Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 2004-R0585 - Contract For Metal Building At Southeast Recycling Center - G. Greenstreet, Inc. - 12_04_2004
Resolution No. 2004—RO585 December 16, 2004 Item No. 26 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock BE and is hereby authorized and directed to execute for and on behalf of the City of Lubbock, a Contract for the pre- engineered metal building at the Southeast Recycling Center, Bid #183-04BM, by and between the City of Lubbock and G. Greenstreet, Inc. of Lubbock, Texas, and related documents. Said Contract is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council this 16th day of ATTEST: Reb cca Garza, City Secretary APPROVED AS TO CONTENT: b l" Victor Kilm4p, Purchasing Manager APPROVED AS TO FORM: r Attorney gs/ccdocs/res-Contract-G. Greenstreet,Inc. Dec. 1, 2004 December /% , 2004. MAYOR No Text P.O. Box 2000 Lubbock, Texas 79457 (806) 775-2167 • Fax (806) 775-2164 December 16, 2004 NOTICE OF AWARD G. Greenstreet, Inc. Attn: Mike Vasquez 112 East 82nd Street Lubbock, Texas 79404 Office of Purchasing RE: ITB #04-183-BM — PRE-ENGINEERED METAL BUILDING AT THE SOUTHEAST RECYCLING CENTER Dear Mr. Vasquez: This is official notice that award of the above -referenced project is made to your firm, in accordance with the terms and conditions of the bid and subject to contract. The value of the award is ONE HUNDRED FIFTY-FOUR THOUSAND FIVE HUNDRED AND NO/100 DOLLARS ($1S4,S00.00) including tax. This award does not constitute a contract. You have fifteen (15) consecutive calendar days from this notice, exclusive of the day of notice, to provide a Contractor's Bond (Performance and Payment Bond), contract with the duly authorized signatures affixed thereto, your original Insurance Certificate and original Insurance Certificates for all sub -contractors. All Insurance Certificates must be in compliance with "CONTRACTOR'S INSURANCE" under Section 28 of the General Conditions of the Agreement and with the following additional insured endorsement: "City of Lubbock, its officers, agents and employees are named additional insured on General Liability and Automobile Liability policies, as respects to ITB #04-183-BM, Pre - Engineered Metal Building at the Southeast Recycling Center, Endorsement #: ". The endorsement number must be included in this statement. The Insurance Certificates shall also include a Waiver of Subrogation in favor of the City of Lubbock on General Liability, Automobile Liability, and Worker's Compensation policies. The Certificate Holder will be City of Lubbock, c/o City of Lubbock Purchasing Department, 1625 13"' Street, Room L04, Lubbock, Texas 79401. Upon satisfactory fulfillment of these requirements, a written Notice To Proceed will be issued. The Contractor's Bond (Performance and Payment Bond) is to list the City of Lubbock as obligee. The work is to be fully completed within ONE HUNDRED EIGHTY (180) CONSECUTIVE CALENDAR DAYS from the date of commencement specified in the Notice to Proceed and with the understanding that time is of the essence. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of ONE THOUSAND AND NO/100 DOLLARS 1000 for each consecutive calendar day in excess of the time set forth herein above for completion of this project, as more fully set forth in the general conditions of the contract F , documents. The Contractor is requested to acknowledge receipt and acceptance of this Notice of Award by signing in the space provided on the second page and RETURNING BOTH ORIGINAL PAGES to the City of Lubbock Purchasing Department within FIFTEEN (15) CONSECUTIVE CALENDAR DAYS as specified in the bid documents. Failure to return the executed documents within FIFTEEN (15) CONSECUTIVE CALENDAR DAYS, the Buyer will be entitled to consider all of your rights arising out of the Owner's acceptance of your bid to be abandoned and as a forfeiture of other remedies and relief available to the Owner by law. Congratulations on your efforts and we look forward to working with you on this project. ISSUED BY Owner: CITY OF LUBBOCK this 16TH day of DECEMBER, 2004 , by: VICTOR KILMAN Signature Title: PURCHASING MANAGER ACCEPTANCE OF NOTICE Receipt of the foregoing Notice of Award is hereby acknowledged Company: G. GREENSTREET INC. by: MIKE VASQUEZ Signature Title: !/•� Date: /� •.�?•Oee ITB #04-183-BM, Addendum #1 City of Lubbock PURCHASING DEPARTMENT ROOM L04, MUNICIPAL BUILDING 1625 13TH STREET LUBBOCK, TEXAS 79401 PH:(806) 775-2167 FAX:(806) 775-2164 http://purchasing.ci.lubbock,tx.us ADDENDUM #1 ITB #04-183-BM Pre -Engineered Metal Building At The Southeast Recycling Center DATE ISSUED: November 10, 2004 CLOSE DATE: November 30, 2004 @ 2:00 P.M. CST The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. In the NOTICE TO BIDDERS, the location (only) of the pre -bid meeting is CHANGED from the Training Room L01 to the Municipal Building, Planning Conference Room 107, 1625 13th Street, Lubbock, Texas. All requests for additional information or clarification must be submitted in writing and directed to: Bruce MacNair, Senior Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806) 775-2164 or Email to bmacnair@mylubbock.us . THANK YOU, CITY OF LUBBOCK Bruce MacNair Senior Buyer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's responsibility to advise the City of Lubbock Purchasing Manager if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the Purchasing Manager no later than five (5) business days prior to the bid close date. A review of such notifications will be made. ITB#04-183-BMAd1 1 ITB #04-183-BM, Addendum #2 City of Lubbock PURCHASING DEPARTMENT ROOM L04, MUNICIPAL BUILDING 1625 13TH STREET LUBBOCK, TEXAS 79401 PH: (806) 775-2167 FAX: (806) 775-2164 http://purchasing.ci.iubbock.tx.us ADDENDUM #2 ITB #04-183-BM Pre -Engineered Metal Building At The Southeast Recycling Center DATE ISSUED: November 19, 2004 CLOSE DATE: November 30, 2004 @ 2:00 P.M. CST The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. In the DRAWINGS, page number 6 of 7, make the following CHANGES: A. Make the following changes in Panel DP. CHANGE the breakers that serve EF-1 and EF-2 from 3 poles to 1 pole. B. CHANGE the home run designations for circuits DP-5 and DP-6 from three phase to single phase. 2. Bidder's attention is invited to the following concern and question and their respective responses: CONCERN: After reviewing the plans and specifications, I cannot find the footings that are needed for the main columns and the end wall columns. RESPONSE: The footings for the main and end wall columns are to be designed and included as part of the pre-engineered metal building and stamped by an Engineer licensed in the State of Texas. QUESTION: Are the end walls bearing or non -load bearing? ANSWER: The end walls are not load bearing. QUESTION: How will the City ensure that all sub -contractors have the required Worker's Compensation Coverage? ANSWER: As stated in the GENERAL CONDITIONS OF THE AGREEMENT, paragraph 28, CONTRACTOR'S INSURANCE, before contracts are executed by the City the Contractor must provide copies of insurance certificates for all subcontractors as well as its own insurance certificates. Additionally, the City must receive copies of all "Additional Insured" endorsements with the certificates of insurance. All requests for additional information or clarification must be submitted in writing and directed to: Bruce MacNair, Senior Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806) 775-2164 or Email to bmacnair@mylubbock.us . THANK YOU, ITB#04-163-BMAd2 1 ITB #04-183-BM, Addendum #2 CITY OF LUBBOCK Bruce MacNair Senior Buyer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's responsibility to advise the City of Lubbock Purchasing Manager if any lanQUaQe, requirements, etc. or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the Purchasing Manager no later than five (5) business days prior to the bid close date. A review of such notifications will be made. ITB#04-183-BMAd2 2 ITB #04-183-BM, Addendum #3 City of Lubbock PURCHASING DEPARTMENT ROOM L04, MUNICIPAL BUILDING 1625 13TM STREET LUBBOCK, TEXAS 79401 PH: (806) 775-2167 FAX: (806) 775-2164 http://purchasing.ci.lubbock.tx.us ADDENDUM #3 ITB #04-183-BM Pre -Engineered Metal Building At The Southeast Recycling Center DATE ISSUED: November 22, 2004 CLOSE DATE: November 30, 2004 ® 2:00 P.M. CST The following items take precedence over specifications for the above named Invitation to Bid (ITB). '= Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. Bidder's attention is invited to the following questions and their respective responses: QUESTION: Specs call for an 8 MIL vapor barrier under the slab. The drawings/details do not indicate such. Which is it? ANSWER: Section 03310, page 2, part 2.02, paragraph A can be deleted from the specifications. The 8-mil vapor barrier referred to in the specifications is not required. QUESTION: Is the paper pit wall surfaces considered exposed for the purpose of finishing? ANSWER: Yes, the walls of the paper pit are considered exposed and will need the required finish work. QUESTION: Page 5 of 7 of drawings shows a bollard detail and a wall guard detail. The details call for '6" Standard Galvanized Steel Pipe -Paint and fill with Concrete". Do you really want to provide galvanized pipe and paint it or is this a type-o. If you do want it painted what type of paint do you want? ANSWER: The word "Galvanized" should be removed from the details. The bollards are to be painted steel pipe filled with concrete. The type of paint is not specified and should be included as a submittal for approval. QUESTION: What can we relate Top of Concrete Elevation 3153.00 to? We need this to establish the amount of dirt work required to construct a building pad and to determine the % grade of the new concrete ramp from the existing paving to the new slab. ANSWER: The City of Lubbock will establish elevation control during the construction of the building in the form of a benchmark. All requests for additional information or clarification must be submitted in writing and directed to: Bruce MacNair, Senior Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 "" IT13#04-183-13MA0 ITB #04-183-BM, Addendum #3 Questions may be faxed to (806) 775-2164 or Email to bmacnair@mylubbock.us . THANK YOU, CITY OF LUBBOCK Bruce MacNair Senior Buyer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's responsibility to advise the City of Lubbock Purchasing Manager if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the Purchasing Manager no later than five (5) business days prior to the bid close date. A review of such notifications will be made. ITB#04-183-BMAd3 2 ITB #04-183-BM, Addendum #4 City of Lubbock PURCHASING DEPARTMENT ROOM L04, MUNICIPAL BUILDING 1625 13TH STREET LUBBOCK, TEXAS 79401 PH:(806) 775-2167 FAX:(806) 775-2164 http://purchasing.ci.tubbock.tx.us ADDENDUM #4 ITB #04-183-BM Pre -Engineered Metal Building At The Southeast Recycling Center DATE ISSUED: November 29, 2004 CLOSE DATE: November 30, 2004 @ 2:00 P.M. CST The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. Bidder's attention is invited to the following questions and concerns and their respective responses: QUESTION: Will foundation calculations be requested by the City of Lubbock? ANSWER: No calculations will be required, however the submittal will require a Licensed Professional Engineer's Seal. QUESTION: Will the City of Lubbock provide Soils Report in order to provide appropriate foundation calculations? ANSWER: Any soil reports required for the calculation will be at the cost of the contractor. QUESTION: What is the specification for the pale cord cap on the owner's welding machine? ANSWER: Welder is a Lincoln Electric Line AC-225-S, Plate CRT #8-10, Plug 50-A-250V NEMA6- 50R Single Phase 60 Hz 230v 50 amp. QUESTION: Are starters needed for any of the owner supplied equipment or the HVAC equipment? ANSWER: There are no starters required for HVAC. Starters are supplied with equipment - electrical lines to the place of installation only. QUESTION: On Sheet 5 of 7 Section "C" @ the 3/4" recess notch, do we need to furnish a grate or a flat plate over the paper pit? ANSWER: No, there is no grate or plate required. QUESTION: We need to know how much fill will be required to bring the building slab up to the desired elevation. Right now there is not enough information on the drawings to determine this. You have given us a top of slab elevation in relation to MSL. What can we relate that to on the site that will enable us to calculate quantities to establish our estimate? ITB#04-183-BMAd4 1 ITB #04-183-BM, Addendum #4 ANSWER: The average ground elevation is 3151; the City will set a benchmark for them on site before construction begins. All requests for additional information or clarification must be submitted in writing and directed to: Bruce MacNair, Senior Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806) 775-2164 or Email to bmacnair@mylubbock.us. THANK YOU, CITY OF LUBBOCK Bruce MacNair Senior Buyer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's responsibility to advise the City of Lubbock Purchasing Manager if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the Purchasing Manager no later than five (5) business days prior to the bid close date. A review of such notifications will be made. ? ITB#04-183-BMAd4 2 C r CITY OF LUBBOCK SPECIFICATIONS FOR PRE-ENGINEERED METAL BUILDING AT THE SOUTHEAST RECYCLING CENTER ITB #04-183-BM Plans & Specifications may be obtained, at the bidder's expense, from THE REPRODUCTION COMPANY hftp://pr.thereproductioncompany.com/ Phone: (806) 763-7770 "A City Of Planned Progress" CITY OF LUBBOCK Lubbock, Texas CITY OF LUBBOCK INVITATION TO BID FOR TITLE: PRE-ENGINEERED METAL BUILDING AT THE SOUTHEAST RECYCLING CENTER ADDRESS: LUBBOCK, TEXAS ITB NUMBER: 04-183-BM PROJECT NUMBER: 90062.9210.30000 CONTRACT PREPARED BY: PURCHASING DEPARTMENT 3. 