page 141: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID – Becht Hall Renovations Section 01370 – Schedule of Values

Demolition & Hazardous Materials Abatement Page 2 of 2

1. Project name and location.

2. Name of University Project Representative.

3. Project number.

4. Contractors name and address.

5. Date of submittal.

C. Breakdown Contract Sum in sufficient detail to facilitate continued evaluation of applications for

payment and progress reports. Principal subcontract amounts shall be broken down into a level of

detail satisfactory to the University Representative.

1. Follow the table of contents of this Project Manual, including the detailed Table of Contents, as

a guide for listing component items.

a. For items on which progress payments will be requested for stored materials, break

down value into following:

1) The cost of the materials, delivered and unloaded, with taxes paid.

2) The total installed value, less the cost of materials.

3) The sum of all values listed in the schedule shall equal the total Contract Sum.

Round all values to the nearest dollar.

D. Unit costs in the Schedule of Values shall also be used in establishing prices for Change Orders or

Construction Change Directives.

E. Update and resubmit the Schedule of Values when Change Orders or Demolition Change Directives

result in a change in the Contract Sum.

PART 2 - PRODUCTS (NOT USED)

PART 3 - EXECUTION (NOT USED)

END OF SECTION 01370

FOR REFRENCE ONLY

Page 142: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID – Becht Hall Renovations Section 01400 - Quality Control Services

Demolition & Hazardous Materials Abatement Page 1 of 3

SECTION 01400 - QUALITY CONTROL SERVICES

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. The section “Special Requirements” forms a part of this section by reference thereto and shall have the

same force and effect as if printed herewith in full. The Contract Drawings and the Standard Form of

Agreement apply to this Section.

1.2 SUMMARY

A. This Section specifies administrative and procedural requirements for quality control services.

B. Quality control services include inspections and tests and related actions including reports, performed

by independent agencies, governing authorities, and Contractor. They do not include Contract

enforcement activities performed by University or Engineer.

C. Inspection and testing services are required to verify compliance with requirements specified or

indicated. These services do not relieve Contractor of responsibility for compliance with Contract

Document requirements.

D. Specific quality control requirements for individual construction activities are specified in Sections

that specify those activities. Those requirements, including inspections and tests, cover production of

standard products as well as customized fabrication and installation procedures.

E. Inspections, tests and related actions specified are not intended to limit Contractor's quality control

procedures that facilitate compliance with Contract Document requirements.

F. Requirements for Contractor to provide quality control services required by University or authorities

having jurisdiction are not limited by provisions of this Section.

1.3 RESPONSIBILITIES

A. Provide inspections, tests, and similar quality control services, specified in individual Specification

Sections and required by governing authorities, except where they are specifically indicated to be the

University's responsibility, or are provided by another identified entity; these services include those

specified to be performed by an independent agency and not by Contractor. Include costs for these

services in Contract Sum.

1. The university shall provide an independent inspection/testing/monitoring contractor to verify

the air quality, and to verify the asbestos has been removed. This independent

inspection/testing/monitoring contractor will verify if the removed asbestos remains

independent of the non-friable material.

B. Retesting: Retest where results of required inspections, tests or similar services prove unsatisfactory

and do not indicate compliance with Contract Document requirements, regardless of whether original

FOR REFRENCE ONLY

Page 143: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID – Becht Hall Renovations Section 01400 - Quality Control Services

Demolition & Hazardous Materials Abatement Page 2 of 3

test was Contractor's responsibility. Cost for retesting construction that is revised or replaced by

Contractor is Contractor's responsibility.

C. Associated services: Cooperate with agencies performing required inspections, tests, and similar

services and provide reasonable auxiliary services. Notify agency a minimum of three (3) work days

in advance of operations to permit assignment of personnel. Auxiliary services required include but

are not limited to following:

1. Providing access to the work and furnishing incidental labor and facilities necessary to

facilitate inspections and tests.

2. Taking adequate quantities of representative samples of materials that require testing or

assisting the agency in taking samples.

3. Providing facilities for storage and curing of test samples, and delivery of samples to testing

laboratories.

4. Providing agency with a preliminary design mix proposed for use for materials mixes that

require control by testing agency.

5. Security and protection of samples and test equipment at Project site.

D. Duties of testing agency: Independent testing agency engaged to perform inspections, sampling, and

testing of materials and construction, as specified in individual Specification Sections, shall cooperate

with University and Contractor in performance of its duties, and shall provide qualified personnel to

perform required inspections and tests.

1. Testing agency shall notify University Project Representative and Contractor promptly of

irregularities or deficiencies observed in the work during performance of its services. Testing

agency shall respond to questions submitted by the University as they relate to the testing

procedures and interim results.

2. Testing agency is not authorized to release, revoke, alter, or enlarge requirements of Contract

Documents, or approve or accept any portion of the work.

3. Testing agency shall not perform any duties of Contractor.

E. Coordination: Coordinate sequence of activities with each agency engaged to perform inspections,

tests, and similar services to accommodate required services with a minimum of delay. In addition,

coordinate activities to avoid necessity of removing and replacing construction to accommodate

inspections and tests.

1. Schedule times for inspections, tests, taking samples, and similar activities. Notify University

Project Representative three (3) working days in advance of tests.

1.4 SUBMITTALS

A. Submit a certified written report of each inspection, test, or similar service through Contractor, in

duplicate.

1. Submit additional copies of each written report directly to governing authority, when authority

so directs.

2. Report data: Written reports of each inspection, test, or similar service shall include, but not be

limited to following:

a. Date of issue.

FOR REFRENCE ONLY

Page 144: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID – Becht Hall Renovations Section 01400 - Quality Control Services

Demolition & Hazardous Materials Abatement Page 3 of 3

b. Project title and number.

c. Name, address, and telephone number of testing agency.

d. Dates and locations of samples and tests or inspections.

e. Names of individuals making the inspection or test.

f. Designation of the work and test method.

g. Identification of product and Specification Section.

h. Complete inspection or test data.

i. Test results and an interpretations of test results.

j. Ambient conditions at time of sample-taking and testing.

k. Comments or professional opinion as to whether inspected or tested work complies

with Contract Document requirements.

l. Name and signature of laboratory inspector.

m. Recommendations on retesting.

1.5 QUALITY ASSURANCE

A. Engage inspection and testing service agencies, including independent testing laboratories, which are

prequalified as complying with "Recommended Requirements for Independent Laboratory

Qualification" by American Council of Independent Laboratories, and which specialize in types of

inspections and tests to be performed.

B. Use only independent inspection and testing agencies having jurisdiction to operate in the

Commonwealth of Pennsylvania.

PART 2 - PRODUCTS (NOT USED)

PART 3 - EXECUTION

3.1 REPAIR AND PROTECTION

A. Upon completion of inspection, testing, sample-taking, and similar services, repair damaged

construction and restore substrates and finishes to eliminate deficiencies in visual qualities of exposed

finishes.

B. Protect construction exposed by or for quality control service activities, and protect repaired

construction.

C. Repair and protection is Contractor's responsibility, regardless of assignment of responsibility for

inspection, testing, or similar services.

END OF SECTION 01400

FOR REFRENCE ONLY

Page 145: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5REBID –Becht Hall Renovations Section 01501 - Safety

Demolition & Hazardous Materials Abatement Page 1 of 1

SECTION 01501 - SAFETY

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. The section "Special Requirements" forms a part of this section by this reference thereto and shall

have the same force and effect as if printed herewith in full. The Contract Drawings and the Standard

Form of Agreement apply to this Section.

1.2 SUMMARY

A. This section emphasizes certain safety condition that must be maintained during construction.

1.3 SAFETY REQUIREMENTS DURING CONSTRUCTION

A. CONTRACTOR AND PUBLIC PROTECTION

1. Open ditches must be fenced. Where walks cross ditches, bridged walkways must be provided

with rails on both sides. Bridged walkways must be adequately lighted at night.

2. Temporary walks and roads should be surfaced by number 2 crushed stone if they are to be in

public use.

3. Walks and roadways used by both Contractor and the public shall be kept in repair and cleared

by the Contractor at least once each day and more often as conditions require.

4. Adequate covering and shielding shall be provided for areas needing protection from

equipment or falling objects, where the public utilizes walkways, roadways, or entrances that

are adjacent to construction, pass under construction scaffolding, or pass near building edges.

5. Fire Hydrants must be accessible for fire fighting purposes. Obstructions are not to be placed

on or within 15 feet of fire hydrants

6. Temporary heating units of any type must be adequately protected and attended.

7. Contractor's Facilities. All temporary construction sheds, trailers, and flammable liquid storage

areas belonging to Contractors shall be so placed on the construction site to minimize any

danger to University property and the public.

8. System Consultation. The System is available for consultation regarding the above items and

any other safety matter.

END OF SECTION 01501

FOR REFRENCE ONLY

Page 146: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID – Becht Hall Renovations Section 01600 - Materials and Equipment

Demolition & Hazardous Materials Abatement Page 1 of 5

SECTION 01600 - MATERIALS AND EQUIPMENT

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. The section “Special Requirements” forms a part of this section by reference thereto and shall

have the same force and effect as if printed herewith in full. The Contract Drawings and the

Standard Form of Agreement apply to this Section.

1.2 SUMMARY

A. This Section specifies administrative and procedural requirements governing the Contractor's

selection of products for use in the Project.

B. The Contractor's Construction Schedule and the Schedule of Submittals are included under

Section "Submittals."

C. Refer to Section 01095 - Standards for applicability of industry standards to products specified.

D. Administrative procedures for handling requests for substitutions made after the award of the

Contract are included under Section 01631 - Product Substitutions.

1.3 DEFINITIONS

A. Definitions used in this Article are not intended to change the meaning of other terms used in the

Contract Documents, such as "specialties," "systems," "structure," "finishes," "accessories," and

similar terms. Such terms are self-explanatory and have well recognized meanings in the

construction industry.

1. "Products" are items purchased for incorporation in the Work, whether purchased for the

Project or taken from previously purchased stock. The term "product" includes the terms

"material," "equipment," "system," and terms of similar intent.

a. "Named Products" are items identified by manufacturer's product name,

including make or model designation, indicated in the manufacturer's published

product literature, that is current as of the date of the Contract Documents.

b. "Foreign Products", as distinguished from "domestic products," except where

defined in the General Conditions.

2. "Materials" are products that are substantially shaped, cut, worked, mixed, finished, refined

or otherwise fabricated, processed, or installed to form a part of the Work.

3. "Equipment" is a product with operational parts, whether motorized or manually operated,

that requires service connections such as wiring or piping.

FOR REFRENCE ONLY

Page 147: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID – Becht Hall Renovations Section 01600 - Materials and Equipment

Demolition & Hazardous Materials Abatement Page 2 of 5

1.4 SUBMITTALS

A. Product List Schedule: Prepare a schedule showing products specified in a tabular form

acceptable to the Professional. Include generic names of products required. Include the

manufacturer's name and proprietary product names for each item listed. Coordinate the product

list schedule with the Contractor's Construction Schedule and the Schedule of Submittals.

B. Form: Prepare the product listing schedule with information on each item tabulated under the

following column headings:

1. Related Specification Section number.

2. Generic name used in Contract Documents.

3. Proprietary name, model number and similar designations.

4. Manufacturer's and name and address.

5. Supplier's name and address.

6. Installer's name and address.

7. Projected delivery date, or time span of delivery period.

C. Initial Submittal: Within 30 days after the Notice to Proceed, or as otherwise designated by the

University Project Representative, submit 3 copies of an initial product list schedule. Provide a

written explanation for omissions of data, and for known variations from Contract requirements.

At the Contractor's option, the initial submittal may be limited to product selections and

designations that must be established early in the Contract period.

D. Completed Schedule: Within 60 days after Notice to Proceed, or as otherwise designated by the

University Project Representative, submit 3 copies of the completed product list schedule.

Provide a written explanation for omissions of data, and for known variations from Contract

requirements.

E. Professional's Action: The Professional will respond in writing to the Contractor within 2 weeks

of receipt of the completed product list schedule. No response within this time period constitutes

no objection to listed manufacturers or products, but does not constitute a waiver of the

requirement that products comply with Contract Documents. The Professional's response will

include a list of unacceptable product selections, containing a brief explanation of reasons for this

action.

1.5 QUALITY ASSURANCE

A. Source Limitations: To the fullest extent possible, provide products of the same kind, from a

single source.

B. Compatibility of Options: When the Contractor is given the option of selecting between two or

more products for use on the Project, the product selected shall be compatible with products

previously selected, even if previously selected products were also options.

1. Each prime Contractor is responsible for providing products and construction methods that

are compatible with products and construction methods of other prime or separate

Contractors.

FOR REFRENCE ONLY

Page 148: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID – Becht Hall Renovations Section 01600 - Materials and Equipment

Demolition & Hazardous Materials Abatement Page 3 of 5

2. If a dispute arises between prime Contractors over concurrently selected, but incompatible

products, the Professional will determine which products shall be retained and which are

incompatible and must be replaced.

C. Foreign Product Limitations: Reference the Special Requirements for Foreign Product

Limitations.

D. Nameplates: Except for required labels and operating data, do not attach or imprint

manufacturer's or producer's nameplates or trademarks on exposed surfaces of products which will

be exposed to view in occupied spaces or on the exterior.

1. Labels: Locate required product labels and stamps on a concealed surface or, where

required for observation after installation, on an accessible surface that is not conspicuous.

2. Equipment Nameplates: Provide a permanent nameplate on each item of service-

connected or power-operated equipment. Locate on an easily accessible surface which is

inconspicuous in occupied spaces. The nameplate shall contain the following information

and other essential operating data:

a. Name of product and manufacturer.

b. Model and serial number.

c. Capacity.

d. Speed.

e. Ratings.

1.6 PRODUCT DELIVERY, STORAGE, AND HANDLING

A. Deliver, store and handle products in accordance with the manufacturer's recommendations, using

means and methods that will prevent damage, deterioration and loss, including theft.

1. Schedule delivery to minimize long-term storage at the site and to prevent overcrowding of

construction spaces.

2. Coordinate delivery with installation time to ensure minimum holding time for items that

are flammable, hazardous, easily damaged, or sensitive to deterioration, theft and other

losses.

3. Deliver products to the site in the manufacturer's original sealed container or other

packaging system, complete with labels and instructions for handling, storing, unpacking,

protecting and installing.

4. Inspect products upon delivery to ensure compliance with the Contract Documents, and to

ensure that products are undamaged and properly protected.

5. Store products at the site in a manner that will facilitate inspection and measurement of

quantity or counting of units.

6. Store heavy materials away from the Project structure in a manner that will not endanger

the supporting construction.

7. Store products subject to damage by the elements above ground, under cover in a

weathertight enclosure, with ventilation adequate to prevent condensation. Maintain

temperature and humidity within range required by manufacturer's instructions.

a. Store fabricated products above ground, on blocking or skids; prevent soiling or

staining. Cover products which are subject to deterioration with impervious sheet

coverings; provide adequate ventilation to avoid condensation.

FOR REFRENCE ONLY

Page 149: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID – Becht Hall Renovations Section 01600 - Materials and Equipment

Demolition & Hazardous Materials Abatement Page 4 of 5

PART 2 - PRODUCTS

2.1 PRODUCT SELECTION

A. General Product Requirements: Provide products that comply with the Contract Documents, that

are undamaged and, unless otherwise indicated, unused at the time of installation.

1. Provide products complete with all accessories, trim, finish, safety guards and other

devices and details needed for a complete installation and for the intended use and effect.

2. Standard Products: Where available, provide standard products of types that have been

produced and used successfully in similar situations on other projects.

B. Product Selection Procedures: Product selection is governed by the Contract Documents and

governing regulations, not by previous Project experience. Procedures governing product

selection include the following:

1. Proprietary Specification Requirements: Where only a single product or manufacturer, and

applicable model number, is listed, the Contractor shall only provide that product. In this

case, the System has approved the product, system, or manufacturer as a proprietary source

in the best interest of the System and no substitution will be permitted.

2. Non-Proprietary Specifications: Where the contract documents name two (2) or more

products, listing the manufacturers and, as applicable, model numbers, the Contractor shall

provide one (1) of those products named to be incorporated into the work unless a product

substitution has been approved and issued as an addendum during the bidding period, or a

product substitution has been approved under the procedures listed in Section 01631-

Product Substitutions.

3. Descriptive Specification Requirements: Where Specifications describe a product or

assembly, listing exact characteristics required, with or without use of a brand or trade

name, provide a product or assembly that provides the characteristics and otherwise

complies with Contract requirements.

4. Performance Specification Requirements: Where Specifications require compliance with

performance requirements, provide products that comply with these requirements, and are

recommended by the manufacturer for the application indicated. General overall

performance of a product is implied where the product is specified for a specific

application. Manufacturer's recommendations may be contained in published product

literature, or by the manufacturer's certification of performance.

5. Compliance with Standards, Codes and Regulations: Where the Specifications only

require compliance with an imposed code, standard or regulation, select a product that

complies with the standards, codes or regulations specified.

6. Visual Matching: Where Specifications require matching an established Sample, the

Professional's decision will be final on whether a proposed product matches satisfactorily.

7. Where no product available within the specified category matches satisfactorily and also

complies with other specified requirements, comply with provisions of the Contract

Documents concerning "substitutions" for selection of a matching product in another

product category, or for noncompliance with specified requirements.

8. Visual Selection: Where specified product requirements include the phrase "...as selected

from manufacturer's standard colors, patterns, textures..." or a similar phrase, select a

product and manufacturer that complies with other specified requirements. The

Professional will select the color, pattern and texture from the product line selected.

FOR REFRENCE ONLY

Page 150: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID – Becht Hall Renovations Section 01600 - Materials and Equipment

Demolition & Hazardous Materials Abatement Page 5 of 5

PART 3 - EXECUTION

3.1 INSTALLATION OF PRODUCTS:

A. Comply with manufacturer's instructions and recommendations for installation of products in the

applications indicated. Anchor each product securely in place, accurately located and aligned with

other Work. Clean exposed surfaces and protect as necessary to ensure freedom from damage and

deterioration at time of Substantial Completion.

END OF SECTION 01600

FOR REFRENCE ONLY

Page 151: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID – Becht Hall Renovations Section 01631 – Product Substitutions

Demolition & Hazardous Materials Abatement Page 1 of 3

SECTION 01631 - PRODUCT SUBSTITUTIONS

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. The section “Special Requirements” forms a part of this section by reference thereto and shall

have the same force and effect as if printed herewith in full. The Contract Drawings and the

Standard Form of Agreement apply to this Section.

1.2 SUMMARY

A. This Section specifies administrative and procedural requirements for handling requests for

substitutions after the award of the Contract.

B. The Contractor's Construction Schedule and the Schedule of Submittals are included under

Section "Submittals."

C. Refer to Section 01095 - Reference Standards for applicability of industry standards to products

specified.

1.3 DEFINITIONS

A. Definitions used in this Article are not intended to change or modify the meaning of other terms

used in the Contract Documents.

B. Substitutions: Requests for changes in products, materials, equipment, and methods of

construction required by Contract Documents proposed by the Contractor after the award of the

Contract are considered "requests for substitutions." The following are not considered

substitutions:

1. Substitutions requested by Bidders during the bidding period, submitted to the design

professional a minimum of 5 calendar days prior to the date set for receipt of bid proposals.

Those product substitutions that are accepted will be published in an addendum and

accepted prior to the award of the Contract, and therefore are considered to be included in

the Contract Documents and are not subject to requirements specified in this Section.

2. Revisions to Contract Documents requested by the System or Professional after the Notice

to Proceed.

3. Specified options of products and construction methods included in Contract Documents.

4. The Contractor's determination of and compliance with governing regulations and orders

issued by governing authorities.

FOR REFRENCE ONLY

Page 152: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID – Becht Hall Renovations Section 01631 – Product Substitutions

Demolition & Hazardous Materials Abatement Page 2 of 3

PART 2 - PRODUCTS

2.1 SUBSTITUTIONS

A. Conditions: The Contractor's "request for substitution" will be received and considered by the

Professional when one or more of the following conditions are satisfied, as determined by the

Professional; otherwise, requests will be returned without action except to record noncompliance

with these requirements.

1. Extensive revisions to Contract Documents are not required.

2. Proposed changes are in keeping with the general intent of Contract Documents.

3. The request is timely, fully documented and properly submitted.

4. In addition, at least one of the following conditions must be satisfied:

a. The specified product or method of construction cannot be provided within the

Contract Time. The request will not be considered if the product or method

cannot be provided as a result of failure to pursue the Work promptly or

coordinate activities properly.

b. The specified product or method of construction cannot receive necessary

approval by a governing authority, and the requested substitution can be

approved.

c. A substantial advantage is offered the System, in terms of cost, time, energy

conservation or other considerations of merit, after deducting offsetting

responsibilities the System may be required to bear. Additional responsibilities

for the System may include additional compensation to the Professional for

redesign and evaluation services, increased cost of other construction by the

System or separate Contractors, and similar considerations.

d. The specified product or method of construction cannot be provided in a manner

that is compatible with other materials, and where the Contractor certifies that

the substitution will overcome the incompatibility.

e. The specified product or method of construction cannot be coordinated with

other materials, and where the Contractor certifies that the proposed substitution

can be coordinated.

f. The specified product or method of construction cannot provide a warranty

required by the Contract Documents and where the Contractor certifies that the

proposed substitution provide the required warranty.

g. Where a proposed substitution involves more than one prime Contractor, each

Contractor shall cooperate with the other Contractors involved to coordinate the

Work, provide uniformity and consistency, and to assure compatibility of

products.