4. 5. 6. .,J 7. 8. 9. _ 10 I INDEX NOTICE TO BIDDERS GENERAL INSTRUCTIONS TO BIDDERS BID SUBMITTAL - BID FOR LUMP SUM CONTRACTS PAYMENT BOND PERFORMANCE BOND CERTIFICATE OF INSURANCE CONTRACT GENERAL CONDITIONS OF THE AGREEMENT CURRENT WAGE DETERMINATIONS SPECIFICATIONS NOTICE TO BIDDERS i NOTICE TO BIDDERS i ITB #04-183-BM Sealed bids addressed to Victor Kilman, Purchasing Manager, City of Lubbock, Texas, will be received in the office of the Purchasing Manager, Municipal Building, 1625 13th Street, Room L-04, Lubbock, Texas, 79401, until 2:00 o'clock p.m. on the 30th day of November, 2004, or as changed by the issuance of formal addenda to all planholders, to furnish all labor and materials and perform all work for the construction of the following described project: "PRE-ENGINEERED METAL BUILDING AT THE SOUTHEAST RECYCLING CENTER" After the expiration of the time and date above first written, said sealed bids will be opened in the office of the Purchasing Manager and publicly read aloud. It is the sole responsibility of the bidder to ensure that his bid is actually in the office of the Purchasing Manager for the City of Lubbock, before the expiration of the date above first written. Bids are due at 2:00 o'clock p.m. on the 30th day of November. 2004, and the City of Lubbock City Council will consider the bids on the 16th day of December, 2004, at the Municipal Building, 1625 13th Street, Lubbock, Texas, or as - soon thereafter as may be reasonably convenient, subject to the right to reject any or all bids and waive any formalities. The successful bidder will be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful bidder will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. Said statutory bonds should be issued by a company carrying a current Best Rating of B or superior. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's or certified 3 check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within fifteen (15) days after notice of award of the contract to him. FAILURE OF THE BIDDER TO INCLUDE BID SECURITY WITH THE BID SUBMITTAL SHALL CONSTITUTE A NONRESPONSIVE BID AND RESULT IN DISQUALIFICATION OF THE BID SUBMITTAL. It shall be each bidders sole responsibility to inspect the site of the work and to inform himself regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the bid submitted. There will be a non -mandatory pre -bid conference on 17th day of November, 2004 at 10:00 o'clock a.m., in the Training Room L01, Lubbock, Texas. Bidders may view the plans and specifications without charge at The Reproduction Company, 2102 Avenue Q, Lubbock, Texas 79405. PLANS AND SPECIFICATIONS MAY BE OBTAINED, AT THE BIDDER'S EXPENSE, FROM THE REPRODUCTION COMPANY, httr)://pr.thereproductioncompany.com/, Phone: (806) 763-7770. Attention, of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the office of the Purchasing Manager of the City of Lubbock, which document is j specifically referred to in this notice to bidders. Each bidder's attention is further directed to provision of Article 5159a, Vernon's Ann. Civil St., and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -bid meetings and bid openings are available to all persons regardless of disability. If you would like bid information made available in a more accessible format or if you require assistance, please contact the City of Lubbock ADA Coordinator at (806) 775-2018 at least 48 hours in advance of the meeting. THE i REPRODU01WIM � COMPANY West Texas Reprographics Headquarters 2102 Ave. Q Lubbock, TX 79411 (806) 763.7770 (888) 889.5978 http://pr.thereproducti6ncompany.com Price of Plans per set $ 7.20 r' Price per Spec book $ 14.65 - Total Building Package $ 21.84 CITY OF LUBBOCK VICTOR KILMAN PURCHASING MANAGER I GENERAL INSTRUCTIONS TO BIDDERS �I 4_ GENERAL INSTRUCTIONS TO BIDDERS 1 BID DELIVERY TIME & DATE 1.1 The City of Lubbock is seeking written and sealed competitive bids to furnish PRE-ENGINEERED METAL BUILDING AT THE SOUTHEAST RECYCLING CENTER per the attached specifications and contract documents. Sealed bids will be received no later than 2:00 p.m. CST, the 30th day of November, 2004 at the office listed below. Any bid received after the date and hour specified will be rejected and returned unopened to the bidder. Each bid and supporting documentation must be in a sealed envelope or container plainly labeled in the lower left-hand corner: "ITB #04-183-BM, PRE-ENGINEERED METAL _ BUILDING AT THE SOUTHEAST RECYCLING CENTER" and the bid opening date and time. Bidders must also include their company name and address on the outside of the envelope or container. Bids must be addressed to: h_ Victor Kilman, Purchasing Manager City of Lubbock 1625 13th Street, Room L-04 Lubbock, Texas 79401 1.2 Bidders are responsible for making certain bids are delivered to the Purchasing Department. Mailing of a bid does not ensure that the bid will be delivered on time or delivered at all. If bidder does not hand deliver 1 bid, we suggest that he/she use some sort of delivery service that provides a receipt. 1.3 Bids will be accepted in person, by United States Mail, by United Parcel Service, or by private courier } service. No bids will be accepted by oral communication, telephone, electronic mail, telegraphic _ transmission, or telefacsimile transmission. THE CITY WILL NOT ACCEPT FAX BIDS. 1.4 The City of Lubbock reserves the right to postpone the date and time for opening bids through an addendum. 2 PRE -BID MEETING 2.1 For the purpose of familiarizing bidders with the requirements, answering questions, and issuing addenda as needed for the clarification of the Invitation to Bid (ITB) documents, a non -mandatory pre -bid meeting will be held at 10:00 a.m., November 17th, 2004 in Training Room L01, Lubbock, Texas. All persons t attending the meeting will be asked to identify themselves and the prospective bidder they represent. 2.2 It is the bidder's responsibility to attend the pre -bid meeting though the meeting is not mandatory. The r.' City will not be responsible for providing information discussed at the pre -bid meeting to bidders who do not attend the pre -bid meeting. 3 ADDENDA & MODIFICATIONS 3.1 Any changes, additions, or clarifications to the ITB are made by ADDENDA information available over the Internet at http://www.RFPdepot.com. We strongly suggest that you check for any addenda a 5 minimum of forty-eight hours in advance of the response deadline. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. 3.2 Any bidder in doubt as to the true meaning of any part of the specifications or other documents may ' request an interpretation thereof from the Purchasing Department. At the request of the bidder, or in the event the Purchasing Department deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Purchasing Department. Such addenda issued by the Purchasing Department will be available over the Internet at http://www.RFPdepot.com and will become part of the proposal package having the same binding effect as provisions of the original ITB. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by the City of vs Lubbock Purchasing Department no later than five (5) days before the bid closing date. 3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock shall not be legally bound by any amendment or interpretation that is not in writing. Only information supplied by the City of Lubbock Purchasing Department in writing or in this ITB should be used in preparing bid responses. All contacts that a bidder may have had before or after receipt of this ITB with any individuals, employees, or representatives of the City and any information that may have been read in i any news media or seen or heard in any communication facility regarding this bid should be disregarded in i preparing responses. s 3.4 The City does not assume responsibility for the receipt of any addendum sent to bidders. 4 EXAMINATION OF DOCUMENTS AND REQUIREMENTS 4.1 Each bidder shall carefully examine all ITB documents and thoroughly familiarize itself with all requirements before submitting a bid to ensure that their bid meets the intent of these specifications. 4.2 Before submitting a bid, each bidder shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Invitation to Bid. Failure to make such investigations and examinations shall not relieve the bidder from obligation to comply, in every detail, with all provisions and requirements of the Invitation to Bid. 4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Purchasing Manager and a clarification obtained before the bids are received, and if no such notice is received by the Purchasing Manager prior to the opening of bids, then it shall be deemed that the bidder fully understands the work to be included and has provided sufficient sums in its bid to complete the work in accordance with these plans and specifications. If bidder does not notify Purchasing Manager before bidding of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and zadequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of bids. 5 BID PREPARATION COSTS -1 5.1 Issuance of this ITB does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a bid. 5.2 The issuance of this ITB does not obligate the City of Lubbock to enter into contract for any services or equipment. 5.3 All costs related to the preparation and submission of a bid shall be paid by the bidder. 6 TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 6.1 If you consider any portion of your bid to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. 6.2 The City of Lubbock will honor your notations of trade secrets and confidential information and decline to release such information initially, but please note that the final determination of whether a particular portion of your bid is in fact a trade secret or commercial or financial information that may be withheld from public inspection will be made by the Texas Attorney General or a court of competent jurisdiction. In the event a public information request is received for a portion of your bid that you have marked as being confidential information, you will be notified of such request and you will be required to justify your legal position in writing to the Texas Attorney General pursuant to Section 552.305 of the Government Code. In the event that it is determined by opinion or order of the Texas Attorney General or a court of competent jurisdiction that such information is in fact not privileged and confidential under Section 552.110 of the Government Code and Section 252.049 of the Local Government Code, then such information will be made available to the requester. 6.3 Marking your entire bid CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open Records Act. 7 LICENSES PERMITS TAXES The price or prices for the work shall include full compensation for all taxes, permits, etc. that the bidder is or may be required to pay. 8 UTILIZATION OF LOCAL BUSINESS RESOURCES Prospective bidders are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their bid submittal how they would utilize local resources. 2 v 9 CONFLICT OF INTEREST (`- 9.1 The bidder shall not offer or accept gifts or anything of value nor enter into any business arrangement with any r employee, official or agent of the City of Lubbock. 9.2 By signing and executing this bid, the bidder certifies and represents to the City the bidder has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of discretion concerning this bid. 10 CONTRACT DOCUMENTS - 10.1 All work covered by the contract shall be done in accordance with contract documents described in the General Conditions. 10.2 All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 11 PLANS FOR USE BY BIDDERS It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without charge or forfeiture of deposit. The contract documents, may be examined without charge as noted in the Notice ( to Bidders. 12 BIDDER INQUIRIES AND CLARIFICATION OF REQUIREMENTS 12.1 It is the intent and purpose of the City of Lubbock that this request permit competitive bids. It shall be the bidder's responsibility to advise the Purchasing Manager if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the City of Lubbock Purchasing ! Office no later than five (5) calendar days before the bid closing date. A review of such notifications will be made. 12.2 NO BIDDER SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS INVITATION TO BID(ITB) MUST BE SUBMITTED IN 'WRITING NO LATER THAN FIVE (5) CALENDAR DAYS PRIOR TO THE BID (' CLOSING DATE AND ADDRESSED TO: BRUCE MACNAIR, SENIOR BUYER City of Lubbock 1625 13th Street Lubbock, Texas 79401 Fax: (806) 775-2164 Email: BMacnair@mylubbock.us RFPDepot: http://www.RFPdepot.com 13 TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be substantially completed within ONE - HUNDRED EIGHTY (180) CONSECUTIVE CALENDAR DAYS from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder. 13.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take such action as the City deems necessary to ensure completion of the project within the time specified. 14 PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 15 AFFIDAVITS OF BILLS PAID The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. 16 MATERIALS AND WORKMANSHIP The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and methods set forth in the contract documents provide minimum standards of quality, which the Owner believes necessary to procure a satisfactory project. 17 GUARANTEES 17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within ONE year from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants fault -free performance and fault -free result in the processing date and date -related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will be recognized and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to comply with all the obligations contained herein. 17.3 The obligations contained herein apply to products and services provided by the Contractor, its sub- contractor or any third party involved in the creation or development of the products and services to be delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining to termination or default. 17.4 The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. 18 PLANS FOR THE CONTRACTOR a The contractor will be furnished one set of plans and specifications, and related contract documents for his use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. 19 PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the ' date the City issues its certificate of completion to Contractor. The City reserves the right, after the bids have been opened and before the contract has been awarded, to require of a bidder the following information: 4 4 (a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by the intended contract and all work in progress with bond amounts and percentage completed. (b) A sworn statement of the current financial condition of the bidder. (c) Equipment schedule. 20 TEXAS STATE SALES TAX 20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. 20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be incorporated into the work without paying the tax at the time of purchase. 21 PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense. 22 BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 23 EXPLOSIVES 23.1 The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from the City. In all cases where written permission is obtained for the use of explosives, the Contractor shall assume full responsibility for all damage, which may occur as a direct or indirect result of the blasting. In addition, in all cases where explosives are authorized to be used, the Contractor shall use utmost care so as not to endanger life or property and the Contractor shall further use only such methods as are currently utilized by persons, firms, or corporations engaged in similar type of construction activity. 23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. 23.3 In all cases where explosives are to be used during the construction of the project contemplated by this contract, it shall be the duty of the Contractor to notify each utility company having structures (above or below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and such notice shall be given sufficiently in advance to enable the companies to take such steps as they may deem necessary to protect their property from injury. Such notice, however, shall not relieve the Contractor of responsibility for any damage resulting from his blasting operations. ,.> 24 CONTRACTOR'S REPRESENTATIVE The successful bidder shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful bidder shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. 25 INSURANCE 25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do 5 i business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact ( business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted before contract execution. 25.2 PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS AN ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN - FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. 26 LABOR AND WORKING HOURS 26.1 Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate that must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The bidders' attention is further directed to the requirements of Article 5159a, Vernon's Annotated Civil (- Statutes providing for the payment of the wage schedules above mentioned and the bidder's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in these contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under this contract requiring an inspector will not be performed on weekends or holidays unless the following conditions exist: 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. 26.2 Before construction work requiring an inspector is to be performed on weekends or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on weekends or holidays will be made by the Owner's Representative. 26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS y The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors engaged at the site of the work shall not later than the seventh day following the payment of wages, file with the Owner's Representative, or Engineer, a certified, sworn, legible copy of such payroll. This shall contain the name of each employee, his classification, the number of hours worked on each day, rate of pay, and net pay. The affidavit shall state that the copy is a true and correct copy of such payroll, that no rebates or deductions (except as shown) have been made, or will in the future be made from the wages paid as shown thereon. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which __ 6 schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, ten dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. 28 PROVISIONS CONCERNING ESCALATION CLAUSES Bids submitted containing any conditions which provide for changes in the stated bid price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the bidder without being considered. 29 PREPARATION FOR BID 29.1 The bidder shall submit his bid on forms furnished by the City. All blank spaces in the form shall be correctly filled in and the bidder shall state the price both in words and numerals, for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the price written in words and the price written in figures, the price written in words shall govern. 29.2 If the bid is submitted by an individual, his name must be signed by him or his duly authorized agent. If a bid is submitted by a firm, association, or partnership, the name and address of each member must be given and the bid signed by a member of the firm, association or partnership, or person duly authorized. If the bid is submitted by a company or corporation, the company or corporate name and business address must be given, and the bid signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign bids must be properly certified and must be in writing and submitted with the bid. The bid shall be executed in ink. 29.3 Each bid shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and endorsed on the outside of the envelope in the following manner: 28.3.1 Bidder's name 28.3.2 Bid for (description of the project). 29.4 Bid submittals may be withdrawn and resubmitted at any time before the time set for opening of the bids, but no bid may be withdrawn or altered thereafter. 29.5 Pursuant to Texas Local Government Code 252.043(a), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. j 30 BOUND COPY OF CONTRACT DOCUMENTS Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the following: (a) Notice to Bidders. (b) General Instructions to Bidders. (c) Bidder's Submittal. (d) Statutory Bond (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. 0) Insurance Certificates. 0) All other documents made available to bidder for his inspection in accordance with the Notice to Bidders. If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered (' incorporated by reference into the aforementioned contract documents. 31 QUALIFICATIONS OF BIDDERS The bidder may be required before the award of any contract to show to the complete satisfaction of the City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein in a satisfactory manner. The bidder may also be required to give a past history and references in order to satisfy - the City of Lubbock about the bidder's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the bidder to perform the work, and the bidder shall furnish to the City of Lubbock all information for this purpose that may be requested. The bidder's bid may be deemed not to meet specifications or the bid may be rejected if the evidence submitted by, or investigation of, the bidder fails to satisfy the City of Lubbock that the bidder is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the bidder's qualifications shall include: (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the bidder to perform the work or provide the service promptly or within the time specified, without delay or interference. (c) The character, integrity, reputation, judgment, experience, and efficiency of the bidder. (d) The quality of performance of previous contracts or services. (e) The safety record of the Contractor and proposed Sub -Contractors 32 BID AWARD p 32.1 The City of Lubbock reserves the right to reject any or all bids, reject any particular item on a bid, and to waive immaterial formalities and to accept the offer most advantageous to the City of Lubbock in its sole discretion. Unless otherwise specified herein, the City shall award the bid based on the total bid. 32.2 All bids are evaluated for compliance with specifications before the bid price is considered. Response to specifications is primary in determining the best low bid. Failure to comply with the specifications may f _ result in disqualification of the bid. 32.3 In case of tie bids, preference will be given to local bidders, Consistent and continued tie bidding may be cause for rejection of bids by the City of Lubbock and/or investigation by the Attorney General to determine possible Anti -Trust violations. 32.4 Before the City may award a bid to a nonresident bidder, the nonresident bidder's bid must be lower than lowest bid submitted by a responsible Texas bidder by the same margin or amount that a Texas bidder would be required to underbid the nonresident bidder in the nonresident bidders' home state. r 32.5 Any contract made, or purchase order issued, as a result of this Invitation to Bid, shall be entered into the State of Texas and under the laws of the State of Texas. In connection with the performance of work, the Bidder agrees to comply with the Fair Labor Standard Act, Equal Opportunity Employment Act, and all other applicable Federal, State, and Local laws, regulations, and executive orders to the extent that the same may be applicable. 