5. The Contractor's submittal and Professional's acceptance of Shop Drawings, Product Data

or Samples that relate to construction activities not complying with the Contract

Documents, does not constitute an acceptable or valid request for substitution, nor does it

constitute approval.

2.2 SUBMITTALS

A. Substitution Request Submittal: In all cases, the Contractor must provide a product substitution

that meets any stated salient features or performance criteria listed in the technical specifications.

FOR REFRENCE ONLY

Page 153: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID – Becht Hall Renovations Section 01631 – Product Substitutions

Demolition & Hazardous Materials Abatement Page 3 of 3

1. Submit 3 copies of each request for substitution for consideration. Submit requests in the

form and in accordance with procedures required for Change Order proposals.

2. Identify the product, or the fabrication or installation method to be replaced in each

request. Include related Specification Section and Drawing numbers. Provide complete

documentation showing compliance with the requirements for substitutions, and the

following information, as appropriate:

a. Product Data, including Drawings and descriptions of products, fabrication and

installation procedures.

b. Samples, where applicable or requested.

c. A detailed comparison of significant qualities of the proposed substitution with

those of the Work specified. Significant qualities may include elements such as

size, weight, durability, performance and visual effect.

d. Coordination information, including a list of changes or modifications needed to

other parts of the Work and to construction performed by the Professional and

separate Contractors, that will become necessary to accommodate the proposed

substitution.

e. A statement indicating the substitutions effect on the Contractor's Construction

Schedule compared to the schedule without approval of the substitution.

Indicate the effect of the proposed substitution on overall Contract Time.

f. Cost information, including a proposal of the net change, if any in the Contract

Sum.

g. Certification by the Contractor that the substitution proposed is equal-to or better

in every significant respect to that required by the Contract Documents, and that

it will perform adequately in the application indicated. Include the Contractor's

waiver of rights to additional payment or time, that may subsequently become

necessary because of the failure of the substitution to perform adequately.

h. If a decision on use of a proposed substitute cannot be made in a timely manner,

the Contractor shall use the product specified. Acceptance of any substitution

will be in the form of a Change Order.

PART 3 - EXECUTION (NOT APPLICABLE)

END OF SECTION 01631

FOR REFRENCE ONLY

Page 154: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID – Becht Hall Renovations Section 01700 - Project Closeout

Demolition & Hazardous Materials Abatement Page 1 of 4

SECTION 01700 - PROJECT CLOSEOUT

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. The section “Special Requirements” forms a part of this section by reference thereto and shall

have the same force and effect as if printed herewith in full. The Contract Drawings and the

Standard Form of Agreement apply to this Section.

1.2 SUMMARY

A. This Section specifies administrative and procedural requirements for project closeout, including

but not limited to:

1. Substantial Completion inspection procedures.

2. Final Completion inspection procedures.

3. Record document submittals.

4. Final cleaning.

1.3 SUBSTANTIAL COMPLETION INSPECTION

A. Substantial Completion Checklist:

1. Before requesting an inspection for substantial completion, the following items must be

completed and/or submitted to the design professional. Any exceptions shall be listed in

the contractor’s request:

a. Occupancy permits and similar approvals (L&I, Boiler Inspection, Fire Chief,

local, etc.)

b. Testing/adjust/balance records

c. Record Documents Submittals-(see part F).

d. Deliver tools, spare parts, extra stock, and similar required items.

e. Make final change of permanent locks and transmit keys to the System.

f. Complete start-up testing of systems and submit start-up performance reports.

g. Complete Operating and Maintenance Instructions with University personnel.

(See Part III-Execution)

h. Discontinue and remove temporary protection and facilities from the site, along

with construction tools, mock-ups, and similar elements. Remove surplus

materials, rubbish and similar elements.

i. Provide final meter readings (if any)

j. Final progress photographs

k. Complete Final Cleaning (see Part III-Execution).

2. Request, in writing, for the design professional to perform a substantial completion

inspection, and stating therein that all the items in the substantial inspection checklist have

been completed, or it is explained in the request the reason they are not.

FOR REFRENCE ONLY

Page 155: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID – Becht Hall Renovations Section 01700 - Project Closeout

Demolition & Hazardous Materials Abatement Page 2 of 4

3. Within 30 days of receipt of a request for inspection for substantial completion, the

Professional will either proceed with the inspection or advise the contractor of

requirements that must be met before the project can be considered ready for inspection for

substantial completion. Upon inspection, the Professional will either prepare the Certificate

of Substantial Completion, or advise the contractor of work items that must be completed

or corrected before the certificate will be issued.

1.4 FINAL COMPLETION INSPECTION

A. Before requesting an inspection, in writing, for final completion, submit the following:

1. A copy of the punch list of uncompleted work items to the Professional, indicating that

each item has been completed or otherwise resolved for acceptance or delay because of

circumstances acceptable to the Professional.

2. Submit final meter readings for utilities, a measured record of stored fuel, and similar data

as of the date of Substantial Completion, or when the System took possession of and

responsibility for corresponding elements of the work (if applicable).

B. Upon receipt of the above submittals, the Professional will inspect the punch list of uncompleted

work items. The Professional will either issue a certificate of final completion, or advise the

contractor of items that are incomplete or of obligations that have not been fulfilled and are

required for final completion. If necessary, another inspection will be conducted.

1.5 RECORD DOCUMENT SUBMITTALS

A. General:

1. Do not use record documents for construction purposes; protect from deterioration and loss

in a secure, fire-resistive location; provide access to record documents for the

Professional's reference during normal working hours.

B. Record Drawings:

1. All prime contractors shall maintain a clean, undamaged set of prints of contract drawings

and shop drawings. Mark the set to show the actual installation where the installation

varies from the work as originally shown. Record a cross-reference at the corresponding

location on the contract drawings where shop drawings are used. Give particular attention

to concealed elements that would be difficult to measure and record at a later date.

a. Mark record sets with red erasable pencil; use other colors to distinguish

between variations in separate categories of the Work.

b. Note related Change Order numbers where applicable.

c. Organize record drawing sheets into manageable sets, bind with durable paper

cover sheets, and print suitable titles, dates and other identification on the cover

of each set.

d. Upon completion of the work, submit record drawings to the Professional for the

System's records.

FOR REFRENCE ONLY

Page 156: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID – Becht Hall Renovations Section 01700 - Project Closeout

Demolition & Hazardous Materials Abatement Page 3 of 4

C. Record Specifications:

1. All prime contractors shall maintain one complete copy of the Project Manual, including

addenda, change orders and modifications. Mark these documents to show variations in

actual Work performed. Give particular attention to substitutions, selection of options and

similar information on elements that are concealed or cannot otherwise be readily

discerned later by direct observation.

D. Record Sample Submitted:

1. Immediately prior to the date or dates of Substantial Completion, the Contractor will meet

at the site with the Professional and the System's personnel to determine which of the

submitted samples that have been maintained during progress of the Work are to be

transmitted to the System for record purposes. Comply with delivery to the System's

storage area.

E. Miscellaneous Record Submittals:

1. Refer to other specification sections for requirements of record-keeping and submittals in

connection with actual performance of the work. Immediately prior to the date or dates of

Substantial Completion, complete miscellaneous records and place in good order, properly

identified and bound or filed, ready for continued use and reference. Submit to the

Professional for the System's records.

PART 2 - PRODUCTS (NOT APPLICABLE)

PART 3 - EXECUTION

3.1 FINAL CLEANING

A. Employ experienced workers or professional cleaners for final cleaning. Clean each surface or

unit to the condition expected in a normal, commercial building cleaning and maintenance

program. Comply with manufacturer's instructions.

1. Remove labels that are not permanent labels.

2. Clean exposed exterior and interior hard-surfaced finishes to a dust-free condition, free of

stains, films and similar foreign substances. Restore reflective surfaces to their original

reflective condition. Leave concrete floors broom clean.

3. Wipe surfaces of mechanical and electrical equipment. Remove excess lubrication and

other substances. Clean plumbing fixtures to a sanitary condition.

4. Clean the site, including landscape development areas, of rubbish, litter and other foreign

substances. Sweep paved areas broom clean; remove stains, spills and other foreign

deposits. Rake grounds that are neither paved nor planted, to a smooth even-textured

surface.

B. Removal of Protection: Remove temporary protection and facilities installed for protection of the

work during construction.

FOR REFRENCE ONLY

Page 157: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID – Becht Hall Renovations Section 01700 - Project Closeout

Demolition & Hazardous Materials Abatement Page 4 of 4

C. Compliance:

1. Comply with regulations of authorities having jurisdiction and safety standards for

cleaning.

2. Do not burn waste materials but remove waste materials from the site and dispose of in a

lawful manner.

3. Do not bury debris or excess materials on the System's property.

4. Do not discharge volatile, harmful or dangerous materials into drainage systems.

5. Arrange with the System for disposition of extra materials of value that remain after

completion of associated work, when they become the System's property.

END OF SECTION 01700

FOR REFRENCE ONLY

Page 158: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID - Becht Hall Renovations Section 01710 - Cleaning

Demolition & Hazardous Materials Abatement Page 1 of 2

SECTION 01710 - CLEANING

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. The section “Special Requirements” forms a part of this section by reference thereto and shall

have the same force and effect as if printed herewith in full. The Contract Drawings and the

Standard Form of Agreement apply to this Section.

1.2 DESCRIPTION

A. Execute cleaning, during progress of the work, and at completion of the work, as required by

General Conditions, Special Requirements and related contracts.

B. Related Requirements Specified in Other Sections:

1. Cleaning for specific products or work: See Specification Section for that work.

1.3 COMPLIANCE

A. Comply with regulations of authorities having jurisdiction and safety standards for cleaning. Do

not burn waste materials. Do not bury debris or excess materials on University property. Do not

discharge volatile, harmful or dangerous materials into drainage systems. Remove waste

materials from the campus and dispose of in a lawful manner.

B. Contracted dumpsters used by the University shall not be used by the Contractor for disposal of

refuse from the project site.

1.4 MATERIALS

A. Use only those cleaning materials and methods which:

1. Will not create hazards to health or property and which will not damage surfaces.

2. Are recommended by manufacturer of the surface material to be cleaned.

3. Are recommended by cleaning material manufacturer.

1.5 PROCEDURES

A. Execute periodic cleaning to keep the work, the site, roadways and adjacent properties free from

accumulations of waste materials, rubbish, windblown debris, dirt and mud resulting from

construction operations.

B. Provide on-site containers for the collection of waste materials, debris and rubbish.

FOR REFRENCE ONLY

Page 159: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID - Becht Hall Renovations Section 01710 - Cleaning

Demolition & Hazardous Materials Abatement Page 2 of 2

C. Remove waste materials, debris and rubbish from the campus periodically.

1.6 DUST CONTROL

A. Schedule operations so that dust and other contaminants resulting from cleaning process will not

fall on wet or newly-coated surfaces and does not become offensive to neighbors or passers-by.

PART 2 - PRODUCTS (NOT USED)

PART 3 - EXECUTION (NOT USED)

END OF SECTION 01710

FOR REFRENCE ONLY

Page 160: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID – Becht Hall Renovations Section 01720 - Project Record Documents

Demolition & Hazardous Materials Abatement Page 1 of 2

SECTION 01720 - PROJECT RECORD DOCUMENTS

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. The section “Special Requirements” forms a part of this section by reference thereto and shall

have the same force and effect as if printed herewith in full. The Contract Drawings and the

Standard Form of Agreement apply to this Section.

1.2 GENERAL

A. Maintain at site one record copy of following documents for the University.

1. Drawings

2. Specifications

3. Addenda

4. Change Orders and other Modifications to the Contract

5. University's Field Orders or written instructions.

6. Approved Shop Drawings, if applicable

7. Field Test records.

1.3 MAINTENANCE OF DOCUMENTS AND SAMPLES

A. Store documents and samples in field office apart from documents used directly for Project.

B. Maintain documents in a clean, dry, legible condition and in good order. Do not use record

documents for project purposes.

C. Make documents and samples available at all times for inspection by the University. Changes

on drawings shall be posted daily.

1.4 RECORDING

A. Label each document "Project Record" in neat large printed letters. Record information

concurrently with construction progress.

B. Drawings: Legibly mark to record actual construction:

1. Horizontal and vertical locations of underground utilities and appurtenances, referenced

to permanent final grades.

2. Field changes of dimension and detail.

3. Changes made by field order or by Change Order.

FOR REFRENCE ONLY

Page 161: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID – Becht Hall Renovations Section 01720 - Project Record Documents

Demolition & Hazardous Materials Abatement Page 2 of 2

C. Specifications and Addenda: Legibly mark each Section to record:

1. Changes made by Field Order or by Change Order.

1.5 SUBMITTALS

A. Deliver Record Documents to the University prior to final acceptance.

B. Accompany submittal with transmittal letter in duplicate, containing:

1. Date.

2. Project title and number.

3. Contractor's name and address.

4. Title and number of each Record Document.

5. Signature of Contractor or his authorized representative.

PART 2 - PRODUCTS (NOT USED)

PART 3 - EXECUTION (NOT USED)

END OF SECTION 01720

FOR REFRENCE ONLY

Page 162: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID - Becht Hall Renovation Section 01741 -Construction Waste Management and Disposal

Demolition & Hazardous Materials Abatement Page 1 of 9

SECTION 01741 - CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL

PART 4 - GENERAL

1.1 RELATED DOCUMENTS

A. The section "Special Requirements" forms a part of this section by this reference thereto and shall have the

same force and effect as if printed herewith in full. The Contract Drawings and the Standard Form of

Agreement apply to this Section.

B. Drawings and general provisions of the Contract, including General and Supplementary Conditions and

other Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Section includes administrative and procedural requirements for the following:

1. Salvaging non-hazardous demolition waste.

2. Recycling non-hazardous demolition waste.

3. Disposing of non-hazardous demolition waste.

B. Related Requirements:

1. Division 1 Section "Selective Demolition" for disposition of waste resulting from partial demolition

of buildings, structures, and site improvements.

2. Division 1 Section “Asbestos Abatement" for disposition of hazardous waste.

1.3 DEFINITIONS

A. Construction Waste: Building and site improvement materials and other solid waste resulting from

construction, remodeling, renovation, or repair operations. Construction waste includes packaging.

B. Demolition Waste: Building and site improvement materials resulting from demolition or selective

demolition operations.

C. Disposal: Removal off-site of demolition and construction waste and subsequent sale, recycling, reuse, or

deposit in landfill or incinerator acceptable to authorities having jurisdiction.

D. Recycle: Recovery of demolition or construction waste for subsequent processing in preparation for reuse.

E. Salvage: Recovery of demolition or construction waste and subsequent sale or reuse in another facility.

F. Salvage and Reuse: Recovery of demolition or construction waste and subsequent incorporation into the

Work.

D. PERFORMANCE REQUIREMENTS

FOR REFRENCE ONLY

Page 163: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID - Becht Hall Renovation Section 01741 -Construction Waste Management and Disposal

Demolition & Hazardous Materials Abatement Page 2 of 9

A. General: Achieve end-of-Project rates for salvage/recycling of 50 percent by weight of total non-hazardous

solid waste generated by the Work. Practice efficient waste management in the use of materials in the

course of the Work. Use all reasonable means to divert construction and demolition waste from landfills

and incinerators. Facilitate recycling and salvage of materials, including the following:

1. Demolition Waste: Common types of demolition wastes. Refer to Division 1 Section “Selective

Structure Demolition” for project specific demolition wastes.

a. Asphalt paving.

b. Concrete.

c. Concrete reinforcing steel.

d. Brick.

e. Concrete masonry units.

f. Wood studs.

g. Wood joists.

h. Plywood and oriented strand board.

i. Wood paneling.

j. Wood trim, unless noted otherwise.

k. Structural and miscellaneous steel.

l. Rough hardware.

m. Roofing.

n. Insulation.

o. Doors and frames.

p. Door hardware.

q. Windows.

r. Glazing.

s. Metal studs.

t. Gypsum board.

u. Acoustical tile and panels.

v. Carpet.

w. Carpet pad.

x. Demountable partitions.

y. Equipment.

z. Cabinets.

aa. Plumbing fixtures.

bb. Piping.

cc. Supports and hangers.

dd. Valves.

ee. Sprinklers.

ff. Mechanical equipment.

gg. Refrigerants.

hh. Electrical conduit.

ii. Copper wiring.

jj. Lighting fixtures.

kk. Lamps.

ll. Ballasts.

mm. Electrical devices.

nn. Switchgear and panelboards.

oo. Transformers.

E. ACTION SUBMITTALS

FOR REFRENCE ONLY

Page 164: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID - Becht Hall Renovation Section 01741 -Construction Waste Management and Disposal

Demolition & Hazardous Materials Abatement Page 3 of 9

A. Waste Management Plan: Submit plan within 7 days of date established for commencement of the Work .

F. INFORMATIONAL SUBMITTALS

A. Waste Reduction Progress Reports: Concurrent with each Application for Payment, submit report. Use

Form CWM-8 for demolition waste . Include the following information:

1. Material category.

2. Generation point of waste.

3. Total quantity of waste in tons.

4. Quantity of waste salvaged, both estimated and actual in tons.

5. Quantity of waste recycled, both estimated and actual in tons.

6. Total quantity of waste recovered (salvaged plus recycled) in tons.

7. Total quantity of waste recovered (salvaged plus recycled) as a percentage of total waste.

B. Waste Reduction Calculations: Before request for Substantial Completion, submit calculated end-of-Project

rates for salvage, recycling, and disposal as a percentage of total waste generated by the Work.

C. Records of Donations: Indicate receipt and acceptance of salvageable waste donated to individuals and

organizations. Indicate whether organization is tax exempt.

D. Records of Sales: Indicate receipt and acceptance of salvageable waste sold to individuals and

organizations. Indicate whether organization is tax exempt.

E. Recycling and Processing Facility Records: Indicate receipt and acceptance of recyclable waste by

recycling and processing facilities licensed to accept them. Include manifests, weight tickets, receipts, and

invoices.

F. Landfill and Incinerator Disposal Records: Indicate receipt and acceptance of waste by landfills and

incinerator facilities licensed to accept them. Include manifests, weight tickets, receipts, and invoices.

G. LEED Submittal: LEED letter template for Credit MR 2, signed by Contractor, tabulating total waste

material, quantities diverted and means by which it is diverted, and statement that requirements for the

credit have been met.

H. Qualification Data: For waste management coordinator and refrigerant recovery technician.

I. Statement of Refrigerant Recovery: Signed by refrigerant recovery technician responsible for recovering

refrigerant, stating that all refrigerant that was present was recovered and that recovery was performed

according to EPA regulations. Include name and address of technician and date refrigerant was recovered.

1.7 QUALITY ASSURANCE

A. Waste Management Coordinator Qualifications: Experienced firm, with a record of successful waste

management coordination of projects with similar requirements, that employs a LEED-Accredited

Professional, certified by the USGBC, as waste management coordinator. Waste management coordinator

may also serve as LEED coordinator.

B. Refrigerant Recovery Technician Qualifications: Certified by EPA-approved certification program.

C. Regulatory Requirements: Comply with hauling and disposal regulations of authorities having jurisdiction.

FOR REFRENCE ONLY

Page 165: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID - Becht Hall Renovation Section 01741 -Construction Waste Management and Disposal

Demolition & Hazardous Materials Abatement Page 4 of 9

D. Waste Management Conference: Conduct conference at Project site to comply with requirements in

Section 01310 "Project Management and Coordination." Review methods and procedures related to waste

management including, but not limited to, the following:

1. Review and discuss waste management plan including responsibilities of waste management

coordinator.

2. Review requirements for documenting quantities of each type of waste and its disposition.

3. Review and finalize procedures for materials separation and verify availability of containers and bins

needed to avoid delays.

4. Review procedures for periodic waste collection and transportation to recycling and disposal

facilities.

5. Review waste management requirements for each trade.

1.8 WASTE MANAGEMENT PLAN

A. General: Develop a waste management plan according to ASTM E 1609 and requirements in this Section.

Plan shall consist of waste identification, waste reduction work plan, and cost/revenue analysis. Indicate

quantities by weight or volume, but use same units of measure throughout waste management plan.

B. Waste Identification: Indicate anticipated types and quantities of demolition waste generated by the

Work. Use Form CWM-2 for demolition waste . Include estimated quantities and assumptions for

estimates.

C. Waste Reduction Work Plan: List each type of waste and whether it will be salvaged, recycled, or disposed

of in landfill or incinerator. Use Form CWM-4 for demolition waste . Include points of waste generation,

total quantity of each type of waste, quantity for each means of recovery, and handling and transportation

procedures.

1. Salvaged Materials for Reuse: For materials that will be salvaged and reused in this Project, describe

methods for preparing salvaged materials before incorporation into the Work.