32.6 NO INDIVIDUAL OF ANY USING DEPARTMENT HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS INVITATION TO BID. t BID SUBMITTAL I ,. 1, LJ 1 BID SUBMITTAL LUMP SUM BID CONTRACT DATE: I 1-SO- Aop+ PROJECT NUMBER: #04-183-BM - PRE-ENGINEERED METAL BUILDING AT THE SOUTHEAST RECYCLING CENTER Bid of(hereinafter called Bidder) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Gentlemen: The Bidder, in compliance with your Invitation to Bid for the construction of a PRE-ENGINEERED METAL BUILDING AT THE SOUTHEAST RECYCLING CENTER having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required under the contract documents. MATERIALS: OW,6 /&nt esa z aof,<44,o Aimed uewev rwewit, —,z*tpd ($ ioo 412100 ) SERVICES: N/Gry -Foot TNvy5&m1n sc-r�.>� _t=► ye o 76. AD ) TOTAL BID: _Qt/E v�r 71 Fi F�7�—%—t17XaSAW-1 )C/ogd A//J/�,�Q 5 ($ % 5 Jr00 . °Q ) (Amount shall be shown i both oth words and numerals. In case of discrepancy, the amount own in words shall govern.) Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within 180 (ONE -HUNDRED EIGHTY) consecutive calendar days thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of $1,000 (ONE THOUSAND DOLLARS) for each consecutive calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty-(30) calendar days after the scheduled closing time for receiving bids. . The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within fifteen (15) days after notice of award of the contract to him. Enclosed with this bid is a Cashier's Check or Certified Check for Dollars ($ ) or a Bid Bond in the sum of 5% dF &VrrATa%r A,4*jA.tt 1StD Dollars ($ 53e ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the bid is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within fifteen (15) days after the date of receipt of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned upon demand. Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Bidders. Pursuant to Texas Local Government Code 252.043(a), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. (Seal if Bidder is a Corporation) ATTEST: Secretary Bidder acknowledges receipt of the following addenda Addenda No. I Date ll-lO-Z&:+ Addenda No. _t_ Date ti. 14-200¢ Addenda No. 3 Date ii-it, ee4- Addenda No. �_ Date tl-Zq-ZOv¢ M/WBE Firm: Black American Date: 11- So-Zoa+ Authorized ?46 Vktoum (Printed or Typed Name) 4 e- Company 112 EA7-�Sr SZriD Address l" PJ15rarJr 4a1s�5oGlc. City, County --vv-&A, "T4IZ4. State Zip Code Telephone: Soli - -14-IS- Fax: 9Of< 7745 -,r 2 LIST OF SUBCONTRACTORS Minority Owned Yes No 1❑ T 2. 4, ; ,JZ►PE ❑ ra 3. 9f7iC 6NiGDsiS ❑ d 4. ❑ 6. kln�f S'f't$. *m1 pitA l cgArzria+) ❑ 7. OV6RHredp Der�{2 Gers?sudy ❑ 9. ❑ ❑ 10. ❑ ❑ 3 CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT To Be Completed by Bidder And Attached to Bid Submittal I, the undersigned Bidder, certify that the insurance requirements contained in this bid document have been reviewed by me with the below identified Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to, within fifteen (15) days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to the City meeting all of the requirements defined in this bid/proposal. CONTRACTOR'S FIRM NAME: Contractor (Print) nt or Type ) CONTRACTOR'S FIRM ADDRESS: 112 Q&O.T 6ZMtD Name of Agent/Broker: Address of Agent/Broker: G3o3 -mrib City/State/Zip:_Lt,t, T'�-t,td 74413 Agent/Broker Telephone Number: ( ot, Date: 111-3o-04 NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this bid/proposal and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Purchasing Manager for the City of Lubbock at (806) 775-2165. BID #04-183-BM - PRE-ENGINEERED METAL BUILDING AT THE SOUTHEAST RECYCLING CENTER SAFETY RECORD QUESTIONNAIRE (Must Be Submitted With Bid Submittal) The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government Code, and consider the safety records of potential contractors prior to awarding bids on City contracts. Pursuant to Section 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for accurately determining the safety record of a bidder prior to awarding bids on City contracts. The definition and criteria for determining the safety record of a bidder for this consideration shall be: The City of Lubbock shall consider the safety record of the bidders in determining the responsibility thereof. The City may consider any incidence involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among other things: a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC), against the bidder for violations of OSHA regulations within the past three (3) years. b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of Health (TDH), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the United States. Citations include notices of violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death. d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the bidder and his or her ability to perform the services or goods required by the bid documents in a safe environment, both for the workers and other employees of bidder and the citizens of the City of Lubbock. In order to obtain proper information from bidders so that City of Lubbock may consider the safety records of potential contractors prior to awarding bids on City contracts, City of Lubbock requires that bidders answer the following three (3) questions and submit them with their bids: QUESTION ONE Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years? YES NO X— If the bidder has indicated YES for question number one above, the bidder must provide to City of Lubbock, with its bid submission, the following information with respect to each such citation: Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty. assessed. (QUESTION TWO Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of environmental protection laws or regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement, suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. YES NO X If the bidder has indicated YES for question number two above, the bidder must provide to City of Lubbock, with its bid submission, the following information with respect to each such conviction: Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and penalty assessed. QUESTION THREE Has the bidder, or the firm, corporation, partnership, or institution represented by bidder, or anyone acting for such firm, corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense which resulted in serious bodily injury or death? YES NO—)( If the bidder has indicated YES for question number three above, the bidder must provide to City of Lubbock, with its bid submission, the following information with respect to each such conviction: Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty assessed. ACKNOWLEDGEMENT THE STATE OF TEXAS COUNTY OF LUBBOCK I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my statements and answers to questions. I am aware that the information given by me in this questionnaire will be investigated, with my full permission, and that any misrepresentations or omissions may cause my bid to be rejected. Signatur V� P. Title 6 NORTH AMERICAN SPECIALTY INSURANCE COMPANY BID BOND (AIA 310) Bond No. KNOW ALL BY THESE PRESENTS that G. Greenstreet, Inc. as Principal, and NORTH AMERICAN SPECIALTY INSURANCE COMPANY, a New Hampshire corporation, ? as Surety, are held and firmly bound unto City of Lubbock Water Utilities { as Obligee, in the sum Of Five Percent of Greatest Amount Bid ----------------------------------------------------------------- ------------------------------------------------------------------------------------------------------- ------------------------------------------------------------------------------------------------------- Dollars ($-------- (5 %)------- ), for the payment of which sum, well and truly to be made, the Principal and Surety bind themselves, their heirs, .J. executors, administrators, successors and assigns, jointly and severally, firmly be these presents. WHEREAS the Principal has submitted a bid for New 60 X 100 Pre -Engineered Metal Building NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter into such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said 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, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed, sealed and dated November 30, 2004 G. Greenstreet, Inc. By NORTH AMERICAN By 1 Kevin J. Dunn, COMPANY Attorney -in -Fact ❑cv aroinn NAS SURETY GROUP NORTH ANIERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International Insurance Company, a corporation organized and existing under the laws of the State of Arizona and having its principaloffice in the City of Itasca, Illinois, each does hereby make, constitute and appoint. Kevin J. Dunn, Cara D. Hancock, Harold D. Binggeli and Lonny E. Hergert jointly or severally - Its true and lawful Attomey(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by i law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: TEN MILLION (10,000,000.00) DOLLARS J This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 24 h of March, 2000: "RESOLVED, that any two of the President, aa;y Executive Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." O % ulllulppp a1�\g�2� reps y � t SEAL Z4 B 41 Ilgl'0i>I i Putt n. Amttuts, President & CbId Lueudva 016cer of WuYingtoa Intonuttooal Insurance Company & au}i?s 11173 `Pa,,; Vice Praldeat of North AmaAcao SpeWity Insurance Company 'SEA �Uu111111\\��'� rrrtM.tN*t By Steven P. Andenon, Ssecutive We President o(W uhington Intern■tloaal Imnranee Company da Vice Pruldent 011orth Amorlcan SpacWty laauraaee Company IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 29 day of March 2004 . North American Specialty Insurance Company Washington International Insurance Company State of Illinois County of Du Page SS: On this 29 day of March 20 04 , before me, a Notary Public personally appeared Paul D. Au=tz , President and CEO of Washington International Insurance Company and Vice President of North American Specialty Insurance Company and StevenP. Anderson Executive Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies, ien.aa Yasmin A. Patel, Notary Public I, James A. Camenter , the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North - American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 30t1day of November 2004 . l Jams A. Carpenter, Viu President & Auiatw Swmtuy of WuhinVn latarnadonal Jnrtuance Company & Asristans 3eeranry of North American Specialty iosmanee Company �-t h BOND U'HEOK BEST RAT(Nf, LICU41"310 IN 5XAS Bond No. 204 55 76 YE INC-1i BY STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) KNOW ALL MEN BY THESE PRESENTS, that IncGreenstrre�einafter called the Principal(s), as Principal(s), and —North American Specialty Insurance Company ,(hereinafter called the Suretyrrs� a�, Sudet6s)� ajeE hell and m� bond unto the City of Lubbock (hereinafter called the 'Obligee), in the amount of'Fivp 14 indred andyNo% 0--o-san_- Dollars ($ 154,500.0q lawful money of the -'United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated thel6th day of December , 20 04to Bid # 04-183-BM - Pre -Engineered Metal Building at the F Southeast Recycling Center L _ land said principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void; ( 'otherwise to remain in full force and effect. 3 PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said s article to the same extent as if it were copied at length herein. L. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this2Oth day of _ December 20 04. North American SDe,-;faltv Insurance Company Surety * By: (Title)Kev n ;;,,Xun'n',"�--gttorney-In-Fact t__ G. Greenstreet. Inc. (Company Name) By: FAllw 1% (Printed Name) (Signature)/) (Title) -j The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates Kevin J . Dun an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. North American Specialt" nsurance Compan Surety tB�"O' jitleyevXttorney—ln—Fact Dunn, r ' Approved as to Form City of L ock " Y: it orney * Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. if signed by an Attorney in Fact, we must have copy of power of attorney for our files. f i i i �1 1 2 NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State ofNew Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International Insurance Company, a corporation organized and existing under the laws of the State of Arizona and having its principal'office in the City of Itasca, Illinois, each does hereby make, constitute and appoint: Kevin J. Dunn, Cara D. Hancock, Harold D. Binggeh and Lonny E. Hergert jointly or severally Its true and lawful Attomey(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceedthe amount of: TEN MILLION (10,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 246' of March, 2000: "RESOLVED, that any two of the President, any Executive Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute 'a Power of Attomey qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety; and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is . FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Pawerof Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." �3 .`\iNinlu...g,.1PPOq..�j: y TIE : T = Patti D. Amstuts, President & Chief Executive Officer of Washington Interpasioast Insurance Company & r st 33 19T3 r�: Vice President of North American Specialty insurance Company E`O ,NA ...... By 1� """nC�aae� . Staves P. Andaman, Executive Vice President of Washington international Insurance Company & ' Vice President of North American Spaelalty Iwumaca Company IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 29 day of Mares 20 04 . North American Specialty Insurance Company Washington International Insurance Company State of Illinois County of Du Page ss' On this 29 day of March 20 04 • before me, a Notary Public personally appeared Paul D. Amstutz , President and CEO of Washington International Insurance Company and Vice President of North American Specialty Insurance Company and Steven P. Anderson Executive Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. Yasmin A. Patel, Notary Public I, James A. C@Menter , the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 20 day of Deceinbel: .20 04. James A. Cupenter, Vies President & Assistant 3eoretary of W.sh On Intetaspaa3d less rsnea Company & Assistant Secretary of North American Specialty ipi a m Compmy �i Bond No. 204 55 76 POND CHECK STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021 WST RATING � OF THE TEXAS GOVERNMENT CODE I ICENS p IN TEXAS (CONTRACTS MORE THAN $25,000) QATE 310 � By I KNOW ALL MEN BY THESE PRESENTS, that G. Greenstreet, Inc. (hereinafter called the Principal(s), as I Principal(s), and North American Specialty Insurance Company (hereinafter called the SuretyVilve eaNnuSet�r�s)FaghelV,9a�d,�r��rs and unto the City of Lubbock (hereinafter called the Obligee), in the amount of un red an No 0---------- Dollars ($ 154,500.00) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 16th day of December , 20 04 , to Bid # 04-183-BM - Pre -Engineered Metal Building at the Southeast Recycling Center and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all lclaimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the It Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this _ 20th day of December 20 04. JNorth American S e �tyInsurance Company G. Greenstreet, Inc. Surety (Company Name) -By: Iz By: M� Ic6WmLaze (Title)Kevi Dunn, -Attorney -In -Fact (Printed Name) " (Signature) I, (Title) / 1 i" a. The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates Kevin J. Dunn an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. North American Specie Insurance Surety Company *BZ� - (Title) Zev ' ijeJ. Dunn , A orney—In—Fact J? Approved as to form: ;City of ock_�� Cit ..,..., orney Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. _J NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International Insurance Company, a corporation organized and existing under the laws of the State of Arizona and having its principal office in the City of Itasca, Illinois, each does hereby make, constitute and appoint: Kevin J. Dunn, Cara D. Hancock, Harold D. Binggeli and Lonny E. Hergert jointly or severally Its true and lawful Attomey(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the _j amount of: TEN MILLION (10,000,000.00) DOLLARS u? This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held _.� on the 20 of March, 2000: "RESOLVED, that any two of the President, atiy Executive Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or. any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the.seal of the Company; and it is ~� FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." gIp1111111Nrrr [Heir OMA B} pool D. A nitum, President & C4ief Executive officer of WaaWngtoe International Insurance Company & 3 1fl73 �;o \ Vice President of North American Specialty Insurance Company aF , 9 3 BY 4 Steven P. Anderson, Elacutive Vice President of Wuhington International Insurance Company & ' Vice President of North American Specialty Insurance Company IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 29 day of March 20 04 North American Specialty Insurance Company Washington International Insurance Company J State of Illinois County of Du Page ss: On this 29 day of March 204. before me, a Notary Public personally appeared Paul D Amstutz , President and CEO of Washington International Insurance Company and Vice President of North American Specialty Insurance Company and Steven P. Anderson Executive Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company, personally known to me, who being by me duly swom, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. 0Yasmin A. Patel, Notary Public I, James A. Carpenter the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 20 day of Dec ember 20 0_4 James A. Carpenter, Vice President & Ataistant Secretary of Wathin%t7n International Ingunmw Company & Assistant Secretsry of North American spacislty-lnaa,-Aio Company POLICYHOLDER DISCLOSURE NOTICE OF TERRORISM INSURANCE COVERAGE ENDORSEMENT Coverage for acts of terrorism as defined in § 102(1) of the Terrorism Risk Insurance Act of 2002 ("the Act") is already included in this surety bond. You should know that, effective November 26, 2002, under your existing coverage, any losses caused by certified acts of terrorism would be partially reimbursed by the United States under a formula established by federal law. Under this formula, the United States pays 90% of covered terrorism losses exceeding the statutorily established deductible paid by the insurance company providing the coverage. The portion of your annual premium that is attributable to coverage for acts of terrorism is $0. As your insurance/surety company we are sending you this notice to comply with the Terrorism Risk Insurance Act of 2002. For questions regarding this notice please visit our website www.nassurety.com or you may call our office at 630- 227- 4825. j REV: 2/03 agent notice r.. J IMPORTANT NOTICE In order to Obtain Information or Make a Complaint: You may call Washington International Insurance Company and/or North American Specialty Insurance Company at the following toll -free number: 800/338.0753 or You may write to them at the following address: 1200 Arlington Heights Road #400 Itasca, IL 60143 You may also contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 800/252-3439 You may write the Texas Department of Insurance at the following address: P O Box 149104 Austin, TX 78714-9104 CERTIFICATE OF INSURANCE oac. '7(I7 Uidd P_01/02 DEC-21-2004 13:53 SANFORD AGENCY �•-���,� 4crc i 1HUATE OF LIABIL ,W0L=R (8 6)792-5564 FAX (806)792-9344 Sanford Insurance Agency 6303 Indiana P.O. Box 64790 Lubbock. TX 79464 "mv Greenstreel, Inc., G. 112 E 82nd St Lubbock„ TX 79404 ITY INSURANCE 12/2 n THIS CERT11=1CATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLD&R, THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTES THE RA AFFORDED QY THE POLICIES OF -LOW. INSURERS AFFORDING COVERAGE NAIC S MSURERA: CMI Lloyds_ INSUTE99; Central Mutual Ins, Co. wwmRc. Texas Mutual Ins. Co. INSURER D: Great Amer can Ins. INsuREa E: :OVERAGES THE POL098 Of: INSURANCE LISTED BELOW HAVE OREN MOM TO THE INSURED NAMED ABOVE FOR THE PI ANY REQUIREMENT TERM OR CONDITION OR ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHK MAY PERTAIN, THII INSURANCI' AFFORDED BY THE POLICIES DESCRIBED HEREIN 18 SUBJECT TO ALL THE TER POLICIES. At 0"GATIE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. TYPE OF 10MRANCE POLICY 11,1001 TR Y RfF4CTNE POLICY TION GENERALLI0ILITY - CLP7968594 08/ 6j2O04 09/26/200S X COMMERCIAL QkNERAL LIA9ILRY CLAM MADE FRI OCCUR A X BLANKET WAIVER X BLANKET ADDITIONAL OWL AGGREGATE LIMIT APPLIES PER: POLICY JJ CT LOG AUTOMOBILE LIA114" GAP 7968593 08/26/2004 08/26/ZOOS X ANY AUTO ALL OWNED AUTOS B. &MEOULED AUTOS X HIRED AUTOS X NON -OWNED AUTOS GARAGB UI&OR Y ANY AUTO EICCE88ftNMBRLLLALIABR,IIY OCCUR CLAMS MADE DEDUCTIBLE RETERITTION 1 NDiYRJaRSCOWEHSATIOHAHD TSF-0001048967 08/26/2004 08/26/2005 EMPLOYER6um"LlTY C ANY PROPRIETORMARTNEROW.UTIVE OFPICERMEMBER EXCLUDED? 8PECW PROVas, 0890fte ISIONS Nkm ERS RISK TIM179-I -04 03/01/2004 03/02/2005 D �i oP�a► L�L���y� 1��o�sAo�p�Tr � t�']rWE t10LDER I5 BLJW "AADQITi L INSURL` AAr REQIIIR%"F%TRACT LP WO AND GL, BLANKET WAIVER OF SUBROGATION OF INSURANCE AS REQUIRED BY CON1 NDER AUTO. 151. & WC. E: ITS 004-183-BM-PRE-ENGINEERED METAL BUILDING AT THE SOUTHEAST RECYCLID RACY PERIOD INDICATED. NOTW(THSTANDINI H THIS CERTIFICATE MAY BE ISSUED OR AS. ExCLuSIONS AND CONDITIONS OF SUCH LIMITS Emw OCOUAWNCG 1 1,000, DAA 2 TO R£NTED01 1 300 MED fiv (Anyone Nam) 1 5 PERSONAL & ADV IN9URY s 1 000 GENERAL AGGREGATE $ 2.000 PRODUCTS . COMPIOP AGG 1 2 Ow 00 COMBINED SINGLE LIMIT 1 (Ea ecddenq 1, 000. BODILV IWURY 1 (Porpelien) 9001LV IWURY : (PIT ouddem) PROPERTY DAMAGE 1 (Por oeddeno AUTO ONLY - EA ACCIDENT i OTHER THAN EA ACC i i AUTO ONLY; AGG EACH OCCURRENCE 5 AGGREGATE 3 1 a Ii X Twwram OTN EL. EACH ACCIDENT i 500.00 EL. DISEASE . EA EMPLOYE 1 500 O E.L DISWE • POLICY LIMIT $ 500 4,000,000 M/NC 3,000.000 ]M $00,000 FRAME DER RACT G CENTER JIM" ANY OF THE AS M DERaRw1►D POUCa� 9E CANCELLED i[FORE THE City Of Lubbock RxPRIATTON DATE TNWMF. THE I}'I'ERSUM9 WSW= INLL *WDEAVOR TO MAIL C/o CITY OF LUBBOCK -.10 DAYS MaN NOTICE TRnFlO O YHe CBATE MOLDER NAAED TO THE L&R, PURCHASING DEPARTMENT OUT FALURR TO MAR. SUCH NOTICE SWILL IM►OM NO OftM OR 162 5 13TH STREET ROOM L04 OP m" 4WD W" TRNOURM ffs "611" ORR Tlvl� HB LUBBOCK, TX 79401 AUTHOMW EPIIMEaNTATIVE �..) 1 Sanf ACORD 25 (2001108) VkCORD COOORATION 1N►N18 DEC-21-2004 13:53 SANFORD AGENCY 806 792 9344 P.02/02 IMPORTANT If the certificate holder is an ADDITIONAL. INSURED, the poilcy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SU13ROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, not does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. TOTAL P.02 12/22/1U04 13: 49 lbUbf94U1`Jb UAVILI I(H I LIN rHur. CJ1r CIL COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OR ANY CONTRACT OR OTHER DOCUMENT WITH RIFSPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALI_ THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AG REGATE LIMITS SHOWN MAY HAVE 8EIEN REDUCED BY PAID CLAIMS. INAR Im TYPE OF INSURANCE POLC)Y NUMBER POPATRIUCY TIVE A PIRA TE IMMMOOM LIMITS C GENERAL LLIA uTY OGGI,538457 02/18/2004 02/113/2005_EACH owiWNce s 50D,000' X MWERCIAL OEM E UABILRY FIRE OAMAGF. (M one lirn S 100, 000, CLANS MADE � OCCUR / / / / MEO EXP auk 3 0 PERS AL✓wADV INJURY S 500,000 OENERALAOOREOATE d 1,000,000 OEN1 AGGREGATE LIMIT APPLIES PER: PRODUCTS • C MPJOP AGG I; 1,000,000 P LICY P T Loc A AUT*MOMLELIABILITY STC551065-1 07/22/2004 07/22/2005 COMBINBDl;1NGLE LIMIT ANY AUTO (Ea volwl) : 500,001 ALL OWNGOAUTOS / / / / BODILY INAMY X SCHGOUI,EDAUTOS (Per person) p HIRED AUTOS / / / / BODILY INJURY NON -OWNED AUTOS (Pa-xiciano f PROPERTY DAMAGE (p- negaeM s GARAGAUABRITY AUTO ONLY• EA ACCIDENT S ANY AUTO / / I / OTHER THAN eA ACC S AUTO ONLY: A = Excess UABILITY / / % /eACH Q2(d/RRet" s OCCUR CLAIMS MAOE AGOREGATS S _ OEDUCTIBLG ' RETENTION S S $ 6Mpi0YERB 1% LN TIONAND TSF1116801 05/06/2004 65/06/2005 T A G E.L. EACH ACCIDENT s 1,000,000 R.l DISeASE • FA EMPLOYEE i 1,000,000 6 RMAS -POLICY LIMIT S 1,000,000 _ OTHER ,A PHYSICAL DAMWE STCBS1085-1 07/22/2004 07/22/2005 2501 C"/COLL DESCRIPTION OF OPERATONS"CATKMINRNICLE$IEXCLUs10NS ADOLO UY ENOO"EMENTISPWAL PROMSIONs CERTIFICATE HOLDER ACOMOPIL INSURED, INWR R UlTWi L.i CANCELLATION BHOULD ANY OF THR ABOVE DESCRIBED POLICIES OF CANCELLED BEFORE THE XXPIRATION DATC THEREOF, THE ISSUING INSURER %MLL ENDP.AVpR TO MAIL 10 DAY3 VVRrrraN NOTICR TO THE CERTIFICATE MOLDER NAMSD TO THE LEFT, BUT C . MIZE14 STREET PAILURR TO 00 SO $HALL IMPOST NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE 112 E . 