2. Salvaged Materials for Sale: For materials that will be sold to individuals and organizations, include

list of their names, addresses, and telephone numbers.

3. Salvaged Materials for Donation: For materials that will be donated to individuals and organizations,

include list of their names, addresses, and telephone numbers.

4. Recycled Materials: Include list of local receivers and processors and type of recycled materials each

will accept. Include names, addresses, and telephone numbers.

5. Disposed Materials: Indicate how and where materials will be disposed of. Include name, address,

and telephone number of each landfill and incinerator facility.

6. Handling and Transportation Procedures: Include method that will be used for separating recyclable

waste including sizes of containers, container labeling, and designated location where materials

separation will be performed.

D. Cost/Revenue Analysis: Indicate total cost of waste disposal as if there was no waste management plan and

net additional cost or net savings resulting from implementing waste management plan. Use Form CWM-

6 for demolition waste . Include the following:

1. Total quantity of waste.

2. Estimated cost of disposal (cost per unit). Include hauling and tipping fees and cost of collection

containers for each type of waste.

3. Total cost of disposal (with no waste management).

4. Revenue from salvaged materials.

5. Revenue from recycled materials.

FOR REFRENCE ONLY

Page 166: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID - Becht Hall Renovation Section 01741 -Construction Waste Management and Disposal

Demolition & Hazardous Materials Abatement Page 5 of 9

6. Savings in hauling and tipping fees by donating materials.

7. Savings in hauling and tipping fees that are avoided.

8. Handling and transportation costs. Include cost of collection containers for each type of waste.

9. Net additional cost or net savings from waste management plan.

PART 2 - PRODUCTS (Not Used)

PART 3 - EXECUTION

3.1 PLAN IMPLEMENTATION

A. General: Implement approved waste management plan. Provide handling, containers, storage, signage,

transportation, and other items as required to implement waste management plan during the entire duration

of the Contract.

1. Comply with operation, termination, and removal requirements in Section 01500 "Temporary

Facilities and Controls."

2. Comply with contractor’s use of premises requirements in Section 01100 “Summary”.

B. Waste Management Coordinator: Engage a waste management coordinator to be responsible for

implementing, monitoring, and reporting status of waste management work plan. Coordinator shall be

present at Project site full time for duration of Project.

C. Training: Train workers, subcontractors, and suppliers on proper waste management procedures, as

appropriate for the Work.

1. Distribute waste management plan to everyone concerned within three days of submittal return.

2. Distribute waste management plan to entities when they first begin work on-site. Review plan

procedures and locations established for salvage, recycling, and disposal.

D. Site Access and Temporary Controls: Conduct waste management operations to ensure minimum

interference with roads, streets, walks, walkways, and other adjacent occupied and used facilities.

1. Designate and label specific areas on Project site necessary for separating materials that are to be

salvaged, recycled, reused, donated, and sold.

2. Comply with Section 01500 "Temporary Facilities and Controls" for controlling dust and dirt,

environmental protection, and noise control.

3.2 SALVAGING DEMOLITION WASTE

A. Salvaged Items for Reuse in the Work: Salvage items for reuse and handle as follows:

1. Clean salvaged items.

2. Pack or crate items after cleaning. Identify contents of containers with label indicating elements, date

of removal, quantity, and location where removed.

3. Store items in a secure area until installation.

4. Protect items from damage during transport and storage.

B. Salvaged Items for Sale and Donation: Not permitted on Project site.

FOR REFRENCE ONLY

Page 167: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID - Becht Hall Renovation Section 01741 -Construction Waste Management and Disposal

Demolition & Hazardous Materials Abatement Page 6 of 9

C. Salvaged Items for Owner's Use: Salvage items for Owner's use and handle as follows:

1. Clean salvaged items.

2. Pack or crate items after cleaning. Identify contents of containers with label indicating elements, date

of removal, quantity, and location where removed.

3. Store items in a secure area until delivery to Owner.

4. Transport items to Owner's storage area designated by Owner.

5. Protect items from damage during transport and storage.

D. Doors and Hardware: Brace open end of door frames. Except for removing door closers, leave door

hardware attached to doors.

E. Equipment: Drain tanks, piping, and fixtures. Seal openings with caps or plugs. Protect equipment from

exposure to weather.

F. Plumbing Fixtures: Separate by type and size.

G. Lighting Fixtures: Separate lamps by type and protect from breakage.

H. Electrical Devices: Separate switches, receptacles, switchgear, transformers, meters, panelboards, circuit

breakers, and other devices by type.

3.3 RECYCLING DEMOLITION WASTE, GENERAL

A. General: Recycle paper and beverage containers used by on-site workers.

B. Recycling Receivers and Processors: List below is provided for information only; available recycling

receivers and processors include, but are not limited to, the following:

1. Construction Junction, 214 North Lexington Street, Pittsburgh, Pennsylvania 15208 – Phone: (412)

243-5025.

2. For locations of other non-profit reuse centers, refer to the following website published by The

Loading Dock in Baltimore, Maryland.:

a. www.loadingdock.org

3. The following web links provide names of companies that could possibly recycle some building

waste. These companies are options, not recommendations from Clarion University.

a. http://www.portal.state.pa.us/portal/server.pt?open=514&objID=589646&mode=2

b. http://www.dep.state.pa.us/dep/deputate/airwaste/wm/recycle/recycle.htm

c. http://www.useitagainpa.org/How/architectural_salvage.html

C. Recycling Incentives: Revenues, savings, rebates, tax credits, and other incentives received for recycling

waste materials shall accrue to Contractor .

D. Preparation of Waste: Prepare and maintain recyclable waste materials according to recycling or reuse

facility requirements. Maintain materials free of dirt, adhesives, solvents, petroleum contamination, and

other substances deleterious to the recycling process.

FOR REFRENCE ONLY

Page 168: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID - Becht Hall Renovation Section 01741 -Construction Waste Management and Disposal

Demolition & Hazardous Materials Abatement Page 7 of 9

E. Procedures: Separate recyclable waste from other waste materials, trash, and debris. Separate recyclable

waste by type at Project site to the maximum extent practical according to approved construction waste

management plan.

1. Provide appropriately marked containers or bins for controlling recyclable waste until removed from

Project site. Include list of acceptable and unacceptable materials at each container and bin.

a. Inspect containers and bins for contamination and remove contaminated materials if found.

2. Stockpile processed materials on-site without intermixing with other materials. Place, grade, and

shape stockpiles to drain surface water. Cover to prevent windblown dust.

3. Stockpile materials away from construction area. Do not store within drip line of remaining trees.

4. Store components off the ground and protect from the weather.

5. Remove recyclable waste from Owner's property and transport to recycling receiver or processor.

3.4 RECYCLING DEMOLITION WASTE

A. Asphalt Paving: Break up and transport paving to asphalt-recycling facility.

B. Concrete: Remove reinforcement and other metals from concrete and sort with other metals.

1. Crush concrete and screen to comply with requirements in Section 02300 "Earthwork" for use as

satisfactory soil for fill or subbase.

C. Masonry: Remove metal reinforcement, anchors, and ties from masonry and sort with other metals.

1. Pulverize masonry to maximum 1-inch (25-mm) size.

2. Clean and stack undamaged, whole masonry units on wood pallets.

D. Wood Materials: Sort and stack members according to size, type, and length. Separate lumber, engineered

wood products, panel products, and treated wood materials.

E. Metals: Separate metals by type.

1. Structural Steel: Stack members according to size, type of member, and length.

2. Remove and dispose of bolts, nuts, washers, and other rough hardware.

F. Gypsum Board: Stack large clean pieces on wood pallets or in container and store in a dry location.

Remove edge trim and sort with other metals. Remove and dispose of fasteners.

G. Acoustical Ceiling Panels and Tile: Stack large clean pieces on wood pallets and store in a dry location.

H. Metal Suspension System: Separate metal members including trim, and other metals from acoustical panels

and tile and sort with other metals.

I. Carpet and Pad: Roll large pieces tightly after removing debris, trash, adhesive, and tack strips.

1. Store clean, dry carpet and pad in a closed container or trailer provided by Carpet Reclamation

Agency or carpet recycler.

J. Carpet Tile: Remove debris, trash, and adhesive.

FOR REFRENCE ONLY

Page 169: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID - Becht Hall Renovation Section 01741 -Construction Waste Management and Disposal

Demolition & Hazardous Materials Abatement Page 8 of 9

1. Stack tile on pallet and store clean, dry carpet in a closed container or trailer provided by Carpet

Reclamation Agency or carpet recycler.

K. Piping: Reduce piping to straight lengths and store by type and size. Separate supports, hangers, valves,

sprinklers, and other components by type and size.

L. Conduit: Reduce conduit to straight lengths and store by type and size.

3.5 RECYCLING CONSTRUCTION WASTE

A. Packaging:

1. Cardboard and Boxes: Break down packaging into flat sheets. Bundle and store in a dry location.

2. Polystyrene Packaging: Separate and bag materials.

3. Pallets: As much as possible, require deliveries using pallets to remove pallets from Project site. For

pallets that remain on-site, break down pallets into component wood pieces and comply with

requirements for recycling wood.

4. Crates: Break down crates into component wood pieces and comply with requirements for recycling

wood.

B. Wood Materials:

1. Clean Cut-Offs of Lumber: Grind or chip into small pieces.

2. Clean Sawdust: Bag sawdust that does not contain painted or treated wood.

C. Gypsum Board: Stack large clean pieces on wood pallets or in container and store in a dry location.

1. Clean Gypsum Board: Grind scraps of clean gypsum board using small mobile chipper or hammer

mill. Screen out paper after grinding.

3.6 DISPOSAL OF WASTE

A. General: Except for items or materials to be salvaged, recycled, or otherwise reused, remove waste

materials from Project site and legally dispose of them in a landfill or incinerator acceptable to authorities

having jurisdiction.

1. Except as otherwise specified, do not allow waste materials that are to be disposed of accumulate on-

site.

2. Remove and transport debris in a manner that will prevent spillage on adjacent surfaces and areas.

B. Burning: Do not burn waste materials.

C. Disposal: Remove waste materials from Owner's property and legally dispose of them.

3.7 ATTACHMENTS

A. Form CWM-2 for demolition waste identification.

B. Form CWM-4 for demolition waste reduction work plan.

FOR REFRENCE ONLY

Page 170: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID - Becht Hall Renovation Section 01741 -Construction Waste Management and Disposal

Demolition & Hazardous Materials Abatement Page 9 of 9

C. Form CWM-6 cost/revenue analysis of demolition waste reduction work plan.

D. Form CWM-8 for demolition waste.

END OF SECTION 01741

FOR REFRENCE ONLY

Page 171: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID - Becht Hall Renovation

Demolition and Hazardous Material Abatement

Attachment 2– Construction Waste Management and Disposal

FORM CWM: DEMOLITION WASTE INDENTIFICATION

Copyright 2010 by The American Institute of Architects (AIA) FORM 2 Exclusively published and distributed by Architectural Computer Services, Inc. (ARCOM) for the AIA

FORM CWM-2: DEMOLITION WASTE IDENTIFICATION

MATERIAL DESCRIPTION

EST. QUANTITY

EST. VOLUME

CY (CM)

EST. WEIGHT

TONS (TONNES)

REMARKAND ASSUMPTIONS

Asphaltic Concrete Paving

Concrete

Brick

CMU

Lumber

Plywood and OSB

Wood Paneling

Wood Trim

Miscellaneous Metals

Structural Steel

Rough Hardware

Insulation

Roofing

Doors and Frames

Door Hardware

Windows

Glazing

Acoustical Tile

Carpet

Carpet Pad

Demountable Partitions

Equipment

Cabinets

Plumbing Fixtures

Piping

Piping Supports and Hangers

Valves

Sprinklers

Mechanical Equipment

Electrical Conduit

Copper Wiring

Light Fixtures

Lamps

Lighting Ballasts

Electrical Devices

Switchgear and Panelboards

Transformers

Other:

FOR REFRENCE ONLY

Page 172: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID - Becht Hall Renovation

Demolition and Hazardous Material Abatement

Attachment 2– Construction Waste Management and Disposal

FORM CWM: DEMOLITION WASTE INDENTIFICATION

Copyright 2010 by The American Institute of Architects (AIA) FORM 4

Exclusively published and distributed by Architectural Computer Services, Inc. (ARCOM) for the AIA

FORM CWM-4: DEMOLITION WASTE REDUCTION WORK PLAN

MATERIAL CATEGORY

GENERATION

POINT

TOTAL EST.

QUANTITY OF

WASTE TONS

(TONNES)

DISPOSAL METHOD AND QUANTITY EST. AMOUNT

SALVAGED TONS

(TONNES)

EST. AMOUNT

RECYCLED TONS

(TONNES)

EST. AMOUNT

DISPOSED TO

LANDFILL

TONS (TONNES)

HANDLING AND TRANSPORTATION

PROCEDURES

Asphaltic Concrete Paving

Concrete

Brick

CMU

Lumber

Plywood and OSB

Wood Paneling

Wood Trim

Miscellaneous Metals

Structural Steel

Rough Hardware

Insulation

Roofing

Doors and Frames

Door Hardware

Windows

Glazing

Acoustical Tile

Carpet

Carpet Pad

Demountable Partitions

Equipment

Cabinets

Plumbing Fixtures

Piping

Piping Supports and Hangers

Valves

Sprinklers

Mechanical Equipment

Electrical Conduit

Copper Wiring

Light Fixtures

Lamps

Lighting Ballasts

Electrical Devices

Switchgear and Panelboards

Transformers

Other:

FOR REFRENCE ONLY

Page 173: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID - Becht Hall Renovation

Demolition and Hazardous Material Abatement

Attachment 2– Construction Waste Management and Disposal

FORM CWM: DEMOLITION WASTE INDENTIFICATION

Copyright 2010 by The American Institute of Architects (AIA) FORM 6 Exclusively published and distributed by Architectural Computer Services, Inc. (ARCOM) for the AIA

FORM CWM-6: COST/REVENUE ANALYSIS OF DEMOLITION WASTE REDUCTION WORK PLAN

MATERIALS

TOTAL QUANTITY

OF MATERIALS

(VOL. OR WEIGHT)

(A)

EST. COST OF

DISPOSAL

(B)

TOTAL EST.

COST OF

DISPOSAL

(C = A x B)

REVENUE FROM

SALVAGED

MATERIALS

(D)

REVENUE FROM

RECYCLED

MATERIALS

(e)

LANDFILL

TIPPING FEES

AVOIDED

(F)

HANDLING AND

TRANSPORTATION

COSTS AVOIDED

(G)

NET COST

SAVINGS OF

WORK PLAN

(H =

D+E+F+G)

Asphaltic Concrete Paving

Concrete

Brick

CMU

Lumber

Plywood and OSB

Wood Paneling

Wood Trim

Miscellaneous Metals

Structural Steel

Rough Hardware

Insulation

Roofing

Doors and Frames

Door Hardware

Windows

Glazing

Acoustical Tile

Carpet

Carpet Pad

Demountable Partitions

Equipment

Cabinets

Plumbing Fixtures

Piping

Piping Supports and Hangers

Valves

Sprinklers

Mechanical Equipment

Electrical Conduit

Copper Wiring

Light Fixtures

Lamps

Lighting Ballasts

Electrical Devices

Switchgear and Panelboards

Transformers

Other:

FOR REFRENCE ONLY

Page 174: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID - Becht Hall Renovation

Demolition and Hazardous Material Abatement

Attachment 2– Construction Waste Management and Disposal

FORM CWM: DEMOLITION WASTE INDENTIFICATION

Copyright 2010 by The American Institute of Architects (AIA) FORM 8 Exclusively published and distributed by Architectural Computer Services, Inc. (ARCOM) for the AIA

FORM CWM-8: DEMOLITION WASTE REDUCTION PROGRESS REPORT

MATERIAL CATEGORY

GENERATION

POINT

TOTAL QUANTITY

OF WASTE

TONS (TONNES)

(A)

QUANTITY OF WASTE

SALVAGED QUANTITY OF WASTE

RECYCLED

TOTAL

QUANTITY OF

WASTE

RECOVERED

TONS (TONNES)

(D = B + C)

TOTAL

QUANTITY

OF WASTE

RECOVERED

%

(D / A x 100)

ESTIMATED

TONS

(TONNES)

ACTUAL

TONS (TONNES)

(B)

ESTIMATED

TONS

(TONNES)

ACTUAL

TONS (TONNES)

(C)

Asphaltic Concrete Paving

Concrete

Brick

CMU

Lumber

Plywood and OSB

Wood Paneling

Wood Trim

Miscellaneous Metals

Structural Steel

Rough Hardware

Insulation

Roofing

Doors and Frames

Door Hardware

Windows

Glazing

Acoustical Tile

Carpet

Carpet Pad

Demountable Partitions

Equipment

Cabinets

Plumbing Fixtures

Piping

Piping Supports and Hangers

Valves

Sprinklers

Mechanical Equipment

Electrical Conduit

Copper Wiring

Light Fixtures

Lamps

Lighting Ballasts

Electrical Devices

Switchgear and Panelboards

Transformers

Other:

FOR REFRENCE ONLY

Page 175: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID - Becht Hall Renovations Section 01813 - Sustainable Design Requirements – LEED

Demolition & Hazardous Materials Abatement Page 1 of 3

SECTION 01813 - SUSTAINALE DESIGN REQUIREMENTS - LEED FOR NEW

CONSTRUCTION AND MAJOR RENOVATIONS

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. The section “Special Requirements” forms a part of this section by reference thereto and shall

have the same force and effect as if printed herewith in full. The Contract Drawings and the

Standard Form of Agreement apply to this Section

B. Drawings and general provisions of the Contract, including General and Supplementary

Conditions and other Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Section includes general requirements and procedures for compliance with certain USGBC

LEED prerequisites and credits needed for Project to obtain LEED Silver certification based

on USGBC's "LEED 2009 for New Construction & Major Renovations."

1. Other LEED prerequisites and credits needed to obtain LEED certification depend on

product selections and may not be specifically identified as LEED requirements.

Compliance with requirements needed to obtain LEED prerequisites and credits may be

used as one criterion to evaluate substitution requests and comparable product requests.

2. Additional LEED prerequisites and credits needed to obtain the indicated LEED

certification depend on Architect's design and other aspects of Project that are not part of

the Work of the Contract.

B. Specific requirements for LEED are included in greater detail in other Sections.

1.3 DEFINITIONS

A. Recycled Content: The recycled content value of a material assembly shall be determined by

weight. The recycled fraction of the assembly is then multiplied by the cost of assembly to

determine the recycled content value.

1. "Post-consumer" material is defined as waste material generated by households or by

commercial, industrial, and institutional facilities in their role as end users of the

product, which can no longer be used for its intended purpose.

2. "Pre-consumer" material is defined as material diverted from the waste stream during the

manufacturing process. Excluded is reutilization of materials such as rework, regrind, or

scrap generated in a process and capable of being reclaimed within the same process that

generated it.

FOR REFRENCE ONLY

Page 176: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID - Becht Hall Renovations Section 01813 - Sustainable Design Requirements – LEED

Demolition & Hazardous Materials Abatement Page 2 of 3

1.4 ADMINISTRATIVE REQUIREMENTS

A. Respond to questions and requests from Architect and the USGBC regarding LEED credits

that are the responsibility of the Contractor, that depend on product selection or product

qualities, or that depend on Contractor's procedures until the USGBC has made its

determination on the project's LEED certification application. Document responses as

informational submittals.

1.5 ACTION SUBMITTALS

A. General: Submit additional LEED submittals required by other Specification Sections.

B. LEED submittals are in addition to other submittals. If submitted item is identical to that

submitted to comply with other requirements, submit duplicate copies as a separate submittal to

verify compliance with indicated LEED requirements.

C. LEED Documentation Submittals:

1. Credit MR 2: Comply with Section 01741 "Construction Waste Management and

Disposal."

2. Credit MR 3: Receipts for salvaged and refurbished materials used for Project, indicating

sources and costs for salvaged and refurbished materials.

1.6 INFORMATIONAL SUBMITTALS

A. Qualification Data: For LEED coordinator.

B. LEED Action Plans: Provide preliminary submittals within seven days of date established for

the Notice to Proceed indicating how the following requirements will be met:

1. Credit MR 2: Waste management plan complying with Section 01741 "Construction Waste

Management and Disposal."

2. Credit MR 3: List of proposed salvaged, refurbished, and reused materials. Identify each

material that will be salvaged, refurbished, or reused, including its source, cost, and

replacement cost if the item was to be purchased new.

C. LEED Progress Reports: Concurrent with each Application for Payment, submit reports

comparing actual construction and purchasing activities with LEED action plans for the

following:

1. Credit MR 2: Waste reduction progress reports complying with Section 01741

"Construction Waste Management and Disposal."

2. Credit MR 3: Salvaged, refurbished, and reused materials.

1.7 QUALITY ASSURANCE

A. LEED Coordinator: We urge the Contractor to engage an experienced LEED-Accredited

Professional to coordinate LEED requirements. LEED coordinator may also serve as waste

management coordinator.