82ND STREET INSURER. IM ACIENITS OR REPR6 TAT"% e AUTNORILEP REPRESENTATIVE LUBBOCK xx 79404- ,CORD 28$ (7197) A ACORD CORPORATION 1908 INS02SS (e910).01 ELECTRONIC LASER L FORMS. INC. • (&M)A2i o5dS Pf*a 1 &2 AC RD CERTIFICATE OF LIABILITY INSURANCE TM DATE(MMODNYYY) 11/22/2004 PRODUCER (806)792-SS64 FAX (806)792-9344 Sanford Insurance Agency 6303 Indiana Ave. P.O. Box 64790 Lubbock, TX 79413 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC # INSURED Sinclair Heating & Cooling, Inc. 6 SO1 Upland Avenue Lubbock, TX 79407 INSURERA: Moyers General Insurance INSURER B: INSURERC: INSURER D: INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDIN ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR DD' NSR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE MMIDD/YY POLICY EXPIRATION DATE MMIDDIYY LIMITS GENERAL LIABILITY TCP-4466380 11/23/2004 11/23/2005 EACH OCCURRENCE $ 1,000,00 X COMMERCIAL GENERAL LIABILITY CLAIMS MADE a OCCUR DAMAGE ENTED PREMISES Ea occur nce $ 100,000 MED EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY $ 1,000,000 A GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMPIOP AGG $ 2,000,000 POLICY JPE C LOC AUTOMOBILE LIABILITY X ANY AUTO BAA-1468461 11/23/2004 11/23/200S COMBINED SINGLE LIMIT (Ea accident) $ 500,000 BODILY INJURY (Per person) $ A ALL OWNED AUTOS SCHEDULED AUTOS X HIRED AUTOS X NON -OWNED AUTOS BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ EXCESSIUMBRELLA LIABILITY EACH OCCURRENCE $ OCCUR F-1 CLAIMS MADE AGGREGATE $ DEDUCTIBLE $ $ RETENTION $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANYPERIMIE B R/PARLUDEDXECUTNE OFFICER/MEMBER EXCLUDED? WC-1468460 11/23/2004 11/23%2005 IOTH- X TORY LIMITSI ER E.L. EACH ACCIDENT $ SOO OO E.L. DISEASE - EA EMPLOYEE _ $ 500,00 If yes, describe under SPECIAL PROVISIONS below E.L. DISEASE - POLICY LIMIT $ 500,000 OTHER -T DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS CERTIFICATE HOLDER rAIJrFI I ATInKI SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER 1MLL ENDEAVOR TO MAIL _10_ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, G. Greenstreet, Inc. BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO IGATION OR L ABILITY 112E 82nd Street OF ANY KIND UPON THE IN K-1106E REP SENT VES. AUTHORIZEDREPIIESENTA71 mow. ., t_; , Lubbock, TX 79404 ACORD 25 (2001/08) T_f ©ACORD CORPORATION 1988 CERTIFICATE OF LIABILITY INSURANCE DATE 08/01/2004 PRODUCER Acordia West Texas Agency, Inc. 5214 68th Street, Suite 201 Lubbock TX 79424- THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE INSURED Overhead Door Company of Lubbock, Inc. P.O. Box 16624 Lubbock TX 79490- INSURER A: American States Ins Co. INSURERB:Texas Mutual Insurance Company INSURER c: American States Ins. Co. of TX INSURERD:First National Ins. Co. of America INSURERE: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE MM/DD POLICY EXPIRATION DATE MM/DD/YY LIMITS D GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY CLAIMS MADE Fx_] OCCUR X Contractual 04CC161804 08/01/2004 / / 08/01/2005 / / EACHOCCURRENCE $ 1,000,000 FIRE DAMAGE (Any one fire) $ 200,000 MED EXP (Any one person) $ 10,000 PERSONAL & ADV INJURY $ 1,000,000 GENERALAGGREGATE $ 2,000,000 GEMLAGGREGATE LIMIT APPLIES PER: POLICY n JEC n LOC PRODUCTS - COMP/OPAGG $ 2,000,000 C AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS 04ELA445107 08/01/2004 / / / / 08/01/2005 / / / / EG accident)ED SINGLE LIMIT $ 1,000,000 BODILY INJURY (Per person) $ X X BODILY INJURY (Per accident) $ X PROPERTYDAMAGE (Per accident) $ GARAGE LIABILITY ANY AUTO / / / / AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC AUTO ONLY: AGG $ $ A EXCESS LIABILITY OCCUR F__ICLAIMSMADE DEDUCTIBLE X RETENTION $ 10,000 01SU304240 08/01/2004 / / 08/01/2005 / / EACH OCCURRENCE $ 1,000,000 AGGREGATE $ 1,000,000 S $ $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY TSF0001108411 08/06/2004 08/06/2005 X WCSTATU- OTH- TORY LIMITS ER E.L. EACH ACCIDENT _ $ 1,000,000 E.L. DISEASE - EA EMPLOYEES 1,000,000 E.L. DISEASE -POLICY LIMIT $ 1,000,000 OTHER DESCRIPTION OF OPERATIONSILOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS Lea CERTIFICATE HOLDER I I ADDITIONAL INSURED; INSURER LETTER: f`_AHi(_I=I I ATlnHl SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT Greenstreet Construction FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE 112 E . 82nd Street INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE - Lubbock TX 79404- ACORD 25-S (7197) INS025S(99to)o4 © ACORD CORPORATION 1988 ELECTRONIC LASER FORMS, INC. - (800)327-05445 Page I of 2 �uv u� a.uu��nuvr aa.�u . vvar vua ACORD_ CERTIFICATE OF LIABILITY INSURANC �lD mmmmmm 1 12/29/04 11cm Can Irannia TMsurance Agency P O Box 6745 Lubbock ZY 79493-6755 Pbone: 806-147-i422 Pax:906-757-3040 THIS CERTIFICATE IS ISSUED AS ARIIATTEIR OF NFORIFATION ONLY AND CONFERS NO RIGHTS UPON THE COMFICATE HOLDER. THIS CERTIFICATE DOES NOT AOEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW INSURERS AFFORMG COVERAGE RIMRrm oulck $ Pavm$C. +i �" • INSURER A Maryland Casualty Campapy INSURER B INSURER C. INSURER D: INSURER E COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INOICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LiR TVIPE�/MRiAII� rOLILYM�®t DATE OiITE �a a OBNWAFLLdd.NY 2 COMMERCIAL GENERAL LIABILITY CLAIMSMADE ® OCCUR 3CF42124272 03/03/04 03/03/05 EACH OCCURRENCE $ 1000000 FIRE DAMAGE (Any one fire) 6 300000 MEDEXP (Any one person) $ 10000 PERSONAL & ADV INJURY $ 1000000 GENERAL AGGREGATE $ 2000000 GENT AGGREGATE LIMIT APPLIES PER: POLICY M PJER M LOC PRODUCTS- COMPIOP AGG j Tnw7 a AID 311110 RELUANLIrI / 2 ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON OWNED AUTOS SCX42IL24299 03/03/04 03/03/05 COMBINEOSINGLELIMIT (Ea accident) $1000000 BODILY INJURY (Per person) 6 BODILY INJURY (Par accident) 6 PROPERTY DAMAGE (Per accident) 6 6IWASELNRlIFY ANY AUTO AUTO ONLY- EAACCIDENT 6 OTHER THAN EA ACC AUTO ONLY: AGG j j a EXCEiLJANLIlY OCCUR CLAIMS MADE DEDUCTIBLE RETENTION SCP42IL24272 03/03/04 03/03/05 EACH OCCURRENCE $ 1000000 AGGREGATE j j j vml� COMPE14SPI"AM E FILWA R' LMdJIY I TORT ER E.L. EACH ACCIDENT j E.L. DISEASE - EA EMPLOYEE 6 E.L. DISEASE - POLICY LIMIT j OTHM 71011OFOP6tlOKNfLOd1 ADO®BIYEIOa418NWI %CLiLPPOMONR %.40111f %.IllC 11YLYGR NA I 1 lmxww EmAmmax RR ml RTC �r/�\�rCLL/111{iA MMMD OKUDMW43FTEADOYEDEiOFMMPOLICESMEC_Hero l_MOWOIETMEWW1MM OATETHOW:IW.TIEIRML1 94KWARV&LENDEWM OW& -I&—DAYRVAvnm NOTICE TO7MCEOFICA7EHOIDBNtN TO TM LEFT. ElfFARSAETODOIWRHML Gree"treet' I$C. MPOWENOCRUSA71WORLIAK1lY43FmwNmLrON7FENKnBkn%AGMMOR 112 R. 82nd Street 1A3WA3N fA7rlEL LTOIbock ZY 79404 ACORD 25.5 Rb71 CACORD CORPORATION 19211 --- i v_ _ I. rJ Aw—o +mo %..omm i irno#1 i C %jr i-mon-i1 w 1 12/291ZQ04 T PRODUCER (906)79iZ-5564 FAX (806) 792-9+3144 Sanford Insurance Agency +53©3 Indiana P.O. Sox 64790 Lubbock, TK 79464 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION QmLy AND CGNiNER3 NO RIGHTS UPON THE CUMFICATE "OMER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POEICIES BELOW. INSURERS AFFORDING COWMAGE NAIL 8 INSURED 95Utfi Plains NF P 0 Box 9 Lubbock. TX 79409 muRERAuEvanston Ins. Co./HS INRMER & W&UAPR C; INSURER 0; INIAMER E; rs.Tr r-i --I VA -ra THE POLL ms OF INSURANCE LISTED REL4W HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDIN ANY REQUIREMENT. 'TEAM OR CONDMON OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE I99LIED OR MAY PERTAIN, THE INSURANCE AFFORDED DY THE POLICIES DESCRIBED NEREIN 18 SUBJEGT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, AGGREGATE LIMITS SHDWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, IN311 TYPE OFMaLm NCE POLICYNUMTIER P{)I.IGY�+fECT1VE RA LIMITS GENEMLLIABILLiY CL4ZO400866 06/06/2004 06j06f2005 FACHOCCURRENCE OAMWE TO RENTEDA (Eft i 100 K commERCIIL GHNERAL LIABILITY CLAIMS MADE D 00CVR IVIED EW (Any ame S S.0001 A ---- PERSONAL & ADY INJURY S - 1000,00 GENERALAGGREGATE i Z.abo. GENL AGGREGATE LIMIT APPLIE8 PER I t1D411"TS - GOMPIOP At34 1 11000. ALMONOBRF LIAINLfPY ANY AUM ( derDi1SING1 E LIMIT 3 ALL OWNED AUTOS SCHEDULED AUTO* BODILY INJURY (P- P&Vu%T) � HIRED AU TOS NOWOMED AUTOS BODILY INJURY (PW Q0&&nl) 5 PROPERTY DAMAGE (Aar -no f 0ARA6ELIAB r Y AUTO ONLY -EAACCIomr I ANY AUTO UnIER THAN . EAAAC S S AUTO ONLY`. AGG EXCOOMMORELIA UAGLr Y OCCUR D CLAIMS MADE ENCLL OG4`URRmot. a AGGREGATE T E s DEDUCTIBLE I%EfE mN I 8 YtDINtiltY Oi01�19AT1011 AIID 7H- HUM LLA Ill E.L. EACH ADOMEW s -- E.L. DISI,a$E • FAR+�LOYE 6 gym, dupwi wow 9MLALPRCMWQNSdbr E.L. DIW-ASE-POLICY LAIR I OTNER IiON OF UPBiATK7N18 r LOC�TIOitE /YE7iCLEb ! p(CLIl�4kD ADDEII FIY Q14QflSPECIAL PRQIA�Ql� BROW ANY OFTHE ABOVE DESMA MU" W CANCfLLEO WMAK Ti[F MM%AT" GATE TH w". Tile waw#G LN911RER wm_L &%mwjIVipIL; TO mm ID pAY>iyYW17ERpQi10ETDT7BlL�RT1Fr�NFNOLD9LNAMEO7OTfLiFf, Creemstreet Construction ffiff MWTOMALSUCH M"KEWV" NPOUWO61.MR.MCMORLdASHM 112 E Und Street OF ANY KWUPBNTIC IMAQENTBOft ft mWomm" Lubbock. TX 79404 AUTHOR® REPRESM"AT1vfl ( I (yk I 4A, ACORD 26 ( MM) FAX: (806)745-872 Z mCbRD 00 RAT'1C71119N DEC-29-04 WED 5:43 PM STATEFARM NELD JETT FAX NO, 7933477 P, 2 CERTIFICATE OF INSURANCE ,,,,... This certifies that STATE FARM FIRE AND CASUALTY COMPANY, Bloomington, Illinois STATE FARM GENERAL INSURANCE COMPANY, Bloomington, Illinois -,•,...s STATE FARM FIRE AND CASUALTY COMPANY, Scarborough, Ontario STATE FARM FLORIDA INSURANCE COMPANY, Winter Haven, Florida Q STATE FARM LLOYDS, Dallas, Texas Insures the following policyholder for the coverages indicated below. Policyholder SOUTH PLAINS SERVICE Address of policyholder PO )BOX 9, LUBBOCK, TX -79408 Location of operations 1116 AVL T LUBI30CK, TX 79415 Description of operations ELECTRICAL The policies listed below have been issued to the policyholder for the policy periods shown. The insurance described in these policies is subject to all the terms, exclusions, and conditions of those policies. The limits of liability shown may have been reduced by any paid claims. POLICY PERIOD LiMITS OF LIABILITY - POLICY NUMBER TYPE OF INSURANCE Effeative Oats : Emiration Dale fat beginning of policy period) Comprehensive BODILY INJURY AND Business Liability _ - ' PROPERTY DAMAGE This Insurance includes: [� Products - Completed Operations C] Contractual Liability Each Occurrence $ ❑ Personal Injury ❑ Advertising Injury General Aggregate $ a [] Products -- Completed $ ❑ Operations regale POLICY PERIOD BODILY INJURY AND PROPERTY DAMAGE -. EXCESS LIABILITY Effective Date Data (Combined Single Limit) U Umbrella Each Oocurrence $ ] Other Aggre ate $ POLICY PERIOD Part 1- Workers Compensation - Statutory Effective DAe Expirdion Date 93-OU-0369-7 Workers' Compensation 09/01/04 09/01/05 Part II - Employers Uability and Employers Liability Each Accident $ imm Disease - Each Employee $ im t Disease - Policy Limit $111HA POLICY PERIOD LIMITS OF LIABILITY POLICY NUMBER TYPE OF INSURANCE Effective Date EXVkS ion Daft (srt beginning of policy period) � r 1 THE CERTIFICATE OF INSURANCE IS NOT A CONTRACT OF INSURANCE AND NEITHER AFFIRMATIVELY NOR NEGATIVELY AMENDS, EXTENDS OR ALTERS THE COVERAGE APPROVED BY ANY POLICY DESCRIBED HEREIN. Name and Address of Certificate Holder GREEN STRAP T CONSTRUCTION 1112 6 82 STREET LUBBOCK, TX 79404 5684894 a.5 Rev.11-08 QW Pdme4 in U.sA H any of the described policies are canceled before their expiration date, State Farm will try to mail a written notice to the certificate holder 30 days before cancellation. If however, we fail to mail such notice, no obligation or liability will bs Imposed on State Farm or its agents or representatives, tiWOWS of Auttwrtiwd Rapreserft" AGENT 12/29/04 Tam Dow N%LnA JETT Agent Nave TalephoneNuraber 806•-793-2857 APrill8 Cade Agent Code 6706 AFO Code r064 12/29/04 WED 15:08 FAX 1 915 677 3835 CLAUDIA [1001 �Ln CERTIFICATE OF LIABILITY INSURANCE DATE OMDONYM 1 1212912004 PRODUCER Rhodes Insurance Agency 3814 North First Street Abilene TX T9603 (325) 6774303 THIS CERTIFICATE IS 188UED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIL I INSURED .. Strongarm Steel Erection Paul and Brenda Armstrong P. O. Box 1224 Fort Davis TX 7973"000 NSURER /► "FRB' INSURER C: NsuRsa o: INSURER V enugMAMES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REOUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. _ A GENERAL U"LI Y COMMERCIAL CeNERAL LIABILITY CLAIMS MADE ® OCCUR POLICY RUBgBR POLICY EFFE NE POLICY EXPIRA N" OLP6260008 06/0412004 06/04/2005 EACH OCCURRENCE S MEO ev INV Qm WNW 1 PFR$ONAL A ADV INJURY iin GENERALAOGRDOATE t GENIAOOREGATE L1MrTAPPLIES PER: PDL.Y 0 PRODUCTS-COMPIOPAGO f AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTO$ SCHEOULBD AUTOS HMO AUT08 NON.OVANED AUTOS COMBNED Fa wW i) SINGLE LIMIT = BODLY KJJURY (Par Paraon) $ BODY INJ,IUl)RY (Par aoddaM) = PROPERTY DAMAGE (Par awldanl) j GARAGE LIABILITY ANY AUTO AVTQ ONLY. [A ACCIDENT II OTHER THAN EAACC AUTO ONLr AM S 6 EXCE88NIINIELLALIA2RITY OCCUR CLAIMS MADE DEDMTIIL! RETE"ON $ EACH OCCURRENCE a AGGREGATE S s $ S B