FOR REFRENCE ONLY

Page 177: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID - Becht Hall Renovations Section 01813 - Sustainable Design Requirements – LEED

Demolition & Hazardous Materials Abatement Page 3 of 3

PART 2 - PRODUCTS

2.1 MATERIALS, GENERAL

A. Provide products and procedures necessary to obtain LEED credits required in this Section.

Although other Sections may specify some requirements that contribute to LEED credits, the

Contractor shall determine additional materials and procedures necessary to obtain LEED

credits indicated.

2.2 SALVAGED, REFURBISHED, OR REUSED MATERIALS

A. Credit MR 3: The project's goal, not less than 5 percent of building materials (by cost) shall be

salvaged, refurbished, or reused materials. The following materials may be salvaged,

refurbished, or reused materials:

1. Refer to Division 1 Section 'Selective Structure Demolition' for the items to be salvaged.

PART 3 - EXECUTION

1.1 REFRIGERANT REMOVAL

A. Prerequisite EA 3: Remove CFC-based refrigerants from existing HVAC&R equipment

indicated to remain and replace with refrigerants that are not CFC based. Replace or adjust

existing equipment to accommodate new refrigerant as described in HVAC Sections.

3.2 CONSTRUCTION WASTE MANAGEMENT

A. Credit MR 2: Comply with Section 01741 "Construction Waste Management and Disposal."

END OF SECTION 01813

FOR REFRENCE ONLY

Page 178: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID – Becht Hall Renovations Asbestos Abatement

Demolition & Hazardous Materials Abatement Section 02080 - Page 1 of 32

SECTION 02080 – ASBESTOS ABATEMENT

PART 1 - GENERAL

1.01 RELATED DOCUMENTS

A. The section “Special Requirements” forms a part of this section by reference thereto and shall have the

same force and effect as if printed herewith in full. The Contract Drawings and the Standard Form of

Agreement apply to this Section.

B. The Hazardous Material Survey Reports for Becht Hall can be found in Appendix A. Please refer to

these documents for estimated quantities (+/- 15%) and floor plan diagrams for asbestos containing

materials.

Report 1: “Hazardous Materials Survey Report”, dated May 2010, prepared by Mountain Research,

LLC

Report 2: “Hazardous Materials Survey Report – Addendum #1”, dated July 2010, prepared by

Mountain Research, LLC

Report 3: “Hazardous Materials Survey Report – Addendum #2”, dated March 2011, prepared by

Mountain Research, LLC

Report 4: CL-698 Becht - False Wall Asbestos Test Results 10-14-2011

1.02 SCOPE OF WORK

A. The scope of work for this project covers the supplying of all labor, tools, materials, equipment, services

and appurtenances to accomplish the work below. The work shall be performed to the complete

satisfaction of Clarion University in accordance with the current EPA and OSHA regulations,

Department of Labor & Industry and Department of Environmental Protection regulations, and any other

applicable codes and regulations.

B. Work under this project includes but is not limited to removal and disposal of the asbestos-containing

materials in Division One, Section “Unit Prices”, Part 3, Paragraph A, Unit Price Schedule. Quantities

are being provided for the Contractor’s information. No warranty or representation is being made

as to the accuracy of these quantities. It is the Contractor’s responsibility to field verify the actual

conditions of the facility/work area. It will be the responsibility of the Contractor for the means

and methods that may be required to access and remove all of these materials. Refer to Appendix

A for specific locations of the following materials…

C. The abatement contractor is responsible for confirming quantities of all ACM to be abated and to

note any unusual site conditions that may affect the performance of the work.

1. The Abatement Contractor is responsible for coordinating his work activities with other trades.

2. The Abatement Contractor shall perform work according to a schedule or phasing plan established

by the General Contractor.

3. The Abatement Contractor shall coordinate the locations of waste dumpsters and/or temporary

storage of materials with the General Contractor and Owner.

FOR REFRENCE ONLY

Page 179: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID – Becht Hall Renovations Asbestos Abatement

Demolition & Hazardous Materials Abatement Section 02080 - Page 2 of 32

1.03 TASKS: BRIEF SUMMARY OF WORK

A. Pre-abatement Activities including pre-abatement meeting, inspection, notifications, permits, submittal

approvals, preparations, emergency arrangements and standard operating procedures.

B. Abatement Activities including removal, encapsulation and disposal of contaminated waste,

Record- keeping, security and inspection and monitoring.

C. Cleaning and Decontaminating Activities including final inspection and testing and certification of

contamination.

1.04 CONTRACTOR'S USE OF PREMISES

The Contractor has access only to Moore Hall (outside of Becht Hall) and to the Becht Steam Room /

Steam Tunnel.

1.05 STOP ASBESTOS REMOVAL

If the Building Owner presents a written stop asbestos removal order immediately stop all asbestos

removal and initiate fiber reduction activities. Do not resume asbestos removal until authorized in

writing by the Owner. A stop asbestos removal order will be issued at any time the Owner determines

abatement conditions are not within specifications requirements. Stoppage will continue until conditions

have been corrected. Standby time and cost required for corrective action is at contractor's expense. The

occurrence of the following events shall be reported in writing to the Owner and shall require the

contractor to automatically stop asbestos removal and initiate fiber reduction activities.

A. Excessive airborne fibers outside containment area (0.01 f/cc or greater).

B. Break in containment barriers.

C. Loss of negative air pressure (At or below 0.01 inches of water).

D. Serious injury within the containment area.

E. Fire and safety emergency.

F. Respiratory protection system failure.

G. Power failure.

H. Excessive airborne fibers inside containment area (0.5 f/cc or greater when wet methods are

employed).

1.06 DEFINITIONS

Definitions and explanations here are neither complete nor exclusive of all terms used in the Contract

documents, but are general for the work to the extent they are not stated more explicitly in another

element of the contract documents. Drawings must be recognized as diagrammatic in nature and not

completely descriptive of the requirements indicated thereon.

FOR REFRENCE ONLY

Page 180: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID – Becht Hall Renovations Asbestos Abatement

Demolition & Hazardous Materials Abatement Section 02080 - Page 3 of 32

Abatement: A general term used to refer to the various processes used to control asbestos materials in

buildings. Three alternative methods for ACM and/or ACE abatement are removal, encapsulation and

enclosure.

ACS: Asbestos contaminated soil.

Aerosol: Solid or liquid, particles, suspended in air.

Aggressive Sampling: EPA defined clearance sampling method using air-moving equipment such as fans

and leaf blowers to stir the air.

Air Cell: Type of pipe or duct insulation comprised of corrugated cardboard which frequently contains

asbestos combined with cellulose or refractory binders.

Air Monitoring: The process of collecting and analyzing air samples to determine the number of fibers

present per cubic centimeter of air. This overall monitoring procedure is also called Air Testing, or

Testing.

Air Sample Collection Filter: Membrane filter used to collect fibers/particulates that are counted and/or

analyzed. Membrane is usually made of mixed cellulose material for PCM, (phase contrast microscopy)

and polycarbonate or mixed cellulose for TEM (transmission electron microscopy).

Amended Water: Water to which a surfactant has been added.

Asbestos: The general name for a group of fibrous mineral forms including but not limited to chrysotile,

amosite, crocidolite, anthophyllite, actinolite and tremolite.

Asbestos Waste Decontamination Facility: Airlock system consisting of drum/bag washing facilities and

temporary storage area for cleaned containers. Used as exit for waste and equipment leaving the

abatement area. May be used in an emergency to evacuate personnel.

Asbestos-Containing Material (ACM): Any material containing more than 1% (one percent) by weight

of asbestos of any type or mixture.

Asbestos Contaminated Elements (ACE): Building elements such as ceilings, walls, lights and

ductwork that are contaminated by asbestos.

Asbestos-Containing Waste Material: Materials removed from an abatement area, which is or is

suspected of being contaminated with an asbestos-containing material.

Authorized Visitor: Any person approved by the Owner, the contractor or any government agency,

which has proven jurisdiction over asbestos-related work.

Barrier: Any surface that seals the work area to inhibit the movement of fibers.

Breathing Zone: A hemisphere forward of the shoulders with a radius of approximately 6 to 9 inches.

Bridging Encapsulant: An encapsulant that forms a discrete layer on the surface of an asbestos matrix.

Bulk Test: The collection and analysis of samples of suspected asbestos materials. A small amount, or

bulk, of the material is physically removed from the structure and placed in a rigid airtight container for

FOR REFRENCE ONLY

Page 181: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID – Becht Hall Renovations Asbestos Abatement

Demolition & Hazardous Materials Abatement Section 02080 - Page 4 of 32

transportation to an accredited lab for analysis.

Changing Area: Normally the first chamber of the personnel decontamination facilities, i.e., the "clean

room".

Clearance Sample: An area sample taken to ascertain airborne fiber levels after removal clean-up and

final inspection have been completed. Performed by the Owner's I.H. consultant.

Count: Refers to "Fiber Count," or the average number of asbestos fibers greater than five micrometers

in length per cubic centimeter of air.

Demolition: The removal of any building component, system, finish or assembly of a facility.

Disposal Bag: 6 mil thick, air-liquid leak proof plastic bags used for transporting asbestos waste from

abatement areas to disposal site. Each is labeled in accordance with OSHA regulations.

Drum: A rigid, impermeable container made of cardboard, metal or plastic which can be sealed in an air

and watertight manner.

Encapsulant: A material that surrounds or embeds asbestos fibers in an adhesive matrix and prevents

release of fibers.

Encapsulation: Treatment of ACM with an encapsulant.

Enclosure: The construction of an air-tight, impermeable, permanent barrier around ACM to control the

release of asbestos fibers into the air.

Entrance Port: A name sometimes used for the main entrance airlock in an OSHA defined negative

air containment area.

EDF: Equipment Decontamination Facility.

F/cc: Abbreviation for fibers per cubic centimeter of air and standard measurement units used to measure

the level of asbestos contamination in the air.

Filter: A media component used in respirators or other equipment to remove solid or liquid particles

from the air.

Friable Asbestos Containing Material (F-ACM): Material that contains more than 1.0%asbestos by

weight, which can be crumbled, pulverized, or reduced to powder by hand pressure when dry. In

Allegheny County all asbestos is considered friable.

Glove Bag: A sack (typically constructed of 6 mil transparent polyethylene or polyvinyl chloride plastic)

with two inward projecting long sleeve gloves, which are designed to enclose an object from which an

ACM is to be removed.

High-Efficiency Particulate Absolute (HEPA) Filter: A filter which removes from the air 99.97% or

more of monodisperse dioctyl phthalate (DOP) particles having a mean diameter of 0.3 micrometer.

HEPA Filter Vacuum Cleaner: High efficiency particulate (absolute) vacuum collection equipment with

a HEPA filter system capable of collecting and retaining asbestos fibers.

FOR REFRENCE ONLY

Page 182: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID – Becht Hall Renovations Asbestos Abatement

Demolition & Hazardous Materials Abatement Section 02080 - Page 5 of 32

Industrial Hygienist (I.H.) is a person with a college degree in engineering, chemistry, physics, medicine

or related physical and biological science and a competence in Industrial Hygiene acquired through

special studies and training. Meets all definition requirements of the American Industrial Hygiene

Association (AIHA).

I.H. Technician is a person working under the supervision of the I.H. with special training, experience,

certifications and licenses required for the industrial hygiene work assigned to perform. Requires a

minimum experience as I. H. technician on three projects of similar size and complexity to this project.

Lock-Back: Encapsulation of all surfaces involves in abatement at the conclusion of ACM removal and

before removal of primary barriers.

MCEF: Cellulose ester filter.

Negative Pressure: Air pressure lower than surrounding areas, created by exhausting air from a sealed

space (work area).

Negative Pressure Respirator: A respirator in which the air pressure inside the respiratory-inlet covering

is positive during exhalation in relation to the air pressure of the outside atmosphere and negative during

inhalation in relation to the air pressure of the outside atmosphere.

Negative Pressure System: A local exhaust system, utilizing HEPA filtration capable of maintaining a

negative pressure inside the work area and a constant air flow from adjacent areas into the work area and

exhausting that air outdoors.

NESHAP: National Emission Standards for Hazardous Air Pollutants.

Non – Friable Asbestos –Containing Material (NF-ACM): Material that cantains more than 1% percent)

asbestos by weight but cannot be crumbled, pulverized, or reduced to powder by and

pressure when dry. Non-friable asbestos materials can release asbestos fibers when power tools such as

grinders, drills, sanders, etc. are used on them.

OV: Organic vapor.

PAPR: Powered Air-Purifying Respirator.

PCM: Abbreviation for phase contrast microscopy. Phase contrast microscopy utilizes a light

microscope for the purpose of counting fibers. Reference NIOSH 7400 Method.

PDF: Personnel Decontamination Facilities.

Penetrating Encapsulant: Encapsulant that is absorbed by the asbestos matrix without leaving a discrete

surface layer.

Personal Air Sampling: Air sample collected with a special battery-powered portable pump unit that is

fitted on the body of the monitored person. The collection device (filter cassette) is located within the

individual's breathing zone.

Personal Monitoring: Sampling of the asbestos fiber concentrations within the breathing zone of a

person.

Plastic Sheeting: Barrier material not as strong as polyethylene.

FOR REFRENCE ONLY

Page 183: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID – Becht Hall Renovations Asbestos Abatement

Demolition & Hazardous Materials Abatement Section 02080 - Page 6 of 32

PLM: Abbreviation for polarized light microscopy with dispersion staining utilizing light microscopy and

refractive indices to identify type of asbestos present.

Polyethylene Sheeting: Strong plastic barrier material usually transparent.

Positive/Negative Pressure Fit Test: A negative-pressure respirator fit check, performed by placing the

palm of one hand over the exhalation valve and exhaling (positive pressure) and feeling for exhalation

valve and exhaling (positive pressure) and feeling for face-to-face fit leakage or, covering the filters

cartridges with the palms of the hand and inhaling (negative pressure) while feeling for face-to-face fit

leakage.

Pressure Differential System: System, which restricts airflow from adjacent areas into work area and

continuously filters air from the HEPA filtration machine. Minimal exhaust ventilation is

utilized by maintaining a pressure differential of 0.02" of H20.

Protection Factor: The ratio of the ambient concentration of an airborne substance to the concentration of

the substance inside the respirator at the breathing zone of the wearer. The protection factor is a measure

of the degree of protection provided by a respirator.

QNFT: Quantitative fit test.

Removal: Means removal of ACM and ACE. Accomplished with tools such as scrapers, chisels and

nylon brushes.

Removal Encapsulant: A penetrating encapsulant specifically designed for removal of ACM rather than

encapsulation.

Respirator: A device designed to protect the wearer from the inhalation of harmful atmospheres.

Respiratory Protection Program Coordinator (RPPC): Individual who is authorized and responsible for

all aspects of the contractor's respiratory protection program (RPP).

RPP: Respiratory Protection Program.

RPPC: Respiratory Protection Program Coordinator.

SAR: Supplied Air Respirator.

SCBA: Self-contained breathing apparatus.

Sealant: Another name for encapsulating material. This term also refers to the paint, which is used to

cover brown coat ceilings after asbestos surfaces have been removed.

Sealed Work Area: Refers to the work area after containment barriers and decontamination facilities

have been erected and a negative pressure air system installed.

Showers: Shower stalls installed in the Personnel Decontamination Facilities and used as part of the

decontamination process required for every person leaving the sealed work areas. Also used in the

Equipment Decontamination Facilities to wash disposal bags.

S.O.P.: Standard Operating Procedures required to be submitted by contractor.

Station Sample or Area Sample: Refers to air samples collected at a specific spot, or station, with

FOR REFRENCE ONLY

Page 184: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID – Becht Hall Renovations Asbestos Abatement

Demolition & Hazardous Materials Abatement Section 02080 - Page 7 of 32

high-volume air pumps.

Surfactant: A chemical wetting agent added to water to improve penetration, thus reducing the quantity

of water required for a given operation or area.

TEM: Abbreviation for transmission electron microscopy. TEM is used for the purpose of fiber

counting and has the analytical capacity of identifying asbestos fibers.

Testing: One of two types of testing done in relation to asbestos bulk and air testing.

VAT: Vinyl-asbestos floor tile.

Visible Emissions: Any emission containing particulate asbestos material that are visually

detectable without the aid of instruments. This does not include condensed uncombined water

vapor.

Wet Cleaning: The process of thoroughly eliminating asbestos contamination from building

surfaces and objects by using cloths, mops, or other cleaning utensils which have been dampened

with amended water or diluted removal encapsulant.

Wetting Agent: See Surfactant.

Work Area: Area where asbestos related work or removal operations are performed which is defined and

isolated to prevent the spread of asbestos dust, fibers or debris, and the entry of unauthorized personnel.

Work area is a Regulated Area as defined by OSHA regulation 29 CFR 1926. Also called containment

area.

Worker Decontamination Facility (WDF): Another name for the main entrance/exit airlock system

consisting of clean/change room, shower facilities, and equipment (dirty room).

1.07 REFERENCED STANDARDS ORGANIZATIONS

The following acronyms or abbreviations, as referenced in contract documents, are defined to mean the

associated names. Both names and addresses are subject to change, and are believed to be, but are not

assured to be, accurate and up-to-date as of date of contract documents.

AIHA American Industrial Hygiene Assoc.

Wolves Ledges Parkway

Akron, OH

ANSI American National Standards Institute

1430 Broadway

New York, NY 10018

212/354-3300

ASTM American Society for Testing and Materials

1916 Race St.

Philadelphia, PA 19103

215/299-5400

FOR REFRENCE ONLY

Page 185: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID – Becht Hall Renovations Asbestos Abatement

Demolition & Hazardous Materials Abatement Section 02080 - Page 8 of 32

CFR Code of Federal Regulations

Available from Government Printing Office

Washington, DC 20420

(usually first published in Federal Register)

CGA Compressed Gas Association

1235 Jefferson Davis Highway

Arlington, VA 22202

703/979-0900

CS Commercial Standard of NBS (U.S. Dept. of Commerce)

Government Printing Office

Washington, DC 20402

EPA Environmental Protection Agency

401 M St., SW

Washington, DC 20460

202/382-3949

MSHA Mine Safety and Health Administration

(Respiratory Protection Division) Ballston Tower #3

Department of Labor

Arlington, VA 22203

703/235-1452

NBS National Bureau of Standards

(U.S. Dept. of Commerce)

Gaithersburg, MD 20234

301/921-1000

NEC National Electrical Code (by NFPA)

NEMA National Electrical Manufacturers Association

2101 L Street, NW

Washington, DC 20037

202/457-8400

NFPA National Fire Protection Association

Batterymarch Park

Quincy, MA 02269

617/770-3000

NIOSH National Institute of Occupational Safety and Health

4676 Columbia Parkway

Cincinnati, OH 45226

513/533-8236

OSHA Occupational Safety and Health Administration

(U.S. Dept. of Labor)

Government Printing Office

Washington, DC 20402

UL Underwriters Laboratories

FOR REFRENCE ONLY

Page 186: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID – Becht Hall Renovations Asbestos Abatement

Demolition & Hazardous Materials Abatement Section 02080 - Page 9 of 32

Northbrook, IL 60062

312/272-8800

USA United States Army - Army Chemical Corps.

Department of Defense

1.08 CODES AND REGULATIONS

A. Except to the extent that more explicit or more stringent requirements are written directly into the

contract documents, all applicable codes, regulations, and standards have the same force and effect (and

are made a part of the contract documents by reference) as if copied directly into the contract documents,

or as if published copies are bound herewith.

B.

C.

The Asbestos Abatement Contractor shall assume full responsibility and liability for the compliance with

all applicable Federal, State, and local regulations pertaining to work practices, hauling and disposal of

ACM and ACE, and protection of workers, visitors to the site, and persons occupying areas adjacent to

the site. Contractor is responsible for providing medical examinations and maintaining medical records

of personnel as required by the applicable Federal, State, and local regulations. Contractor shall hold the

Owner harmless for failure to comply with any applicable work, hauling, disposal, safety, health or other

on the part of himself, his employees, or his subcontractors. Contractor incurs all costs for

sampling/analytical costs for sampling to comply with OSHA regulation.

Abatement Contractor shall determine the applicability of any process patents he/she may be employing

and be responsible for paying any fees, royalties or licenses that may be required for the use of patented

processes.

1.09 FEDERAL REQUIREMENTS

A. Federal requirements which govern asbestos abatement work or hauling and disposal of asbestos waste

materials include, but are not limited to the following:

1. Occupational Safety and Health Administration, (OSHA):

a. Respiratory Protection Title 29, Part 1910, Section 134 of the Code of Federal Regulations,

Construction Industry Title 29, Part 1926, of the Code of Federal Regulations, Asbestos,

29CFR 1926-1101.

b. Access to Employee Exposure and Medical Records Title 29, Part 1910, Section 2 of the

Code of Federal Regulations.

c. Hazard Communication Title 29, Part 1910, Section 1200 of the Code of Federal of

Regulations.

2. U.S. Environmental Protection Agency (EPA):

a. Asbestos Abatement Projects Rule 40 CFR Part 762 CPTS 62044, FRL 2843-9 Federal

Register, Vol. 50 No. 134, July 12, 1985 P28530-28540.

b. Asbestos-Containing Materials in School - 40 CFR Part 763

FOR REFRENCE ONLY

Page 187: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID – Becht Hall Renovations Asbestos Abatement

Demolition & Hazardous Materials Abatement Section 02080 - Page 10 of 32

c. National Emission Standard for Hazardous Air Pollutants, Title 40, Part 61, Sub-part M

(Revised Sub-part B) of the Code of Federal Regulations.

1.10 STATE REQUIREMENTS

A. State Requirements that govern asbestos abatement work or hauling and disposal of asbestos waste

materials include but are not limited to the following:

1. Pennsylvania Department of Environmental Protection (DEP) Title 25, Part I Subpart C, Article III,

Chapters 124, 133 and 137. Contact the PA DER Bureau of Solid Waste Management in Pittsburgh,

PA for details. Phone Number: (412) 665-2900

2. Pennsylvania Department of Labor & Industry - Act 194.

1.11 LOCAL REQUIREMENTS

A. Abide by all local requirements if these requirements are more stringent than state and federal that

govern asbestos abatement work or hauling and disposal of asbestos waste materials.

1.12 STANDARDS

A. Standards that govern asbestos abatement work or hauling and disposal of asbestos waste materials

include but are not limited to the following:

1. American National Standards Institute (ANSI)

1430 Broadway

New York, NY 10018

(212) 354-3300

a. Fundamentals Governing the Design and Operation of Local Exhaust Systems Publications

Z9.2-79

b. 2. Practices for Respiratory Protection Publication Z88.2

B. Standards which govern encapsulation work include but are not limited to the following:

1. American Society for Testing and Materials (ASTM)

1916 Race Street

Philadelphia, PA 19103

(215) 299-5400

a. Specification for Encapsulants for Friable Asbestos Containing Building Materials Proposal

P-189

b. Safety and Health Requirements Relating to Occupational Exposure to Asbestos - E-849-82

FOR REFRENCE ONLY

Page 188: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID – Becht Hall Renovations Asbestos Abatement

Demolition & Hazardous Materials Abatement Section 02080 - Page 11 of 32

1.13 EPA GUIDANCE MATERIALS

A. EPA guidance documents that discuss asbestos abatement work or hauling and disposal of asbestos waste

materials are listed below. These documents are made part of this section by reference. EPA maintains

an information number 1-800-334-8571 and publications can be ordered from (800) 424-9065 (554-1404

in Washington, DC):

1. Guidance for Controlling Asbestos-Containing Materials in Buildings (Purple Book) EPA

560/5-85-024.

2. Asbestos Waste Management Guidance. EPA 530-SW-85-007.

3. Asbestos in Buildings. Simplified Sampling Scheme for Friable Surfacing Materials.

4. Commercial Laboratories with Polarized Light Microscopy Capabilities for bulk asbestos

identification.

5. A Guide to Respiratory Protection for the Asbestos Abatement Industry. EPA-560-OPTS-86-001.

1.14 NOTICES

A. The Abatement Contractor shall send written notification as required by the US EPA, PA Department of

Environmental Protection and PA Department of Labor and Industry.

1. Complete Abatement and Demolition/Renovation Notification Form and Submit to the following

address:

Attn: Asbestos Abatement Permitting

Asbestos Notification

DEP Bureau of Air Quality

P.O. Box 8468

Harrisburg, PA 17105-8468

A photocopy of this notification must be sent to EPA Region III at the following address:

Asbestos NESHAP Coordinator (3WC32)

US EPA Region III

1650 Arch Street

Philadelphia, PA 19103

Notifications must contain original signatures for items 25 and 26 or they will be returned

unprocessed.

Submit copies of notification forms to the Owner for facility records.

FOR REFRENCE ONLY

Page 189: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID – Becht Hall Renovations Asbestos Abatement

Demolition & Hazardous Materials Abatement Section 02080 - Page 12 of 32

1.15 PERMITS

Permits: An annual "Industrial waste hauler permit" specifically for asbestos-containing materials

(ACM), is required for transporting asbestos waste to a disposal site.

1.16 LICENSES

Maintain current licenses as required by applicable state or local jurisdictions for the removal,

transporting, disposal or other regulated activity relative to the work of this contract.

1.17 POSTING AND FILING OF REGULATIONS

Maintain two (2) copies of applicable federal, state and location regulations. Post one copy of each at the

job site where workers will have ready, easy and daily exposure to the text. Keep on file in contractor's

office one copy of each.

1.18 INDEMNIFICATION

A.

B.

C.

.

To the fullest extend permitted by law, the Contractor shall indemnify and hold harmless the owner, the

Owner/Engineer, the Industrial Hygienist, and their agents and employees from and against all claims,

damages, losses, and expenses, including attorney's fees arising out of or resulting from the performance

of the work, provided that any such claim, damage, loss or expense; (a) is attributable to bodily injury to

or destruction of tangible property (other than the work itself), including the loss of use resulting there

from, and, (b) is caused in whole or in part by any negligent act or omission of the Contractor, his/her

subcontractor, anyone directly or indirectly employed by any of them or

Anyone for whose acts any of them may be liable, regardless of whether or not it is caused in party by a

party indemnified hereunder. Such obligation shall not be construed to negate, abridge, or otherwise

reduce any other right or obligation of indemnity, which would otherwise exist as to any party or person,

described in this paragraph.

In any and all claims against the owner, the Owner/Engineer, the Industrial Hygienist, or any of their

agents or employees by any employee of the Contractor, his/her subcontractor, anyone directly or

indirectly employed by any of them or anyone whose acts of them may be liable, the indemnification

obligation shall not be limited in any way by any limitation on the amount or type of damages,

compensation or benefits payable by or for the Contractor or his/her subcontractor under workers' or

workmen's compensation acts, disability benefit acts or other employee benefit acts.

The obligation of the Contractor shall not extend to the liability of the Owner/Engineer or the

Industrial Hygienist, his agents or employees arising out of the preparation or approval of maps,

drawings, opinions, reports, survey, change orders, designs, specifications, monitoring or air sampling.

1.19 PROJECT COORDINATION

Minimum administrative and supervisory requirements necessary for coordination of work on the project

are personnel, contingency arrangements and security.

FOR REFRENCE ONLY

Page 190: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID – Becht Hall Renovations Asbestos Abatement

Demolition & Hazardous Materials Abatement Section 02080 - Page 13 of 32

1.20 PERSONNEL

A. Minimum administrative and supervisory requirements necessary for coordination of work on the project

are personnel, contingency arrangements and security.

Administrative and Supervisory Personnel: Shall consist of appropriate number of qualified or

competent foremen. The contractor's "competent person" as defined by OSHA.

Non-Supervisory Personnel: An adequate number of qualified personnel shall be able to meet the

schedule requirements of the project. Laborers employed for abatement throughout the project shall meet

the minimum qualifications criteria described below. Personnel employed in this abatement work shall

be pre-approved by the Owner’s Representative. Submit a request for approval for any person intended

to be employed in the project with name, social security, and qualifications.

B. Minimum Qualifications: Abatement Construction Company and assigned Personnel for this project

shall meet the following minimum requirements:

1. The-Abatement-Construction-Company: Has an established asbestos abatement business has not

defaulted on any project within the last 3 years; has not been cited or has not been a defending party

of any legal action for violation of asbestos regulations during the last 3 years; carries liability

insurance for asbestos abatement work; is licensed in whatever states is doing business and have

such provisions; has on adequate number of qualified personnel available for this project; has an

established written standard operating procedure for training, medical

surveillance, entry & exit, procedures, respiratory protection, safety, emergency and monitoring; has

available equipment, materials and supplies in adequate quantity, capacity and number to perform

the work of this project.

2. Superintendent and Foremen: The superintendent has 4 years abatement construction experience of

which 2 years as a foreman and 1 year as superintendent. Has completed 4 courses of specialized

training 2 of which on management and supervision of asbestos abatement. Has medical records

and other OSHA requirements. The Foremen have 3 years abatement construction experience of

which 1 year as foremen has completed 2 courses of

specialized training in asbestos abatement construction and regulations. One course shall be on

management of asbestos contracts with content equivalent to the national asbestos training

center/EPA course. Have medical records and other OSHA requirements. Have license where

required by state or local government.

1.21 CONTINGENCY PLANS AND ARRANGEMENTS

Prepare a contingency plan for emergencies including fire, accident, failure of power, failure of negative

air system, failure of supplied air system or any other event that may require modification of standard

operating procedures during abatement. Include specific procedures to ensure safe

exiting and to provide medical attention in the event of an emergency. Post the telephone numbers and

locations of emergency services including fire, ambulance, doctor, hospital, police, power company and

telephone company in the clean room of personnel decontamination facilities. Notify all these emergency

services as to the danger of entering the containment area, and invite them to participate in an

informal training program by the qualified I.H. on relevant aspects of asbestos abatement. Provide

assistance on developing contingency plans for responding safely and efficiently to any emergency

during abatement.

FOR REFRENCE ONLY

Page 191: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID – Becht Hall Renovations Asbestos Abatement

Demolition & Hazardous Materials Abatement Section 02080 - Page 14 of 32

1.22 SECURITY

Provide a security system at the entrance of a containment area with a logbook to ensure that every entry

to the containment area will be logged in and that only properly trained and outfitted workers will be

allowed to enter. Entrance will be allowed also to any authorized Clarion University personnel and

inspectors from regulatory agencies if properly fitted with protective clothing and respirators.

1.23 RESPIRATORY PROTECTION

Provide respiratory protection in accordance with these specifications, the OSHA regulations 29 CFR 1926.1101, 29 CFR 1910, Section 1001, 29 CFR 1910.134, EPA regulations 40 CFR 763.120, 121, ANSI standards Z88.2-1980, CGS Pamphlet G-7 and specification G-7.1, the NIOSH and MSHA standards and the following state and local

requirements. In case of conflict, the most stringent requirements are applicable for this project.

1.24 RESPIRATORY PROTECTION PROGRAM (RPP)

A. Develop, implement and maintain a respiratory protection program consisting of the following

elements:

1. Written statement of company policy, including assignment of individual responsibility,

accountability, and authority for required activities of the respiratory protection program.

2. Written standard operating procedures governing the selection and use of respirators.

3. Respiratory selection (from NIOSH/MSHA approved and certified models) on the basis of hazards

to which the worker is exposed.

4. Medical examination of workers to determine whether or not they may be assigned an activity

where respiratory protection is required.

5. User training in the proper use and limitations of respirators (as well as a way to evaluate the skill

and knowledge obtained by the worker through training).

6. Respiratory fit testing.

7. Regular cleaning and disinfecting of respirators.

8. Routine inspection of respirators during cleaning, and at least once a month and after each use for

those respirators designated for emergency use.

9. Storage of respirators in convenient, clean, and sanitary locations.

10. Surveillance of work area conditions and degree of employee exposure (e.g., through air

monitoring).

11. Regular inspection and evaluation of the continued effectiveness of the program.

12. Recognition and resolution of special problems as they affect respirator use (e.g., facial hair, eye

glasses, etc.)

FOR REFRENCE ONLY

Page 192: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID – Becht Hall Renovations Asbestos Abatement

Demolition & Hazardous Materials Abatement Section 02080 - Page 15 of 32

13. Proper respirator use (procedures for donning and doffing respirators when entering and exiting the

abatement area).

1.25 WRITTEN STATEMENT OF COMPANY POLICY

Provide a written statement of intent to provide a safe and healthful work place for workers. Written

statement shall include assignment of individual responsibility, accountability, enforcement procedures

and authority for required activities of the RPP.

Respirators for abatement work must be selected in accordance with OSHA regulations 29 CFR

1926.1101.

1.26 WORKER PROTECTION AND TRAINING PRIOR TO ENGAGING IN ABATEMENT WORK

Train workers in accordance with OSHA 29 CFR 1926.1101 and this section. Workers shall be

trained and be knowledgeable on the following topics: Methods of recognizing ACM; health effects of

asbestos exposure; effects of smoking and asbestos exposure; activities that could result in hazardous

exposures; protective controls, practices and procedures to minimize exposure including engineering

controls, work practices, respirators, housekeeping procedures, hygiene facilities, protective clothing,

decontamination procedures, emergency procedures and waste transportation and disposal; review OSHA

29 CFR 1910.134 for respirators; medical surveillance program; review OSHA 29 CFR 1926.1101, and

for air monitoring, personnel and area; review this section of the project specifications.

1.27 MEDICAL EXAMINATIONS

Provide medical examinations for all workers and any other employee entering the work area per OSHA

29 CFR 1926.1101 regardless of exposure levels. In addition, the contractor's physician shall perform an

evaluation of each individual's ability to work in heat stress environments.

1.28 PROTECTIVE CLOTHING

Provide boots, hard hats, goggles and gloves for all workers. Equipment shall meet OSHA requirements

for personal protection. Provide all persons entering the work area with disposable full body coveralls,

disposable head covers and 18-inch boot type covers. Ensure that disposable clothes are not be

compromised by employees. Provide disposable plastic or rubber gloves to protect hands. Cloth gloves

may be worn inside the disposable gloves but shall not be used alone. Use tape to secure sleeves at the

wrists and to secure foot coverings at the ankles.

1.29 ENTERING AND EXITING PROCEDURES

Ensure that each time workers enter the work area, they remove all street clothes in the changing room of

the personnel decontamination unit and put on new disposable coveralls, new head covers, and clean

respirators, then proceed through shower room to equipment room, and put on work boots.

.

1.30 DECONTAMINATION PROCEDURES

FOR REFRENCE ONLY

Page 193: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID – Becht Hall Renovations Asbestos Abatement

Demolition & Hazardous Materials Abatement Section 02080 - Page 16 of 32

A. Require that all workers use the following decontamination procedure as a minimum requirement

whenever leaving the work area:

1. When exiting area, remove disposable coveralls, and all other clothes disposable head covers, and

disposable footwear covers or boots in the equipment room.

2. Still wearing respirators and completely naked, proceed to showers. Showering is mandatory.

Care must be taken to follow reasonable procedures in removing the respirator and filters to avoid

asbestos filters while showering. The following procedure is required as a minimum:

a. Thoroughly wet body from neck down. Wet hair as thoroughly as possible without wetting

the respirator filter if using an air purifying type respirator.

b. Take a deep breath, hold it and/or exhale slowly, complete wetting of hair, thoroughly wetting

face, respirator and filter (air purifying respirator). While still holding breath, remove

respirator and hold it away from face before starting to breath.

3. Dispose of wet filters from respirator.

4. Carefully wash face piece of respirator inside and out.

5. Shower completely with soap and water. Rinse thoroughly.

6. Rinse shower room walls and floor prior to exit.

7. Proceed from shower to Changing Room and change into street clothes or into new disposable

work items.

.

1.31 LIMITATIONS WITHIN WORK AREA

Ensure that workers do not eat, drink, smoke, chew gum or tobacco, or in any way break the protection of

the respiratory protection system in the work area.

1.32 DECONTAMINATION FACILITIES

Provide each work area with a personnel and equipment decontamination facilities. Ensure that the

decontamination facilities are the only means of ingress and egress for the work area.

1.33 GENERAL REQUIREMENTS

All persons entering and exiting the work area shall follow the entry and exit procedures required by the

applicable regulations and these specifications. Construct walls and ceilings of decontamination facilities

airtight with at least 6-mil polyethylene sheeting and attach to existing building components or to a

temporary framework. Use a minimum of two layers of 6-mil clear/opaque

polyethylene to cover floor. Construct doors from overlapping polyethylene sheets so that they overlap

adjacent surfaces. Weigh sheets at bottom so that they quickly close after release. Put arrows on sheets

showing direction of overlap and travel. If building is partially occupied construct solid barrier on the

public side to protect sheeting.

FOR REFRENCE ONLY

Page 194: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID – Becht Hall Renovations Asbestos Abatement

Demolition & Hazardous Materials Abatement Section 02080 - Page 17 of 32

1.34 TEMPORARY UTILITIES

Water may be secured from the building's water system provided that back flow protection will be

installed at the point of connection. Water supply must be properly pressure and temperature balanced at

shower discharge. Provide adequate temporary electric power with ground fault protection and overhead

wiring. Provide sub-panel for all temporary power in changing room.

1.35 PERSONNEL DECONTAMINATION FACILITIES (PDF)

A. Provide PDF consisting of serial arrangement of change room, airlock, shower room, airlock, and

equipment room. Provide adequately sized PDF to accommodate the number of employees scheduled for

the project. The center chamber of the five chambers PDF shall be fitted with as many portable walk

through shower stalls as necessary so that all employees will be able to go through the entire

decontamination procedure within 15 minutes. Construct PDF of opaque or colored polyethylene for

privacy. Construct PDF so that it will not allow for parallel routes of exit without showering. The PDF

shall be constructed and arranged as follows:

1. Changing Room of PDF: The changing room of the PDF must be physically and visually separated

from the rest of the building for the purpose of worker changing into protective clothing or dressing

into street clothing. Construct using 6-mil minimum thickness polyethylene sheeting to provide an

airtight room. Provide a minimum of two, three feet wide flapped doorways constructed from sheet

polyethylene. One doorway shall be from the outside and one from the airlock. Maintain floor of

this room dry and clean at all times. Do not allow overflow from shower into this room. Damp

wipe all surfaces twice after each shift change with a disinfectant solution. Provide in this room

adequate supply of disposable bath towels and disposable protective clothing. Provide a portable

Type "ABC" fire extinguisher in this room as per NFPA Standard 10. Require all persons to

remove all street clothes in this room dress in disposable protective clothes. Ensure that any person

entering this room will do so either from the outside with street clothes or from the showers

completely naked and thoroughly washed.

2. Airlock separating changing room and shower room: Construct airlock using 6-mil polyethylene

sheeting. Provide a minimum of two, three feet wide flapped doorways. One doorway shall be to

the changing room the other doorway will be to the shower room. The airlock shall be a minimum

of three feet in length.

3. Shower Room of PDF: The shower room of the PDF provides a completely water tight operational

compartment to be used for transit of all persons exiting the work area from the changing room, or

for showering by all persons headed out of the work area after undressing in

the equipment room. Construct each stall and shower walls so that water running down the walls

will drip into the pan. Install a freely draining smooth wooden floor on top of shower pan.

Separate this room from the rest of the building and the adjacent tool and changing rooms with

airtight walls fabricated of a minimum 6 mil polyethylene. Provide splash-proof entrances to the

adjacent airlocks. Provide showerheads and controls, temporary cold and hot water and drainage,

soap dish and continuous supply of soap and maintain sanitary conditions. Arrange controls so that

a single individual can shower without assistance. Provide flexible hoses showerhead and a hose

bib. Pump wastewater to drain or storage for use as amended water. If pumped to drain, provide 20

micron and 5 micron wastewater filters in line to drain. Change filters daily. Locate filters inside

FOR REFRENCE ONLY

Page 195: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID – Becht Hall Renovations Asbestos Abatement

Demolition & Hazardous Materials Abatement Section 02080 - Page 18 of 32

shower so that water lost during filter changes drains into shower pan. Hose down all surfaces of

the showers room after each shift and clean debris from the shower pan. Dispose of residue as

asbestos contaminated waste.

4. Airlock Separating Shower Room and Equipment Room: Construct airlock using 6-mil

polyethylene sheeting. Provide a minimum of two, three feet wide flapped doorways. One

doorway shall be to the shower room the other doorway will be to the equipment room. The

airlock shall be minimum of three feet in length.

5. Equipment Room of PDF: The equipment room of the PDF provides a completely airtight

compartment to be used to store work equipment, reusable footwear and warm clothing and as a

transit and change station. Separate this room from the work area by a minimum 3' wide flap door

of 6-mil polyethylene sheeting. Separate this room from the airlock, the work area and

other rooms with airtight walls and ceiling constructed of a minimum 6-milpolyethylene sheeting.

Damp wipe clean all surfaces of the equipment room after each shift change. Provide an additional

floor layer of 6-mil clear polyethylene sheeting per shift change and remove contaminated layer

after each shift. Provide temporary electrical sub-panel in this room to accommodate any power

tools and equipment in work area. Provide benches for workers to sit.

1.36 EQUIPMENT DECONTAMINATION FACILITIES (EDF)

A. Provide an EDF consisting of a serial arrangement of washroom, holding room and clean room for

removal of equipment and material from work area. Do not allow entry or exit of people through EDF for

other than emergencies. Clean debris and residue from inside EDF on a daily basis. Wipe down or hose

down all surfaces after each shift and clean shower pan from debris.

B. Wash Down Station: Provide an enclosed shower unit located in work area just outside wash Room as an

equipment, bag and container cleaning station.

C. Wash Room: Provide washroom for cleaning of bagged or containerized asbestos-containing waste

materials passed from the work area. Construct washroom of 2x4 wood framing and flame-resistant

polyethylene sheeting, at least 6 mil in thickness. Locate room so that packaged materials, after being

wiped clean can be passed to the Holding Room. Separate this room from the work area by a

single flap of 6-mil polyethylene sheeting.

D. Holding Room: Provide Holding Room as a drop location for bagged asbestos-containing materials

passed from the Wash Room. Construct Holding Room of 2x4 wood framing and lame-resistant

polyethylene sheeting, at least 6 mil in thickness and located so that bagged materials cannot be passed

from the Wash Room through the Holding Room to the Clean Room. Separate this room from the

adjacent rooms by double flaps fabricated from +/- 1/16 inch thick single ply rubber roofing material

either EDPM (ethylene-propylene or Neoprene.