WORKERS COWMMTION MO QWLOYERS' LIABILITY ANY PROPRjaTOR/PARTNERJD(ECUTNE OFFICOVIM 86ftQXCLUOIO? YES N a *SGr"Unft SftCIALPRQ%WQNSbftw TSF-0001146530 OW2212004 06/2212005 A"' EL EACH ACCIDENT b E.L. DISEASE-EA9MPLOYiE •000 E,L.0161ASE-POLICYLBAR —' i OTNER D68DR n*" OF OPfiMTKWS / LOCATIDNB I VRMCLU / BXO WSIONS ADM BY 6HQORKMENT / SPECIAL MOVISIOIIE SHOULD ANT OP THE ABOVE OMMIID POLICIES BE CANCELLED BEFORE THE ETIPIRA(10N INC.CATS THEREOP, THE MUING NBURER YNLL 91DSMAILAVOR TO MAIL 10 DAYS WRRTBN G. GREENSTREET CNOTICE TO TM CRIMI'lCATE HOLDER NAMED TO THE LIPT. Bur FAILURE TO 00 SO SMALL 112 E 82NO ST. JWOS9 NO OBLIGATION OR L"LITY OF ANY KIND UFON DISUWK ITS AGENTS OR LUBBOCK TX 79404- REPPMWAVVIi. AvnloaaSO A ��. ACORD 25 (20011081 0 ACORD CORPORATION 198E e-- CONTRACTOR CHECKLIST A CONTRACTOR SHALL: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS AN ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. REQUIRED WORKERS' COMPENSATION COVERAGE The law requires that each person working on this site or providing services related to this construction project must (see reverse) be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at (512)440- 3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." and (8) contractually require each person with whom it contracts to provide services on a project, to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) include in all contracts to provide services on the project the language in subsection (e) (3) of this rule; (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services.0 No Text CONTRACT STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 16TH day of DECEMBER, 2004 by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so, hereinafter referred to as OWNER, and G. GREENSTREET. INC. of the City of LUBBOCK, County of LUBBOCK and the State of TEXAS hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: BID #04-183-BM - PRE-ENGINEERED METAL BUILDING AT THE SOUTHEAST RECYCLING CENTER - $154,500 and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General Condition of Agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the bid submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the year and day first above written. CONTRACTOR: -/' PRINTED ,- TITLE: I/•P COMPLETE ADDRESS: G. Greenstreet, Inc. 112 East 82"d Street Lubbock, Texas 79404 ATTEST: Corporate Secretary 1"', GENERAL CONDITIONS OF THE AGREEMENT GENERAL CONDITIONS OF THE AGREEMENT OWNER Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co- partnership or corporation, to wit G. GREENSTREET, INC. who has agreed to perform the work embraced in this contract, or their legal representative. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative L. WOOD FRANKLIN INTERIM CHIEF WATER UTILITIES ENGINEER, so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisors or inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Bid, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificate, and all other documents made available to Bidder for inspection in accordance with the Notice to Bidders. The above described materials are sometimes referred to herein as the "contract" or "contract documents". INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. 6. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor. 7. WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to the party who gives the notice. 8. CONTRACTOR'S RESPONSIBILITIES Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, Wa equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. 9. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished copies of all Plans and Specifications without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site. 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's Representative will not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will Owner's Representative be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. 13. LINES AND GRADES -= All lines and grades shall be furnished by the Owner's Representative whenever Owner's Representative deems said lines and grades are necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work a and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) y 2 1- calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities. needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. 18. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or men shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. _' 3 E: 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of men or equipment will be permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 20. SANITATION +; Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work will be ready for such observation. Owner or Owner's Representative may reject any such work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously accepted the work through oversight or otherwise. If any such work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. If any such work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. Y Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance t with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in ..i the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 4 .a I 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a -, claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred in preparation for the work as originally planned. 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's bid, except as provided under Changes and Alterations herein. It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent; or (2) the amount that would have been charged by a reasonable and prudent Contractor as a reasonable and necessary cost for performance of the extra work. In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph ' shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, ta together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by .. them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra _'. work, make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as E provided under Method (C)(1). If Contractor does not notify Owner's Representative before the commencement of any extra work, any claim for payment due to alleged extra work shall be deemed waived. t_' 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of the contract documents that all work described in the bid, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Owners' Representative and a clarification obtained before the bids are received, and if no such notice is received by the Owner's Representative prior to the opening of bids, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its bid to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative before bidding of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of bids. 26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to such an extent as to give reasonable assurance of compliance with the schedule of progress. 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and all of its officers, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, I " 6 f 28. are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self-insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS AN ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. A. General Liability Insurance (Additional Insured and Waiver of Subrogation required) The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000 Combined Single Limit in the aggregate and per occurrence to include: Premises and Operations Explosion & Collapse Hazard Underground Damage Hazard Products & Completed Operations Hazard Contractual Liability Independent Contractors Coverage # Personal Injury Advertising Injury B. Owner's and Contractor's Protective Liability Insurance. For bodily injuries, including accidental death and or property damage, LO Combined Single Limit. This policy shall be submitted prior to contract execution. C. Comprehensive Automobile Liability Insurance (Additional Insured and Waiver of Subrogation Required) The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $500,000 Combined Single Limit, to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. The City is to be named as an additional insured on this policy for this specific job 7 and copy of the endorsement doing so is to be attached to the Certificate of Insurance. D. Builder's Risk Insurance/Installation Floater Insurance. The Contractor shall obtain a Builder's Risk policy in the amount of 100% of the total contract price (100% of potential loss) naming the City of Lubbock as insured. E. Umbrella Liability Insurance (Additional Insured and Waiver of Subrogation required) The Contractor shall have Umbrella Liability Insurance in the amount of L0 on all contracts with coverage to correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverages. F. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required) Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $500,000. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC- 83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the Contractor's /pe rs on's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in Section ❑406.096, Texas Labor Code) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner - operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 2. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. 3. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the v governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. 8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance 9 G Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the bid specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. (7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the jcb specifications. No substitute of nor amendment thereto will be acceptable. (8) If policy limits are paid, new policy must be secured for new coverage to complete projact- (9) A Contractor shall: (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling 01 any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governme"ta entity: (i) a certificate of coverage, prior to that person beginning work on the project, SC the governmental entity will have on file certificates of coverage showiint coverage for all persons providing services on the project; and (ii) no later than seven days after receipt by the Contractor, a new certificate o coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for C>nf year thereafter; 10 (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 8001372-7713 or 512/804- 4000(http://www.twcc.state.tx.us/twcccontacts.html) to receive information of the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage;" and (h) contractually require each person with whom it contracts to provide services on a project, to: (i) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; (iii) include in all contracts to provide services on the project the following language: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this { contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' t{ compensation coverage for the duration of the project, that the coverage will be based on proper reprinting of classification codes and payroll amounts, and that all j coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions."; Y (iv) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) obtain from each other person with whom it contracts, and provide to the z Contractor: .. 11 (1) a certificate of coverage, prior to the other person beginning work on the Jr project; and (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (vii) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (i)-(viii), with the certificate of coverage to be provided to the person for whom they are providing services. 29. DISABLED EMPLOYEES Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND FURNISHERS OF MACHINERY EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and all of its officers, agents and employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, materialmen and furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner, and all of its officers, agents and employees harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to bidding. 32. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, 12 Owner shall pay to the Contractor on or before the 31 st working day after the date of certification of final completion, the balance due Contractor under the terms of this agreement. Neither the certification of final .' completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or warranties implied by law or otherwise. 