E. Clean Room: Provide a clean room to isolate the Holding Room from the building exterior. Construct

Clean Room of 2x4 wood framing and polyethylene sheeting, at least 6 mil thickness to provide access to

the Holding Room from the building exterior. Separate this room from the exterior by a single flap of 6-

mil polyethylene sheeting. When a pressure differential system is selected, a rigid enclosure separation

between the EDF clean room and adjacent areas will be constructed.

FOR REFRENCE ONLY

Page 196: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID – Becht Hall Renovations Asbestos Abatement

Demolition & Hazardous Materials Abatement Section 02080 - Page 19 of 32

1.37 EQUIPMENT DECONTAMINATION PROCEDURES

At wash down station, thoroughly wet-clean contaminated equipment and/or sealed polyethylene bags

and pass into wash room. When passing equipment and/or containers into the washroom, close all

doorways of the EDF, other than the doorway between the wash down station and the washroom. Keep

all outside personnel clear of the EDF. Once inside the washroom, wet-clean the bags and/or equipment.

When cleaning is complete pass items into Holding Room. Close all doorways except the doorway

between the holding room and the clean room. Workers from the building exterior shall enter Holding

Room area and remove decontaminated equipment and/or containers for disposal.

Require these workers to wear full protective clothing and appropriate respiratory protection. At no time

is a worker from an uncontaminated area allowed to enter the enclosure when a removal worker is inside.

1.38 NEGATIVE PRESSURE FILTRATION SYSTEMS

Provide enough HEPA filtered negative air units to completely exchange air in the work area 4

times/hour. Demonstrate the number of units needed per work area for 4 room air changes by calculating

the volume flow rate (cfm) delivered by each unit under 2" pressure drop across filters. Provide at least

one standby unit in the event of a machine failure or emergency such as contamination in surrounding

non-work area. When a pressure differential system is selected provide enough HEPA filtration units to

filter and circulate the air in the work area at a rate of 4 room air changes per hour.

1.39 NEGATIVE AIR MACHINES (HEPA UNITS)

A. Cabinet: Shall be constructed of steel or other durable materials able to withstand damage from rough

handling and transportation. Width of the cabinet should be less than 30 inches to fit through

standard-size doorways. Cabinet shall be factory sealed to prevent asbestos-containing dusts from being

released during use, transport, or maintenance. Access to and replacement of all filters shall be

from intake end. Unit shall be mounted on casters or wheels.

B. Fans: Rate capacity of fan according to usable air-moving capacity under actual operating conditions.

Use centrifugal-type fan.

C. Final Filters: The final filter shall be the HEPA type. The filter media (folded into closely pleated

panels) must be completely sealed on all edges with a structurally rigid frame:

D. Instrumentation: Each unit shall be equipped with a Magnahelic gauge or manometer to measure

the pressure drop across filters and to indicate when filters have become loaded and need to be changed.

A table indicating the useable air-handling capacity for various static pressure readings on the

Magnahelic gauge shall be affixed near the gauge for reference, or the Magnahelic reading indicating at

what point the filters should be changed, noting Cubic Feet per Minute (CFM) air delivery calibration at

that point. Provide units equipped with an elapsed time meter to show the total accumulated hours of

operation.

E. Safety and Warning Devices: Provide an electrical (or mechanical) lockout to prevent fan from operating

without a HEPA filter. Units shall be equipped with automatic shutdown system to stop fan in the event

of a major rupture in the HEPA filter or blocked air discharge. Warning lights are required to indicated

normal operation, too high a pressure drop across the filters (i.e., filter overloading), and too low of a

pressure drop (i.e., major rupture in HEPA filter or obstructed discharge).

F. Electrical components shall be approved by Underwriter's Laboratories (UL) and the National Electrical

Manufacturers Association (NEMA). Each unit shall be equipped with overload protection sized for the

equipment. The motor, fan, fan housing, and cabinet shall be grounded.

FOR REFRENCE ONLY

Page 197: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID – Becht Hall Renovations Asbestos Abatement

Demolition & Hazardous Materials Abatement Section 02080 - Page 20 of 32

1.40 MONITORING

Continuously monitor and record the pressure differential between the work area and the building outside

of the work area.

1.41 SUPPLEMENTAL MAKEUP AIR INLETS

Provide where required for proper airflow through the workspace by making openings in the plastic

sheeting to allow air from outside the building into the work area. Locate auxiliary makeup air inlets as

far as possible from the exhaust unit (e.g., on an opposite wall), off the floor (preferably near the ceiling),

and away from barriers that separate the work area from occupied clean areas. Cover with flaps to reseal

automatically if the negative pressure system should shut down for any reason. Spray flap and around

opening with spray adhesive so that flap seals if it closes.

1.42 TESTING THE SYSTEM

Test negative pressure system before any ACM is wetted or removed. After the work area has been

prepared, the decontamination facility set up, and the exhaust unit(s) installed, start the unit(s) (one

at a time). Demonstrate operation and testing of negative pressure system to the Owner's Representative.

1.43 DEMONSTRATION OF NEGATIVE AIR SYSTEM OPERATION

A. Demonstrate the operation of the negative pressure system to the I.H. to include, but not be limited to, the

following:

1.

Plastic barriers and sheeting move lightly in toward work area.

2. Curtain of decontamination units move lightly in toward work area. Demonstrate pressure

differential system will maintain -0.02" of H2O.

3. Noticeable movement of air through the decontamination unit. Use smoke tube to demonstrate air

movement from Clean Room to Shower Room, from Shower Room to Equipment Room, and from

Equipment Room to Work Area.

4. Positive motion of air across all areas in which work is to be performed. Use smoke tubes to

demonstrate air motion. Use a differential pressure meter or manometer to demonstrate a pressure

difference of at least 0.02 inches of water across every barrier separating the Work Area from the

balance of the building or outside. Modify the negative pressure system as necessary to

successfully demonstrate the above.

1.44 USE OF SYSTEM DURING ABATEMENT OPERATIONS

Start exhaust units before beginning work (before any ACM is disturbed). After abatement work has

begun, run units continuously to maintain a constant negative pressure until decontamination of the work

area is complete. Do not turn off units at the end of the work shift or when abatement operations

temporarily stop. Do not shut down negative air system during abatement operations procedures, unless

FOR REFRENCE ONLY

Page 198: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID – Becht Hall Renovations Asbestos Abatement

Demolition & Hazardous Materials Abatement Section 02080 - Page 21 of 32

authorized by the Owner’s Representative in writing. Start abatement work at a location farthest from the

exhaust units and proceed toward them. If an electric power failure occurs, immediately stop all removal

work and do not resume until power is restored and all exhaust units are operating again. At completion

of abatement work, allow exhaust units to run as specified under this section, to remove airborne fibers

that may have been generated during abatement work and cleanup and to purge the work area with clean

makeup air. Units may be required to run after decontamination, if dry or only partially wetted asbestos

material was encountered during any abatement work.

1.45 DISMANTLING THE SYSTEM

When a final inspection and the results of the final air tests indicate that the area has been

decontaminated, exhaust units may be removed from the work area. Before removal from the work area,

remove and properly dispose of pre-filters, and seal intake to the machine with 6 mil polyethylene to

prevent environmental contamination from the pre-filters.

1.46 CONTAINMENT BARRIERS AND COVERINGS OF WORK AREA

Seal off perimeter of work area to completely isolate abatement areas and to contain all airborne asbestos

contamination created by abatement work. Cover all windows, doors, ducts, vents and any other surface

that acts as a route of entry/exit into the work area. These are considered critical barriers and must be

maintained at all times. Should the area beyond the seal off limits become contaminated as a

consequence of the work, enclose those areas in accordance with procedures described in this section at

no additional cost.

1.47 PREPARATION PRIOR TO SEALING OFF

Place all tools, scaffolding, staging, etc. necessary for the work in the area to be isolated prior to erection

of temporary plastic sheeting enclosure. Remove all uncontaminated removable furniture, equipment,

and/or supplies from the work area before commencing work, or completely cover with two layers of

polyethylene sheeting, at least 6 mil in thickness, securely taped in place with duct tape. Such furniture

and equipment shall be considered outside the work area unless covering plastic or seal is breached.

Disable ventilating systems or any other system bringing air into or out of the work area. Disable system

utilizing positive means that will prevent accidental premature restarting of equipment, i.e., disconnecting

wires, removing circuit breakers, lockable switch, etc.

1.48 CONTROL ACCESS TO WORK AREA

Permit access to the work area only through the PDF. All other means of access shall be closed off and

sealed and warning signs displayed on the clean side of the sealed access. Where the work area is

immediately adjacent to occupied areas, provide a visual barrier of opaque polyethylene sheeting at least

6 mil in thickness so that the work procedures are not visible to building occupants. Where the area

adjacent to the work area is accessible to the public, construct a solid barrier on the public side of the

sheeting to protect the sheeting. Construct barrier with nominal 2 X 4 wood or metal

studs 16" on center, securely anchored to prevent movement, covered with minimum 1/4" thick

hardboard, 1/2" gypsum wallboard or 1/2" plywood. Provide warning signs at each visual and physical

barrier per OSHA requirements. Do not proceed with any such alternatives without prior written

approval by the Owner

FOR REFRENCE ONLY

Page 199: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID – Becht Hall Renovations Asbestos Abatement

Demolition & Hazardous Materials Abatement Section 02080 - Page 22 of 32

1.49 CRITICAL BARRIERS

Completely separate the work area from other portion of the building, with sheet plastic barriers at least 6

mil in thickness, or by sealing with duct tape. Individually seal all ventilation openings (supply and exhaust), lighting fixtures, doorways, windows, convectors and speakers, and other openings into the work area with duct tape alone or with polyethylene sheeting at least 6 mil in thickness, taped securely in place with duct tape. Maintain seal until

all work including project decontamination is completed. Take care in sealing off lighting fixtures to

avoid melting or burning of sheeting. Provide sheet plastic barriers at least 6 mil in thickness as required

to completely seal openings from the work area into adjacent areas. Seal the perimeter of all sheet plastic

barriers with duct tape or spray cement.

1.50 PRIMARY BARRIERS

Clean all contaminated furniture, equipment and supplies with HEPA vacuum cleaner or wet cleaning, as

specified in this Section, prior to being moved or covered. Clean all surfaces in work area with HEPA

vacuum or by wet wiping prior to the installation of any sheet plastic. Enclose work area with two layers

of plastic sheeting on floor and one layer on walls. Cover floor of work area with 2 individual layers of

clear flame-resistant polyethylene sheeting, each at least 6 mil in thickness, turn up walls at least 12

inches to form a sharp right angle bend at junction of floor and wall so that there is no radius which could

be stepped on causing the wall attachment to be pulled loose. Both spray-glue and duct tape all seams in

floor coverings. Locate seams in top layer six feet from, or at right angles to, seams in bottom layer.

Install sheeting so that top layer can be removed independently from bottom layer. Remove all electrical

and mechanical items, such as lighting

fixtures, clocks, diffusers, registers, etc., which cover any part of the surface to be worked on with the

work. Cover all walls in work area including critical sheet plastic barriers with one layer of flame

resistant polyethylene sheeting, at least 6 mil in thickness, mechanically supported and sealed with duct

tape or spray-glue in the same manner as "Critical Barrier" sheet plastic barriers. Tape all joints with

duct tape.

1.51 SECONDARY BARRIERS

Secondary layer of plastic as a drop cloth to protect the primary layer from debris generated by the

asbestos abatement work is specified elsewhere in this section.

1.52 EXTENSION OF WORK AREA

If the enclosure barrier is breeched in any manner that could allow the passage of asbestos debris or

airborne fibers, then where possible, add affected area to the work area. Enclose contaminated area as

described by this Section of the specification and decontaminate. If contaminated area cannot be

added to work area, decontamination measures shall start immediately after contamination is discovered

and work will stop in work area. Decontamination procedures will continue until exposure returns to

background levels.

1.53 MONITORING, INSPECTION AND TESTING

A.

Monitoring, Inspection and Testing throughout abatement work monitoring, inspection and testing inside

the work area in accordance with OSHA requirements and these specifications. The Owner will employ

an independent industrial hygienist Contractor to perform various services. The Contractor will perform

the necessary monitoring, inspection, testing and other support services to ensure that work proceeds in

accordance with these specifications, that the abated areas or abated buildings have been successfully

decontaminated.

FOR REFRENCE ONLY

Page 200: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID – Becht Hall Renovations Asbestos Abatement

Demolition & Hazardous Materials Abatement Section 02080 - Page 23 of 32

B.

If fibers counted by the consultant during abatement work, either inside or outside the work area utilizing

NIOSH 7400 air-monitoring methods exceed the specified respective limits, then contractor shall stop

work. Asbestos contractor may request confirmation of above results by analysis of samples with TEM.

Cost for the confirmation of results will be born by the contractor for both the collection and

analysis of samples and for the time delay that may result for this confirmation.

1.54 OUTLINE SCOPE OF SERVICES OF THE INDUSTRIAL HYGIENE CONSULTANT

A. The purpose of the work of the Consultant is to: Assure quality, resolve problems, and prevent the spread

of contamination beyond the work area. In addition, the Consultant's work includes performance of final

inspection and testing to determine whether a space or a building has been adequately decontaminated.

All air monitoring is to be done utilizing PCM with an option to utilize TEM analysis. The consultant

will perform the following tasks:

1. Establish background levels a day before abatement work will start. This will include taking

background samples (at least 5) and retaining samples for possible TEM analysis.

2. Perform continuous air monitoring, inspection and testing outside the work during actual abatement

work area to detect any faults in the work area isolation and any adverse impact of surroundings

from work area activities.

3. Perform unannounced site visits to spot-check overall compliance of work with contract

documents. These visits may include any inspection, monitoring and testing inside and outside the

work area and all aspects of operation except personnel monitoring.

4. Perform final inspection and testing of a decontaminated area or building at the conclusion of the

abatement and clean-up work to certify compliance with specified decontamination standards.

1.55 STANDARD OPERATING PROCEDURES (SOP)

A. Asbestos Contractor shall have established standard operating procedures (SOP) in printed form and

loose-leaf folder consisting of simplified text, diagrams, sketches and pictures that establish and explains

clearly the ways and procedures to be followed during all phases of work by his employees. The SOP

must be modified as necessary to address any specific requirements of the project and shall be submitted

for review and approval prior to the start of any abatement work. The minimum topics and areas to be

covered by the SOP are:

1. Minimum Personnel Qualifications.

2. Contingency Plans and Arrangements.

3. Security and Safety in the Workplace.

4. Respiratory Protection Systems and Training.

5. Worker Protection, Medical Examinations, Record keeping, Protective Clothing, Entering and

Exiting Procedures.

6. Work Area Limitations.

FOR REFRENCE ONLY

Page 201: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID – Becht Hall Renovations Asbestos Abatement

Demolition & Hazardous Materials Abatement Section 02080 - Page 24 of 32

7. Decontamination Facilities, PDF and EDF.

8. Negative Pressure Systems.

9. Containment Barriers and Coverings of Work Area.

10. Monitoring, Inspection and Testing.

11. Removal of ACM and ACE.

12. Project Decontamination.

13. Encapsulation of Procedures.

14. Work Area Clearance.

15. Disposal of ACM and ACE Waste

16. Project Closeout.

1.56 SUBMITTALS

A. Submit to the Owner a minimum of 10 days prior to commencement of work for review and approval the

following:

1. Detailed work schedule for the entire project reflecting contract documents and the phasing and

schedule requirement.

2. Staff organization chart showing all persons to be employed in what capacity. Their identification

and qualifications, the "Certificate of Worker's Training" and the "Affidavit of Medical

Surveillance and Respiratory Protection". Provide evidence of qualifications training and

licensing.

3. The specifics of the material and equipment to be used for this project with brand names, model

numbers, performance characteristics, pictures or diagrams, and number available, for the

following:

a. Negative pressure air units, HEPA vacuums, air monitoring pumps and calibration devices,

pressure differential monitor/recorder and emergency power systems.

b. Wastewater filtration system, shower stall and containment barriers.

c. Encapsulant sprayers, low-pressure water sprayers, bridging encapsulant, glove bags, removal

tools and fire extinguishers.

d. Respirators and protective clothing.

4. Specific notifications and arrangements made with regulatory entities having jurisdiction and

the specific contingency arrangements made with local health, fire and safety authorities and any

other notifications and arrangements required by the specifications.

FOR REFRENCE ONLY

Page 202: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID – Becht Hall Renovations Asbestos Abatement

Demolition & Hazardous Materials Abatement Section 02080 - Page 25 of 32

5. Name, location and phone number of the landfill, proof that landfill is approved for ACM disposal,

the type of trucks for waste transportation, and if a waste disposal sub-contractor will be used,

provide name, address and phone number of sub-contractor.

6. Qualifications Verification: Submit the following evidence of qualifications. Ensure that all

references are current and verifiable by phone numbers provided and documentation submitted.

a. List project experience for the past 5 years, the top projects most similar to this project.

Include the project name, start and completion dates, reference name and telephone number,

the contract cost and other pertinent information.

b. List projects halted by an Owner, A/E, I.H. or regulatory agencies within the past 5 years. List

the reason for the work stoppage, date corrective actions reference names and telephone

numbers.

c. List asbestos abatement citations, penalties, damages paid and legal actions taken against the

company in last five years. Provide full references for easy verification.

7. Personnel:

a. Superintendent and Foremen - Provide copies of training certificates, years of abatement

experience, years of abatement experience as superintendent and as foreman, current medical

exams and respiratory fit test documentation.

b. Laborers - Provide copies of training certificates, current medical exams and respiratory fit

tests.

8. Licenses, Insurance, Standard Operating Procedure:

a. Provide copies of current licenses from regulatory agencies.

b. Provide copies of certificates of insurance.

c. Provide copies of the following: information on who provides training and how often, who

provides medical surveillance and how often.

9. ENCAPSULANTS

1. Submit before start of work product data for surfactants and/or removal Encapsulants,

instructions for use and recommendations of manufacturer and data substantiating compliance

with requirements.

2. Submit certification from manufacturer that the wetting product will wet ACM as required by

NESHAP’s 40 CFR 61, Subpart M.

3. Submit the material safety data sheet in accordance with OSHA Standard 29 CFR 1910.1200,

for each encapsulant and any other hazardous substance (as defined CFR1910.1200).

FOR REFRENCE ONLY

Page 203: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID – Becht Hall Renovations Asbestos Abatement

Demolition & Hazardous Materials Abatement Section 02080 - Page 26 of 32

1.57 SUBMITTALS AT COMPLETION OF ABATEMENT

The contractor shall submit a project report consisting of the daily log book and the documentation of

events during abatement, waste disposal manifests and receipts signed by the operator of licensed landfill,

air sampling records, and certification that asbestos was abated according to applicable regulations.

PART 2 - PRODUCTS

2.01 ASBESTOS ABATEMENT PRODUCTS

A. The list of required equipment and materials will include, but is not necessarily limited to the following:

1. Respirators: Provide respiratory protection in accordance with OSHA Regulation 29 CFR

1926.1101 and ANSI Z88.2-1980. No employee or visitor shall enter the area without this

protection until all visible asbestos has been removed from this area. Employees or visitors shall

wear this type respirator. Respirators shall be NIOSH/MSHA approved.

2. Protective Clothing

3. Recyclable protective clothing shall be 1-piece with fully closable openings, integrated plastic bands at the wrists, waist, head and ankles. Provide foot coverings compatible with recyclable clothing.

4. Wetting Agents - The asbestos material will be sprayed with water containing an additive to

enhance penetration. The additive, or wetting agent, will be polyoxethylene at a concentration of

one (1) ounce per five (5) gallons of water. A fine spray of this solution must be applied to prevent

fiber disturbance preceding the removal of the asbestos material. The asbestos will be sufficiently

saturated to prevent emission of airborne fibers in excess of the exposure limits prescribed in the

current OSHA standards referenced in these specifications.

5. Polyethylene sheeting: Six (6) mills, for vertical protection (walls, doors, and windows) and for all

other uses (floors, fixed equipment, HVAC supply and return openings).

6. Polyethylene bags (with warning labels) 6-mil (.006") minimum for disposal. All asbestos that is

removed shall be double bagged.

7. Tape: High quality vinyl or fabric dust tape.

8. Negative Pressure Filtration Equipment: Air movement and filtering equipment equipped with

HEPA filters rated at 99.97% removal down to 0.3 microns, and of sufficient capacity to provide a

minimum of four (4) air changes per hour for each active work area.

9. Airless Spray Equipment: Electric airless spray equipment for saturating and mist fiber control.

Low pressure (500 psi) equipment must be available on-site and utilized as required.

10. Vacuum: HEPA rated for surface cleaning and housekeeping. Hand operated and power tools

such as, but not limited to, saws, scorers, abrasive wheels and drills should be provided with local

exhaust ventilation systems with HEPA filters.

11. Hand tools: Brooms, plastic shovels, scrapers, brushes, etc., in sufficient quantity to ensure the

appropriate level of housekeeping.

12. Water Filtration System: Shower and contaminated water filtration system.

FOR REFRENCE ONLY

Page 204: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID – Becht Hall Renovations Asbestos Abatement

Demolition & Hazardous Materials Abatement Section 02080 - Page 27 of 32

13.

GFI Equipment: All electrical connectors in the work area must be through "ground fault"

protected.

14. Flooring Removal Machine: Infra-red heat unit with HEPA filtration/purification system

outlets/circuits

15. Shot Blasting Machine: Used for adhesive removal - a dust free, self-contained surface preparation

system for use on concrete floors, consisting of a shot blasting device utilizing steel abrasive shot

specially sized for adhesive removal and a separate dust collector vacuum device equipped with a

HEPA filtration system. Debris shall be transferred directly into DOT H-17, 55-gallon drums for

disposal as asbestos waste, with no transfer to other disposal containers required.

16. Glove Bags: Glove bags if used on this project are Asbestos Control Technology ProfoBag, or

approved equal.

17. Penetrating Encapsulant: Penetrating encapsulants to be used on this project are International

Cellulose Corporation SK-13 Asbestos Encapsulant, International Protective Coatings Corporation

Serpiflex Shield, Fiberlock Technology ABC Asbestos Binding Compound Concentrate, and others

listed as acceptable in the Environmental Protection Agency - Battelle Laboratory Encapsulant

Study, or approved equal.

18. Bridging Encapsulant: Bridging encapsulants to be used on this project are American Coatings

Corporation Cable Coating 2B, Decadex Laboratories Firecheck, Fiberlock Technology ABC

Asbestos Binding Compound Concentrate, or approved equal.

2.02 PERSONNEL PROTECTION

A. Personnel protection is required for laborers, mechanics, supervision and visitors at the work site during

the set-up and abatement operations

B. Each worker shall be supplied with a minimum of two (2) complete protective work clothes and

respirator filter changes per day for the complete duration of the project. Hard hats are required which

meet ANSI Z-89.1 standards. Safety toe footwear is to be worn underneath the disposable or recyclable

shoe covers and must meet the requirements and specifications in ANSI Z-41-1. Eye wear and face

protection must meet the standards and specifications of ANSI Z-87.1.

C. In addition to sets of protective work clothes for workers, the Contractor shall have on hand two (2)

additional sets of disposable or recyclable work clothes, per day and respirators for personnel who are

authorized to inspect the work site. Hard hats are required which meet ANSI Z-89.1 standards. Safety

toe footwear is to be worn underneath the disposable or recyclable shoe covers and must meet the

requirements and specifications in ANSI Z-41.1. Eye wear and face protection must meet the standards

and specifications of ANSA Z-87.1.

D. Respirators approved for asbestos use and laborers and mechanics as a minimum will wear protective

work clothes during set-up operations (plastic draping, light-fixture dropping or removal,

etc.).

E. All personnel in the active work area will wear appropriate respirators.

FOR REFRENCE ONLY

Page 205: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID – Becht Hall Renovations Asbestos Abatement

Demolition & Hazardous Materials Abatement Section 02080 - Page 28 of 32

F. Upon leaving the active work area, filters will be discarded cartridges removed and respirators cleaned in

disinfectant solution and clean water rinse.

G. Clean respirators will be stored in plastic bags when not in use.

H. Respirators will be inspected daily for broken, missing, or deteriorated parts.

PART 3 - EXECUTION

3.01 PRE-ABATEMENT INSPECTION AND PREPARATIONS

A. Prior to beginning any work on the containment barriers, the contractor will:

1. Ensure that all furniture, machinery, equipment, curtains, drapes, blinds and other movable objects

which the General Contractor and Owner is bound to remove from the work area have been

removed or protected.

2. Ensure that pre-abatement demolition has been completed for each work area prior to abatement

work.

3. Shut down and seal off all heating, cooling, ventilating or other air handling systems serving the

work area. The environment of the work area shall be completely isolated from all other airflows

in the building.

4. Shut down all electrical circuits, which pose a potential hazard on the job. Exact electrical

arrangements will be tailored to the particular space and systems involved. All electrical circuits

will be turned off at the box outside the removal area, not just the wall switch. Potential for

electrical shock is a major threat to life in a work area where large amounts of water will be

sprayed on ceilings, conduits, lighting fixtures and other electrical items. Electrical lines, which

are used to power work lights and equipment will conform to all electrical safety standards and will

be protected by a ground fault interrupter.

3.02 PRE-ABATEMENT CONSTRUCTION AND OPERATIONS

Perform all preparatory work for each work area. Execute the preparatory work in accordance with this

specification.

3.03 SECONDARY BARRIER AND WALKWAYS

Install walkways with 6 mil black plastic sheeting between active removal areas and decontamination

facilities (PDF and EDF) to protect primary layer from track material. Install walkways at the beginning

of, and remove at the end of each work shift.

3.04 REMOVAL OF ASBESTOS- CONTAINING MATERIALS

A. Adequately and thoroughly wet the ACM to be removed prior to removal to reduce/prevent fiber release

to the air. Adequate time must be allowed for the amended water to saturate the ACM. Use a fine spray

of amended water or removal encapsulant. Saturate the material sufficiently to wet the substrate without

FOR REFRENCE ONLY

Page 206: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID – Becht Hall Renovations Asbestos Abatement

Demolition & Hazardous Materials Abatement Section 02080 - Page 29 of 32

causing excessive dripping. The material must be sprayed repeatedly/continuously during the removal

process in order to maintain adequately wet conditions. Removal encapsulants must be applied in

accordance with the manufacturer’s written instructions.

B. Absorb any excess water on the floor with disposable towels or mops.

C. Remove the saturated asbestos material in small sections. As it is removed, pack the material into

properly, labeled, sealed double bags of 6 mil minimum. Material shall not be allowed to dry out prior to

insertion into the bags.

D. Pack saturated materials into two 6 mil disposal bags and seal with duct tape.

E. When working on dirt floors, pick up all chunks of visible asbestos debris using wet methods and after

set-up of PDF and negative air systems. Wet area down to minimize dust, shovel a minimum of 4 inches

of dirt into disposal bags. Perform lockdown as needed and have the Consultant collect random soil

samples for PLM analysis to ensure all contaminated soil has been removed.

3.05 LOCK-BACK ENCAPSULATION

A. Lock-back encapsulation is an integral part of asbestos abatement. At the conclusion of removal and

before the removal of primary barriers, all surfaces associated insulation removal shall be coated with a

lock-back encapsulation.

B.

3.06

Apply encapsulant in strict accordance with the manufacture’s instruction with an airless spray gun or

bug sprayer.

DISPOSAL OF DEBRIS

A. DISPOSAL OF ACM AND ACM WASTE MATERIAL

Dispose friable ACM and debris, which is packaged in accordance with these specifications at the

approved landfill. Dispose of non-friable ACM in accordance with the applicable regulations. Carefully

load containerized waste on sealed trucks for transport. Ensure that unauthorized persons do not have

access to the material outside of the work area. Take bags from the work area directly through the EDF

process to a sealed truck. The contractor shall require that for each manifested hazardous waste

shipment, the disposal facility shall provide to the Owner an appropriate Certificate of Disposal.

B. WASTE CLASSIFICATION OF SURFACE COATING DEBRIS

The Contractor shall be responsible for the collecting and having analyzed representative samples of the

construction debris. Samples shall be tested for the toxicity using the Toxicity Characteristics Leaching

Procedure (TCLP) for metals sufficient to determine whether the debris is a hazardous waste as defined

in 40 CFR 261.3 or residual waste as defined in 25 PA Code 287.1. The Contractor shall be responsible

for the costs of sample collection and laboratory analysis.

3.07 PROJECT DECONTAMINATION

A. If the asbestos abatement work is in a space that is uncontaminated before start of the work, the

decontamination procedure is a two step procedure; two cleanings of the primary barrier plastic to

remove contamination, thus preventing contamination of the building when the work area isolation

FOR REFRENCE ONLY

Page 207: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID – Becht Hall Renovations Asbestos Abatement

Demolition & Hazardous Materials Abatement Section 02080 - Page 30 of 32

barriers are removed.

B. The work of decontamination includes the decontamination of the air within the work area and the

decontamination and removal of temporary facilities installed prior to abatement work including Primary

and Critical Barriers, Decontamination Facilities (PDF and EDF) and Negative Pressure Systems. The

work of decontamination includes the cleaning, and decontamination of all surfaces (ceiling, walls, and

floor) of the Work Area, and all furniture or equipment in the Work Area.

C. Before decontamination work starts, all ACM and ACE from the work area shall be removed, all waste

collected and removed, and the secondary barrier of polyethylene sheeting removed, (where applicable)

and disposed of along with any gross debris generated by the work. At the start of work for

decontamination, the following will be in place:

1. Primary barrier consisting of two layers of polyethylene sheeting on floor and one layer on walls

(where applicable).

2. Critical barrier, which forms the sole barrier between the work area and other portions of the

building or the outside.

3. Critical barrier sheeting over lighting fixtures and clocks, ventilation openings, doorways,

convectors, speakers and other openings.

4. Decontamination facilities for personnel and equipment in operating condition and negative

pressure system in operation (where applicable).

3.08 FIRST CLEANING

Carry out a first cleaning of all surfaces of the work area including items of remaining sheeting, tools,

scaffolding and/or staging by use of damp-cleaning and mopping, and/or a HEPA filtered vacuum. Do

not perform dry dusting or dry sweeping. Use each surface of a cleaning cloth one time only and then

dispose of as contaminated waste. Continue this cleaning until there is no visible debris from removed

materials or residue on plastic sheeting or other surfaces. Remove all filters in air handling system(s) and

dispose of as asbestos containing waste in accordance with requirements of these specifications. Wait 24

hours to allow negative air machines to clean air of airborne asbestos fibers. Use oscillating fans as

necessary to assure circulation of air in all parts of work areas during this period. Maintain negative

pressure system in operation for the entire 24-hour period.

3.09 SECOND CLEANING

A. Perform a thorough cleaning of all surfaces of the work area in the same manner as the first cleaning.

Immediately following the second cleaning, remove all Primary Barrier sheeting and Equipment

Decontamination Facilities, (where applicable) leaving only:

1. Critical barrier, which forms the sole barrier between the work area and other portions of the

building or the outside.

2. Critical barrier sheeting over lighting fixtures and clocks, ventilation openings, doorways,

convectors, speakers and other openings.

3. Decontamination facilities for personnel in operating condition.

FOR REFRENCE ONLY

Page 208: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID – Becht Hall Renovations Asbestos Abatement

Demolition & Hazardous Materials Abatement Section 02080 - Page 31 of 32

4. Negative pressure system in continuous operation.

3.10 FINAL TESTING

After a satisfactory visual inspection the consultant will undertake the final testing. Air samples will be

taken and analyzed in accordance with the procedures for Phase Contrast Microscopy (PCM).

3.11 FINAL TESTING PROCEDURES

A. Contractors Release Criteria: Work in an area is complete when the work area is visually clean and

airborne fiber levels have been reduced to or below 0.01 f/cc as measured with PCM or the fiber

concentration within the work area is less than 70.0 structures per square millimeter as measured by

TEM.

B. Final Clearance Sampling: To determine if the elevated airborne fiber counts encountered during

abatement operations have been reduced to the specified level, the Consultant will secure samples and

analyze them according to the following procedures:

1. Fibers Counted: "Fibers" referred to in this section shall be either all fibers regardless of

composition as counted in the NIOSH 7400 methods, or asbestos fibers of any size as counted

using TEM.

2. Aggressive Sampling: All final air testing samples will be taken using aggressive sampling

techniques. Prior to final air sample collection, the exhaust from forced air equipment (leaf blower

with at least 1 horsepower electric motor) will be swept against all walls, ceilings, floors, ledges

and other surfaces in the room. This procedure will be continued for 5 minutes per 10,000 cubic

feet of room volume. One 20-inch diameter fan per 10,000 cubic feet of room volume will be

mounted in a central location at approximately 6 feet above floor, directed toward ceiling and

operated at low speed for the entire period of sample collection. Air samples will be collected in

areas subject to normal air circulation away from room corners, obstructed locations, and sites near

windows, doors of vents. After air sampling pumps have been shut off, fans shall be shut off. The

negative air system will continue to operate.

3.12 SCHEDULE OF AIR SAMPLES WITH PCM

The Consultant will perform background, perimeter and work area samples during construction, and

clearance samples. Background samples will be taken before work begins for a baseline measurement.

The Consultant will sample at a rate of one sample per 1000 sq. ft. of work area with a minimum of two

area samples for small containment areas. NIOSH 7400 method will be utilized for background and

sampling during construction.

3.13 LABORATORY TESTING FOR PCM

The services of a testing laboratory will be employed by the Contractor to perform laboratory analysis of

the air samples. A technician will be at the job site, and samples will be sent daily to the lab so that

verbal reports on air samples can be obtained within 24 hours. A complete record, certified by the testing

laboratory, of all air monitoring tests and results will be furnished to the Owner.

FOR REFRENCE ONLY

Page 209: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID – Becht Hall Renovations Asbestos Abatement

Demolition & Hazardous Materials Abatement Section 02080 - Page 32 of 32

3.14 LABORATORY TESTING FOR TEM

Samples shall be sent to a qualified testing laboratory by overnight courier for analysis by TEM. Verbal

results shall be available within 24 hours after receipt of sample by the laboratory. A complete record,

certified by the testing laboratory, of all TEM results will be furnished to the Owner.

3.15 ABATEMENT CLOSEOUT AND CERTIFICATE OF COMPLIANCE

A. At completion of abatement work, seal negative air machines with 6-mil polyethylene sheet and duct tape

to form a tight seal at intake end before being moved from work area. Asbestos abatement work is

complete upon meeting the work area clearance criteria and fulfilling the following:

1. Remove all equipment, materials, and debris from the work site.

2. Dispose of all asbestos containing waste material as specified elsewhere in this section

3. Repair or replace all interior finishes damaged during the course of asbestos abatement work.

4. Fulfill other project closeout requirements as specified elsewhere in this section.

END OF SECTION 02080

FOR REFRENCE ONLY

Page 210: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID- Becht Hall Renovations Section 02419 -Selective Structure Demolition

Demolition and Hazardous Material Abatement Page 1 of 11

SECTION 02419 - SELECTIVE STRUCTURE DEMOLITION

PART - 1 GENERAL

1.1 RELATED DOCUMENTS

A. The section “Special Requirements” forms a part of this section by reference thereto and shall have the

same force and effect as if printed herewith in full. The Contract Drawings and the Standard Form of

Agreement apply to this Section.

B. Drawings and general provisions of the Contract, including General and Supplementary Conditions and

Division 1 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Section Includes:

1. Demolition and removal of selected portions of building or structure.

2. Salvage of existing items to be reused or recycled.

B. Related Requirements:

1. Division 1 Section "Summary" for restrictions on the use of the premises, Owner-occupancy

requirements.

2. Division 1 Section "CONSTRUCTION WASTE MANAGEMENT AND DISPOAL" for

administrative and procedural requirements for salvaging, recycling and disposing of non-

hazardous waste.

3. Division 1 Section " SUSTAINABLE DESIGN REQUIREMENTS - LEED FOR NEW

CONSTRUCTION AND MAJOR RENOVATIONS" for general requirements and procedures

for compliance with USGBC LEED prerequisites and credits needed for Project to obtain LEED

Silver certification based on USGBC's "LEED 2009 for New Construction & Major

Renovations".

4. Division 2 Section "ASBESTOS ABATEMENT" for the removal and disposal of hazardous

waste.

1.3 DEFINITIONS

A. Remove: Detach items from existing construction and legally dispose of them off-site unless indicated

to be removed and salvaged or removed and reinstalled.

B. Remove and Salvage: Carefully detach from existing construction, in a manner to prevent damage, and

deliver to Owner.

C. Remove and Reinstall: Detach items from existing construction, prepare for reuse, and reinstall where

indicated.

D. Existing to Remain: Existing items of construction that are not to be permanently removed and that are

not otherwise indicated to be removed, removed and salvaged, or removed and reinstalled.

FOR REFRENCE ONLY

Page 211: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID- Becht Hall Renovations Section 02419 -Selective Structure Demolition

Demolition and Hazardous Material Abatement Page 2 of 11

1.4 MATERIALS OWNERSHIP

A. Unless otherwise indicated, demolition waste becomes property of Contractor.

1.5 PREINSTALLATION MEETINGS

A. Pre demolition Conference: Conduct conference at Project site.

1. Inspect and discuss condition of construction to be selectively demolished.

2. Review structural load limitations of existing structure.

3. Review and finalize selective demolition schedule and verify availability of materials,

demolition personnel, equipment, and facilities needed to make progress and avoid delays.

4. Review requirements of work performed by other trades that rely on substrates exposed by

selective demolition operations.

5. Review areas where existing construction is to remain and requires protection.

1.6 INFORMATIONAL SUBMITTALS

A. Qualification Data: For refrigerant recovery technician.

B. Proposed Protection Measures: Submit report, including drawings, that indicates the measures proposed

for protecting individuals and property, for environmental protection, for dust control and, for noise

control. Indicate proposed locations and construction of barriers.

C. Schedule of Selective Demolition Activities: Indicate the following:

1. Detailed sequence of selective demolition and removal work, with starting and ending dates for

each activity. Ensure Owner's building manager's on-site operations are uninterrupted.

2. Interruption of utility services. Indicate how long utility services will be interrupted.

3. Coordination for shutoff, capping, and continuation of utility services.

4. Use of stairs.

D. Inventory: Submit a list of items to be removed and salvaged and deliver to Owner prior to start of

demolition.

E. Pre-demolition Photographs: Submit before Work begins.

F. Statement of Refrigerant Recovery: Signed by refrigerant recovery technician responsible for recovering

refrigerant, stating that all refrigerant that was present was recovered and that recovery was performed

according to EPA regulations. Include name and address of technician and date refrigerant was

recovered.

1.7 CLOSEOUT SUBMITTALS

A. Inventory: Submit a list of items that have been removed and salvaged.

B. Landfill Records: Indicate receipt and acceptance of hazardous wastes by a landfill facility licensed to

accept hazardous wastes.

C. LEED documentation: Submit submittals per the requirements of Division 1 Section "Sustainable

Design Requirements" for general requirements and procedures related to the U.S. Green Building

Council’s LEED 2009 for New Construction & Major Renovations.

FOR REFRENCE ONLY

Page 212: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID- Becht Hall Renovations Section 02419 -Selective Structure Demolition

Demolition and Hazardous Material Abatement Page 3 of 11

1.8 QUALITY ASSURANCE

A. Refrigerant Recovery Technician Qualifications: Certified by an EPA-approved certification program.

1.9 FIELD CONDITIONS

A. Conditions existing at time of inspection for bidding purpose will be maintained by Owner as far as

practical.

B. Notify University Project Representative of discrepancies between existing conditions and Drawings

before proceeding with selective demolition.

C. Physically damaged structure uncovered during abatement/demolition shall be immediately brought to

the attention of the Architect for review prior to any demolition of that structure, excluding finish

material.

D. Hazardous Materials: Hazardous materials are present in buildings and structures to be selectively

demolished. A report on the presence of hazardous materials is on file for review and use. Examine

report to become aware of locations where hazardous materials are present.

1. Hazardous material remediation is specified elsewhere in the Contract Documents.

2. Do not disturb hazardous materials or items suspected of containing hazardous materials except

under procedures specified elsewhere in the Contract Documents.

E. Refer to Appendix A for four (4) Owner's reports for suspected hazardous materials that are known to be

present in building.

F. Storage or sale of removed items or materials on-site is not permitted.

G. Utility Service: Maintain existing utilities indicated to remain in service and protect them against

damage during selective demolition operations.

1. Fire protection (stand pipe) risers.

a. Existing fire risers in the three (3) stair enclosures, associated fire hose connections at

each floor of the stair enclosures, and existing fire service equipment in the basement are

to remain

b. The contractor will be responsible to repair any damages to this system including, but not

limited to, supports, pipes, elbows and heads.

2. Plumbing.

a. Back-flow preventer and adjacent entry shut-off valves.

3. Campus Steam System.

a. Campus steam system and components such as, but not limited too, piping, stations,

valves, supports, hangers, etc., which are routed through the basement and connect/serve

Moore Hall and Ballentine Hall.

FOR REFRENCE ONLY

Page 213: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID- Becht Hall Renovations Section 02419 -Selective Structure Demolition

Demolition and Hazardous Material Abatement Page 4 of 11

4. Electrical:

a. Power to be maintained to a designated electrical panel (the main distribution panel)

within the building from the existing feed from the exterior transformer. This panel

will be used to maintain the existing site light and provide the contractor with temporary

power. Usage charge to be paid for by the University.

5. Storm Drainage

a. All roof drains, scuppers, gutters and downspouts.

PART 2 - PRODUCTS

2.1 PEFORMANCE REQUIREMENTS

A. Regulatory Requirements: Comply with governing EPA notification regulations before beginning

selective demolition. Comply with hauling and disposal regulations of authorities having jurisdiction.

B. Standards: Comply with ANSI/ASSE A10.6 and NFPA 241.

PART 3 - EXECUTION

3.1 EXAMINATION

A. Verify that utility systems have been reviewed, marked for demolition or to remain operational. Utilities

that are to be removed should be disconnected and capped before starting selective demolition

operations.

B. Review record documents of existing construction provided by Owner. Owner does not guarantee that

existing conditions are same as those indicated in record documents.

C. Survey existing conditions and correlate with requirements indicated to determine extent of selective

demolition required.

D. When unanticipated mechanical, electrical, or structural elements that conflict with intended function or

design are encountered, investigate and measure the nature and extent of conflict. Promptly submit a

written report to Architect.

E. Survey of Existing Conditions: Record existing conditions by use of preconstruction photographs or

preconstruction videotapes .

1. Inventory and record the condition of items to be removed and salvaged. Provide photographs

[or] [video] of conditions that might be misconstrued as damage caused by salvage operations.

3.2 UTILITY SERVICES AND MECHANICAL/ELECTRICAL SYSTEMS

A. Existing Services/Systems to Remain: Maintain services/systems indicated to remain and protect them

against damage.

FOR REFRENCE ONLY

Page 214: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID- Becht Hall Renovations Section 02419 -Selective Structure Demolition

Demolition and Hazardous Material Abatement Page 5 of 11

1. Comply with requirements for existing services/systems interruptions specified in Division 1

Section "Summary."

2. Fire Protection System: The existing automatic sprinkler system throughout the building is to be

partially removed. The components to remain are as follows:

a. Incoming water service

b. Risers (stand pipes)

c. Hose cabinets

3. Plumbing.

a. Back-flow preventer and adjacent entry shut-off valves.

B. Existing Services/Systems to Be Removed, Relocated, or Abandoned: Locate, identify, disconnect, and

seal or cap off indicated utility services and mechanical/electrical systems serving areas to be selectively

demolished.

1. Owner’s Representative will arrange to shut off indicated services/systems when requested by

Contractor.

2. If services/systems are required to be removed, relocated, or abandoned, provide temporary

services/systems that bypass area of selective demolition and that maintain continuity of

services/systems to other parts of building.

3. Disconnect, demolish, and remove fire-suppression systems, plumbing, and HVAC systems,

equipment, and components the building, unless otherwise noted.

a. Above Grade Piping to Be Removed: Remove portion of piping and cap or plug

remaining piping with same or compatible piping material.

b. Underground Piping to Be Abandoned in Place: Drain piping and cap or plug piping with

same or compatible piping material.

c. Equipment to Be Removed: Disconnect and cap services and remove equipment.

d. Equipment to Be Removed and Salvaged: Disconnect and cap services and remove

equipment and deliver to Owner.

e. Ducts to Be Removed: Remove portion of ducts indicated to be removed and plug

remaining ducts with same or compatible ductwork material.

4. Heating System: Remove the existing campus steam piping system from 10'-0" inside the

campus steam tunnel, throughout Becht Hall and cut, cap & plug the lines that exit Becht Hall

out to Moore & Ballentine Hall. This system includes the following:

a. Steam lines

b. Condensate lines

c. Steam pressure reducing station

5. All electrical systems(power, lighting, communications, fire alarm, life safety, control systems,

cable television, security, access control, phone, etc), equipment and associated conduit and

wiring shall be disconnected and completely removed throughout the entire building up to the

main switch gear and existing panel.

a. Disconnect and remove existing power systems including all panelboards, circuit

breakers, fused switches, starters, etc and associated feeders back to the existing 800A-

208/120v-3 phase –4 wire main distribution panel “MDP” in the basement. Panel

“MDP” will remain to provide temporary power during demolition.

FOR REFRENCE ONLY

Page 215: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID- Becht Hall Renovations Section 02419 -Selective Structure Demolition

Demolition and Hazardous Material Abatement Page 6 of 11

b. The existing exterior pad mount transformer and associated primary and secondary

feeders to remain.

c. Disconnect and remove all building lighting and associated lighting controls and conduit

and wiring throughout the building.

d. Disconnect and remove all wiring devices and associated circuits throughout the building.

e. Disconnect and remove all existing low voltage systems (voice, data, CATV, access

control, fire alarm, security, CCTV, ATC systems, etc) and all associated circuiting

throughout the building.

f. Disconnect and remove existing emergency power system and all associated circuiting

throughout the entire building.

g. Remove existing fiber optic service cable from Becht Hall back to Moore Hall.

Coordinate disconnection and removal with Clarion I.T. Group.

h. Disconnect and remove 200 pair telephone trunk cable from Becht Hall back to existing

splice located in steam tunnel adjacent to Becht Hall.

i. Disconnect and remove 50 pair telephone trunk cable from Moore Hall Through Becht

Hall Basement back to existing splice located in steam tunnel adjacent to Becht Hall.

Coordinate disconnection and removal with Clarion Facilities I.T. group..

C. Refrigerant: Remove refrigerant from mechanical equipment to be selectively demolished according to

40 CFR 82 and regulations of authorities having jurisdiction.

1. Miscellaneous equipment left by the owner, i.e., refrigerator, window a/c/ units, etc..

3.2 PREPARATION

A. Site Access and Temporary Controls: Conduct selective demolition and debris-removal operations to

ensure minimum interference with roads, streets, walks, walkways, and other adjacent occupied and used

facilities.

1. Comply with requirements for access and protection specified in Division 1 Section "Summary."

B. Temporary Facilities: Provide temporary barricades and other protection required to prevent injury to

people and damage to adjacent buildings and facilities to remain.

1. Provide protection to ensure safe passage of people around selective demolition.

2. Provide temporary weather protection, during interval between selective demolition of existing

construction on exterior surfaces and new construction, to prevent water leakage and damage to

structure and interior areas.

3. Protect walls, ceilings, floors, and other existing finish work that are to remain or that are

exposed during selective demolition operations.

4. Comply with requirements for temporary enclosures, dust control, heating, and cooling specified

in Division 1 Section "Temporary Facilities and Controls."

C. Temporary Shoring: Provide and maintain shoring, bracing, and structural supports as required to

preserve stability and prevent movement, settlement, or collapse of construction and finishes to remain,

and to prevent unexpected or uncontrolled movement or collapse of construction being demolished.

1. Strengthen or add new supports when required during progress of selective demolition.

2. Provide bracing, as required, for building systems (fire protection, mechanical, etc.) to remain

during and after demolition & abatement work is completed.

D. Temporary Power System

FOR REFRENCE ONLY

Page 216: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID- Becht Hall Renovations Section 02419 -Selective Structure Demolition

Demolition and Hazardous Material Abatement Page 7 of 11

1. Provide temporary power system as required for building demolition power and lighting.

Existing power to be maintained to a designated electrical panel (the main distribution panel) in

the basement of the building from the existing feed from the exterior transformer. The existing

pedestrian lighting outside Becht Hall is presently fed from the existing Becht Hall electrical

system. Coordinate or reroute this existing branch circuit to the designated electrical panel

(MDP). This panel will be used to maintain the existing site light and provide the contractor

with temporary power. Usage charge to be paid for by University.

E. Temporary Lighting : Provide temporary lighting at the corridors of all floors, including the

basement, to remain as property of the University after the completion of the project.

3.4 SELECTIVE DEMOLITION, GENERAL

A. General: Demolish and remove existing construction only to the extent required by new construction

and as indicated. Use methods required to complete the Work within limitations of governing

regulations and as follows:

1. Proceed with selective demolition systematically, from higher to lower level. Complete

selective demolition operations above each floor or tier before disturbing supporting members

on the next lower level.

a. The contractor shall notify the University Project Representative once the fourth floor

finishes (ceilings, walls and floors) are removed. The area shall be cleaned, free of

debris, and available to be access by Professionals of the project design team.

2. Neatly cut openings and holes plumb, square, and true to dimensions required. Use cutting

methods least likely to damage construction to remain or adjoining construction. Use hand tools

or small power tools designed for sawing or grinding, not hammering and chopping, to minimize

disturbance of adjacent surfaces. Temporarily cover openings to remain.

3. Cut or drill from the exposed or finished side into concealed surfaces to avoid marring existing

finished surfaces.

4. Do not use cutting torches until work area is cleared of flammable materials. At concealed

spaces, such as duct and pipe interiors, verify condition and contents of hidden space before

starting flame-cutting operations. Maintain fire watch and portable fire-suppression devices

during flame-cutting operations.

5. Maintain adequate ventilation when using cutting torches.

6. Remove decayed, vermin-infested, or otherwise dangerous or unsuitable materials and promptly

dispose of off-site.

7. Locate selective demolition equipment and remove debris and materials so as not to impose

excessive loads on supporting walls, floors, or framing.

8. Dispose of demolished items and materials promptly. Comply with requirements in Division 1

Section "Construction Waste Management."

B. Reuse of Building Elements: Project has been designed to result in end-of-Project rates for reuse of

building elements as follows. Do not demolish building elements beyond what is indicated on Drawings

without Architect's approval.

C. Removed and Salvaged Items:

1. Clean salvaged items.

2. Pack or crate items after cleaning. Identify contents of containers.

3. Store items in a secure area until delivery to Owner.

FOR REFRENCE ONLY

Page 217: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID- Becht Hall Renovations Section 02419 -Selective Structure Demolition

Demolition and Hazardous Material Abatement Page 8 of 11

4. Transport items to Owner's storage area designated by Owner .

5. Protect items from damage during transport and storage.

D. Existing Items to Remain: Protect construction indicated to remain against damage and soiling during

selective demolition. When permitted by Architect, items may be removed to a suitable, protected

storage location during selective demolition and cleaned and reinstalled in their original locations after

selective demolition operations are complete.

3.5 SELECTIVE DEMOLITION PROCEDURES FOR SPECIFIC MATERIALS

A. Concrete: Demolish in small sections. Using power-driven saw, cut concrete to a depth of at least 3/4

inch (19 mm) at junctures with construction to remain. Dislodge concrete from reinforcement at

perimeter of areas being demolished, cut reinforcement, and then remove remainder of concrete. Neatly

trim openings to dimensions indicated.

B. Masonry: Demolish in small sections. Cut masonry at junctures with construction to remain, using

power-driven saw, then remove masonry between saw cuts.

C. Concrete Slabs-on-Grade: Saw-cut perimeter of area to be demolished, then break up and remove.

D. Resilient Floor Coverings: Remove floor coverings and adhesive according to recommendations in

RFCI's "Recommended Work Practices for the Removal of Resilient Floor Coverings." Do not use

methods requiring solvent-based adhesive strippers.

E. Plaster & Lath and/or Gypsum Board Wall Finishes: As indicated on drawings.

1. Existing wood/metal studs shall not be damaged during the removal of existing finishes

2. Care should be taken to not destroy concealed 'wet' piping systems that may be within the wall

until the system is shut-off and drained.

3. All nails, screws or other fasteners securing the existing plaster and/or gypsum board shall be

removed from the existing framing members to remain.

F. Electrical components:

1. Care should be taken to remove electrical conduits, wiring, boxes, fixtures from within the

exposed wood/metal stud walls.

3.6 DISPOSAL OF DEMOLISHED MATERIALS

A. General: Except for items or materials indicated to be recycled, reused, salvaged, reinstalled, or

otherwise indicated to remain Owner's property, remove demolished materials from Project site and

legally dispose of them in an EPA-approved landfill.

1. Do not allow demolished materials to accumulate on-site.

2. Remove and transport debris in a manner that will prevent spillage on adjacent surfaces and areas.

3. Remove debris from elevated portions of building by chute, hoist, or other device that will convey

debris to grade level in a controlled descent.

4. Comply with requirements specified in Division 1 Section "Construction Waste Management."

B. Burning: Do not burn demolished materials.

C. Disposal: Transport demolished materials off Owner's property and legally dispose of them.

FOR REFRENCE ONLY

Page 218: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID- Becht Hall Renovations Section 02419 -Selective Structure Demolition

Demolition and Hazardous Material Abatement Page 9 of 11

3.7 CLEANING

A. Clean adjacent structures and improvements of dust, dirt, and debris caused by selective demolition

operations. Return adjacent areas to condition existing before selective demolition operations began.

3.8 SELECTIVE DEMOLITION SCHEDULE

A. Existing Items to Be Removed: The existing items to be removed include, but are not limited to, the

items indicated. Refer to other portions of the specifications for requirements regarding the recycling of

these materials:

1. Remove all miscellaneous wall furring or finishes (excluding plaster on masonry) attached to

original exterior masonry wall, interior finish side. This includes, but not limited to the following

rooms:

a. First Floor - 5, 26, 33, 34, & entire west wall between 34 & 35.

b. Second Floor - 202, 204, 218, 220, 222b, 222, 224, 226, 228, 230, 232, 234, 236 & 243.

c. Third Floor - 302, 304, 318, 320, 322b, 322, 324, 326, 328, 330, 332, 334, 336* & 343*.

(*not in closet)

d. Fourth Floor - North wall of 402, 404, 420 & 422...West wall of 422 & 430...& South wall

of 432.

e. All non-original wood head/jamb/stool extensions on original window casing adjacent to

exterior wall furring.

f. Wood paneling

g. Ceramic tile and setting material

h. Loose peeling paint, etc., typical unless noted otherwise.

2. Remove all miscellaneous furring, plaster lath, plaster molding, gypsum board, cement board, wood

paneling, ceramic tile, wall bases, and associated fasteners, etc., attached to existing interior

wood/metal framed walls, as indicated on the drawings.

3. Remove all miscellaneous furring, plaster lath, plaster molding, gypsum board, cement board, wood

paneling, ceramic tile, wall bases, and associated fasteners, etc., attached to existing interior

wood/metal framed walls and ceiling joists at the fourth (4th) floor, as listed below and/or indicated

on the drawings:

a. The main roof.

b. The dormer roofs,

c. The dormer walls.

4. Remove all ceiling construction such as, but not limited to, miscellaneous furring, plaster lath,

plaster molding, gypsum board, cement board, acoustic panel systems, and associated framing and

fasteners, etc., from the underside of existing wood floor joists, typical unless noted otherwise.

5. Remove all floor finishes and multiple layers of underlayment (if applicable) down to the original

subfloor (boards, plywood, concrete or terrazzo). This includes, but not limited to, Wood flooring,

Carpet, Carpet padding, Vinyl tile, Ceramic tile, Grout fill, Raised floor structure.

6. Remove all interior doors & frames, excluding fire stair doors and salvaged doors & wood casings

noted in 3.8.B.

FOR REFRENCE ONLY

Page 219: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID- Becht Hall Renovations Section 02419 -Selective Structure Demolition

Demolition and Hazardous Material Abatement Page 10 of 11

7. Remove all miscellaneous HVAC components. This includes, but not limited to, the following:

a. Becht Hall hydronic radiators, piping, valves and supports/hangers.

b. Campus steam (& condensate) piping, valves, pumps, equipment (reducers) and

supports/hangers from ten (10) feet within the campus steam tunnel to exit points for

Ballentine & Moore Hall. The campus steam lines in the tunnel shall be capped ten (10)

feet into the tunnel. All abandoned piping to Ballentine & Moore Hall be marked, plugged

and capped water tight within 6" from the exit point.

c. Miscellaneous exhaust ducts. Any ducts that penetrate roofing assemblies shall be cut &

braced under the roof assembly and capped weather tight on the exterior.

8. Remove the following Fire Supression components:

a. Remove all sprinkler heads, main & branch piping back to the existing standpipes in the

existing stair enclosures

b. Remove all piping between fire service equipment in the basement and the (3) three

standpipes in the stair enclosures

c. Remove all fire hose cabinets and piping back to the existing standpipe riser in the stair

enclosure. Cap standpipe with appropriate fitting.

9. Remove all plumbing components such as, but not limited to, plumbing fixtures, piping, etc.,

back to underground/underslab piping. Drain piping and cap or plug piping with same or

compatible piping material. Plumbing vents or other pipes/ducts that penetrate roofing

assemblies shall be cut & braced under the roof assembly and capped weather tight on the

exterior.

10. Remove all electrical equipment such as, but not limited to, light fixtures, ceiling fans, panels,

devices, wiring, conduit, hangers and braces, except as specifically noted otherwise.

11. Remove all window treatments (blinds, curtains, shades, interior storm windows)

12. Remove all building insulation where exposed by the removal of interior wall finishes and/or

furring, if applicable.

13. Remove all toilet partitions and toilet accessories.

14. Remove all miscellaneous casework such as, but not limited to, bulletin boards, display cases

excluding items noted in 3.8.B.

15. Remove all debris or loose items, such as, but not limited to, furniture, boxes, and trash

dispensers.

16. Remove all rubber stair treads & landings within all three (3) stair enclosures.

B. Existing Items to Be Removed and Salvaged: The construction items to be removed and salvaged

include, but are not limited to, the items indicated. ALL ITEM LOCATIONS AND POSITIONS TO BE

DOCUMENTED PRIOR TO REMOVAL. The Owner’s storage area will be in multiple locations on

campus, at the former Rhea Lumber property, or at Memorial Stadium. The university will inform the

contractor which group of items to take where at the initial job conference. The Owner reserves the right

to revise the transport requirements for each of these items..

1. Original decorative metal ceiling and associated crown molding on the first floor, as indicated on

drawings.

FOR REFRENCE ONLY

Page 220: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 REBID- Becht Hall Renovations Section 02419 -Selective Structure Demolition

Demolition and Hazardous Material Abatement Page 11 of 11

2. Remove and salvage doors, jamb, head and transoms at existing rooms 33 & 34 on the first floor, as

indicated on drawings. Document and log each component for reuse.

3. Existing original wood trim, such as base board, chair rail, door casing (only at doors with original

transoms) throughout the entire building, typically located at the main corridors and exterior walls.

4. Existing emergency power system and all transfer switches to be removed and delivered to Owner.

Refer to drawings (note 4 on AB-100).

5. Steam water heater and support frame. Refer to drawings (note 5 on AB-100).

6. The elevator car, door/gate (with the installation ticket still on the door), pulley mechanism, rope,

and wooden guide rails.

7. All window casings and aprons on the 4th floor wood framed dormers are to be removed

documented and salvaged owner for reinstallation.

8. Eleven (11) pole site light fixtures as indicated on the drawings. Remove and recycle the concrete

base (approximately 24" diameter x 8'-0" base six feet below grade), cap & plug the end of the

abandoned run of conduit (if present).

C. Existing Items to Remain: Items and construction to remain include, but are not limited to, the

following:

1. All exterior enclosures, including, but not limited to the following:

a. Exterior walls

b. Exterior doors

c. Windows

d. Roofing.

e. Exterior masonry

2. All exterior and interior masonry walls, including it's interior plaster finish coat, if not

designated containing ACM within the space. Refer to drawings.

3. All existing wood casing around exterior windows, unless noted otherwise (4th floor).

4. All exposed interior wood/metal stud walls.

5. All floor framing and subfloor.

6. Fourth floor roof & dormer framing (ceiling joists) to remain.

7. Existing fire risers in the three (3) stair enclosures, and existing fire service equipment in the

basement are to remain.

8. Power to be maintained to main distribution electrical panel within the building from the

existing feed from the exterior transformer. This includes also the following electrical

components:

a. Transient Surge Suppressor

b. Transfer Panel

END OF SECTION 02419

FOR REFRENCE ONLY

Page 221: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

APPENDIX A

REPORTS AND TEST RESULTS

FOR REFRENCE ONLY

Page 222: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 – Becht Hall Renovation Appendix A

Demolition & Hazardous Material Abatement

APPENDIX

A

Report 1: “Hazardous Materials Survey Report”, dated May 2010,

prepared by Mountain Research, LLC

Report 2: “Hazardous Materials Survey Report – Addendum #1”, dated

July 2010, prepared by Mountain Research, LLC

Report 3: “Hazardous Materials Survey Report – Addendum #2”, dated

March 2011, prepared by Mountain Research, LLC

Report 4: CL-698 Becht - False Wall Asbestos Test Results 10-14-2011

FOR REFRENCE ONLY

Page 223: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 – Becht Hall Renovation Appendix A

Demolition & Hazardous Material Abatement Report 1

APPENDIX A

Report 1

Report 1: “Hazardous Materials Survey Report”, dated May 2010,

prepared by Mountain Research, LLC

FOR REFRENCE ONLY

Page 224: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 – Becht Hall Renovation Appendix A

Demolition & Hazardous Material Abatement Report 2

APPENDIX A

Report 2

Report 2: “Hazardous Materials Survey Report – Addendum #1”,

dated July 2010, prepared by Mountain Research, LLC

FOR REFRENCE ONLY

Page 225: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 – Becht Hall Renovation Appendix A

Demolition & Hazardous Material Abatement Report 3

APPENDIX A

Report 3

Report 3: “Hazardous Materials Survey Report – Addendum #2”, dated

March 2011, prepared by Mountain Research, LLC

FOR REFRENCE ONLY

Page 226: SECTION 009113 - ADDENDA · QUESTION: Shall the contractor be responsible to provide new flashing tar where it is indicated to be remove/abated. RFI-1. Response: After all work is

CL-698.5 – Becht Hall Renovation Appendix A

Demolition & Hazardous Material Abatement Report 4

APPENDIX A

Report 4

Report 4: CL-698 Becht - False Wall Asbestos Test Results 10-14-2011

FOR REFRENCE ONLY