45. CORRECTION OF WORK Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and Contractor shall at its own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the date of certification of final completion by Owner's Representative. 46. PAYMENT WITHHELD The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of: (a) Defective work not remedied and/or work not performed. (b) Claims filed or reasonable evidence indicating possible filing of claims. (c) Damage to another contractor. -' When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the amount withheld, payment shall be made for amounts withheld because of them. 47. CLAIM OR DISPUTE It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's Representative, by Contractor. 48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-compliance to Contractor shall be required. 6' 16 The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. j 49. LIMITATION ON CONTRACTOR'S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the f., project which is the subject matter of this contract. 50. BONDS P The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in _3 the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. All bonds shall be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to do business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. ' , 51. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. 52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 53. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. 54. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. 55. HAZARDOUS SUBSTANCES AND ASBESTOS :r Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same 18 _a may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in �A any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the I City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in 1..,; the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied. In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. 19 I CURRENT WAGE DETERMINATIONS I I 0 a 1_1 I RE: RESOLUTION NO. 2002-R0483, NOVEMBER 14, 2002 Craft Acoustical Ceiling Installer Air Conditioner Installer Air Conditioner Installer -Helper Asbestos Worker Asbestos Supervisor Bricklayer Bricklayer -Helper Carpenter Carpenter -Helper Cement Finisher Drywall Hanger Electrician Electrician -Helper Equipment Operator -Heavy Equipment Operator -Light Fire Sprinkler Fitter -Journey Fire Sprinkler Fitter -Apprentice Floor Installer Glazier Insulator-Piping/Boiler Insulator -Helper Iron Worker Laborer -General Mortar Mixer Painter Plumber Plumber -Helper Roofer Roofer -Helper Sheet Metal Worker Sheet Metal Worker -Helper Welder -Certified EXHIBIT A City of Lubbock Building Construction Trades Prevailing Rates Hourly Rate 11.50 12.00 7.50 9.00 12.50 12.50 7.00 11.00 7.00 9.00 11.00 15.00 8.00 10.00 9.00 18.00 10.00 9.50 10.50 10.50 7.00 11.00 6.00 6.00 9.50 12.50 7.00 9.00 7.00 10.00 7.00 11.00 EXHIBIT C Prevailing Wage Rates Overtime Rate The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. EXHIBIT D Prevailing Wage Rates Legal Holiday Rate The rate for legal holidays shall be as required by the Fair Labor Standards Act. 3 SPECIFICATIONS I RECYCLING DROP OFF CENTER City Of Lubbock Public Works Department Recycling Drop Off Center 10/26/2004 CITY OF LUBBOCK PUBLIC WORKS DEPARTMENT RECYCLING DROP OFF CENTER DIVISION 01110 - SUMMARY OF WORK SECTION 1.01 SUMMARY SECTION 1.02 SCOPE SECTION 1.03 WORK RESTRICTIONS SECTION 1.04 COORDINATION SECTION 1.05 BUILDING PERMIT DIVISION 01210 - PRICE AND PAYMENT PROCEDURES SECTION 1.01 INSPECTING AND TESTING ALLOWANCE SECTION 1.02 VALUE ANALYSIS SECTION 1.03 CONTRACT MODIFICATION PROCEDURES SECTION 1.04 PAYMENT PROCEDURES DIVISION 01310 - ADMINISTRATIVE REQUIREMENTS SECTION 1.01 COORDINATION AND PROJECT CONDITIONS SECTION 1.02 PRE -CONSTRUCTION MEETING SECTION 1.03 CONSTRUCTION PROGRESS DOCUMENTATION SECTION 1.04 SUBMITTAL PROCEDURES SECTION 1.05 SHOP DRAWINGS SECTION 1.06 PRODUCT DATA SECTION 1.07 SAMPLES SECTION 1.08 SUBCONTRACTORS AND SUPPLIERS LIST SECTION 1.09 PROJECT RECORD DOCUMENTS (AS BUILTS) DIVISION 01410 - QUALITY REQUIREMENTS SECTION 1.01 CODES AND ORDINANCES SECTION 1.02 QUALITY ASSURANCE SECTION 1.03 ACCEPTABLE MANUFACTURERS SECTION 1.04 QUALITY CONTROL SECTION 1.05 FIELD QUALITY CONTROL SECTION 1.06 TESTING LABORATORY SERVICES SECTION 1.07 CONTRACTOR NOTIFICATION SECTION 1.08 FAILED TESTS SECTION 1.09 TEST REPORT COPIES SECTION 1.10 CONTRACTOR'S OBLIGATION DIVISION 01510 - TEMPORARY FACILITIES AND CONTROLS .ARRY WOOD FRANKLIK' ......................... �. . 91782 : ;rzr SECTION 1.01 TEMPORARY UTILITIES SECTION 1.02 TEMPORARY ELECTRICITY SECTION 1.03 TEMPORARY LIGHTING FOR CONSTRUCTION PURPOSES SECTION 1.04 TELEPHONE SERVICE ;... SECTION 1.05 REMOVAL OF TEMPORARY UTILITIES, FACILITIES, AND CONTROLS SECTION 1.06 TEMPORARY FIELD OFFICES SECTION 1.07 SAFETY PRECAUTIONS !'' Recycling Drop Off Center 10/27/2004 SECTION 1.08 SECURITY SECTION 1.09 SITE PROTECTION SECTION 1.10 UNDERGROUND AND OVERHEAD UTILITIES AND STRUCTURE SECTION 1.11 PROTECTION OF EXISTING UNDERGROUND UTILITIES SECTION 1.12 SANITARY FACILITIES SECTION 1.13 TRASH RECEPTACLE SECTION 1.14 PARKING LOT FOR CONSTRUCTION VEHICLES SECTION 1.15 PROTECTION OF SITE SECTION 1.16 SCAFFOLDING, BARRICADES, ENCLOSURES SECTION 1.17 GUARDRAILS AND BARRICADES SECTION 1.18 STAIRS, LADDERS, HOISTS, ETC SECTION 1.19 ROOF DRAINAGE SECTION 1.20 FIRE SECTION 1.21 NOISE SECTION 1.22 PREVENT ACCIDENTS SECTION 1.23 POLLUTION PREVENTION SECTION 1.24 PROJECT IDENTIFICATION DIVISION 01610 - PRODUCT REQUIREMENTS SECTION 1.01 BASIC REQUIREMENTS SECTION 1.02 MATERIAL TESTING SECTION 1.03 PRODUCT OPTIONS SECTION 1.04 PRODUCT SUBSTITUTION PROCEDURE SECTION 1.05 SUBSTITUTION REQUEST PROCEDURE SECTION 1.06 PRODUCT DELIVERY REQUIREMENTS SECTION 1.07 PRODUCT HANDLING REQUIREMENTS SECTION 1.08 PRODUCT STORAGE REQUIREMENTS SECTION 1.09 LABELS DIVISION 01710 - EXECUTION REQUIREMENTS SECTION 1.01 EXAMINATION SECTION 1.02 PREPARATION SECTION 1.03 PROTECTION OF ADJACENT CONSTRUCTION SECTION 1.04 SURVEYING AND CONSTRUCTION STAKES SECTION 1.05 EXECUTION SECTION 1.06 MANUFACTURER'S DIRECTIONS SECTION 1.07 FINAL CLEANUP SECTION 1.08 STARTING AND ADJUSTING SECTION 1.09 PROTECTING INSTALLED CONSTRUCTION SECTION 1.10 CLOSEOUT PROCEDURES SECTION 1.11 CLOSEOUT SUBMITTALS DIVISION 02315 - EARTHWORK REQUIREMENTS SECTION 1.01 SECTION 1.02 SECTION 2.01 SECTION 3.01 SECTION 3.02 SECTION 3.03 SECTION 3.04 SECTION 3.05 SECTION 3.06 SECTION 3.07 DESCRIPTION OF WORK SUBMITTALS SOIL MATERIALS EXCAVATION COMPACTION BACKFILL AND FILL GRADING FIELD QUALITY CONTROL MAINTENANCE DISPOSAL OF EXCESS AND WASTE MATERIALS Recycling Drop Off Center 10/27/2004 DIVISION 03110 - CONCRETE FORMS AND ACCESSORIES SECTION 2.01 FORMWORK SECTION 2.02 FORMWORK ACCESSORIES SECTION 3.01 CONCRETE FORM PREPARATION SECTION 3.02 REMOVAL OF FORMS AND SUPPORTS DIVISION 03210 - CONCRETE REINFORCEMENT SECTION 2.01 REINFORCING BARS SECTION 2.02 WELDED WIRE FABRIC SECTION 2.03 FIBER SECTION 2.04 ACCESSORIES SECTION 3.01 WIRE FABRIC DIVISION 03310 - CAST IN PLACE CONCRETE SECTION 2.01 CONCRETE MATERIALS SECTION 2.02 MISCELLANEOUS MATERIALS AND ACCESSORIES SECTION 2.03 LIQUID CURING COMPOUNDS SECTION 3.01 CONCRETE MIX DESIGN SECTION 3.02 CONTROL OF MIX IN THE FIELD SECTION 3.03 CONCRETE MIXING SECTION 3.04 VAPOR RETARDER INSTALLATION SECTION 3.05 JOINT CONSTRUCTION SECTION 3.06 INSTALLATION OF EMBEDDED ITEMS SECTION 3.07 CONCRETE PLACEMENT SECTION 3.08 MISCELLANEOUS CONCRETE ITEMS SECTION 3.09 CONCRETE REPAIRS SECTION 3.10 QUALITY CONTROL TESTING DURING CONSTRUCTION (COMPOSITE SAMPLING, AND MAKING AND CURING OF SPECIMENS: ASTM C 172 AND ASTM C 31.) SECTION 3.11 FINISHING FORMED SURFACES SECTION 3.12 FINISHING SLABS SECTION 3.13 TROWEL FINISH SECTION 3.14 REPAIR OF SLAB SURFACES SECTION 3.15 CONCRETE CURING AND PROTECTION DIVISION 13120 - PRE-ENGINEERED METAL BUILDING SECTION 1.01 SECTION 1.02 SECTION 1.03 SECTION 1.04 ` SECTION 1.05 SECTION 2.01 SECTION 2.02 SECTION 2.03 SECTION 2.04 SECTION 2.05 SECTION 2.06 SECTION 2.07 SECTION 2.08 SECTION 2.09 SECTION 2.10 x SECTION 2.11 SUMMARY SYSTEM PERFORMANCE REQUIREMENTS SUBMITTALS QUALITY ASSURANCE DESIGN REQUIREMENTS MATERIALS STRUCTURAL FRAMING ROOFING AND SIDE PANELS FASTENERS ACCESSORIES TAPE SEALANT TUBE SEALANT FLASHING CLOSURES AND TRIM GUTTERS AND DOWNSPOUTS HOLLOW METAL DOORS AND FRAMES HARDWARE I"' Recycling Drop Off Center 10/26/2004 SECTION 2.12 ROLLING SERVICE DOOR SECTION 2.13 FIBERGLASS BLANKET INSULATION SECTION 3.01 FABRICATION SECTION 3.02 ERECTION CONTINUED AND STAMPED BY OTHERS ON NEXT PAGE Recycling Drop Off Center 10/26/2004 BAILER BUILDING 84th & AVE. P LUBBOCK, TX SPECIFICATION INDEX DIVISION 15 - MECHANICAL SECTION 15010 General Mechanical Provisions SECTION 15020 Testing SECTION 15060 Piping SECTION 15650 Air Conditioning SECTION 15804 Ventilating DIVISION 16 - ELECTRICAL SECTION 16010 General Electrical Provisions SECTION 16110 Raceways SECTION 16120 Conductors SECTION 16130 Boxes and Fittings SECTION 16134 Panelboards SECTION 16140 Wiring Devices SECTION 16170 Switches and Fuses SECTION 16450 Grounding SECTION 16500 Lighting SECTION 01110 SUMMARY OF WORK PART 1 GENERAL 1.01 SUMMARY A. The City of Lubbock Public Works Division is improving and expanding the existing Southeast Recycling Center. This project will cover the construction of a Pre -Engineered Metal Building. This project shall include concrete work, design and construction of the metal building, electrical and mechanical. B. The following paragraphs give the general specifications on the various materials and methods that are to be used in this project. 1.02 SCOPE A. The accompanying plans for the proposed building are provided to describe the size of the Metal Building and all required appurtenances. These specifications cover the requirements for construction of a new Pre - Engineered Metal Building under the contract. B. The Work will be constructed under a single Stipulated Sum Contract. The Contractor shall furnish all shop drawings, labor, materials, transportation, apparatus, light, energy, scaffolding and tools necessary for the entire proper and substantial completion of the work, and shall install, maintain and remove all equipment of construction and other utensils or things, and be responsible for the safe, proper and lawful construction, maintenance and use of same, and shall construct in best and most workmanlike manner these improvements, and everything properly incidental thereto, as shown on drawing, stated in specifications or reasonably implied, there from, or in accordance with the contract documents. C. All equipment materials, etc. used in the building shall fully comply and be in strict accordance with the released submittals on file in the Owner's Representative's office. D. Contractor shall furnish measures for prosecuting work of this project, including, but not limited to, structural engineering cranes, hoist, chutes, movement of personnel, materials, equipment, temporary heating, and operation and maintenance of such facilities. Recycling Drop Off Center SEC 01110-1 10/26/2004 1.03 WORK RESTRICTIONS A. The Contractor shall be required to follow all safety and security procedures prescribed by the City of Lubbock Public Works Division. Access to the site will be restricted to persons involved in the project. 1.04 COORDINATION A. Coordinate work of the various sections of these specifications to ensure efficient and orderly sequence of installation of construction elements, with provisions for accommodating items installed later. 1.05 BUILDING PERMIT A. The Contractor is required to secure a building permit from the City of Lubbock, however the City will waive the permit fee. B. The Contractor shall be responsible for getting copies of plans, inspections and test reports to the building inspection department. PART 2 PRODUCTS NOT USED PART 3 EXECUTION NOT USED END OF SECTION Recycling Drop Off Center SEC 01110-2 10/26/2004 SECTION 01210 PRICE AND PAYMENT PROCEDURES PART 1 GENERAL 1.01 INSPECTING AND TESTING ALLOWANCE A. The Contractor shall pay for an independent testing agency acceptable to the Owner's Representative to perform specified or required tests, inspections, approvals, and other services required for quality assurance at the time of bid opening. B. The Owner shall pay for tests, inspections, and approvals that become requirements after bids are received or negotiations concluded, unless noted otherwise. C. If the Owner's Representative gives the Contractor written instruction to perform additional testing or inspection not already included in the contract documents, the Contractor shall arrange for such additional testing or inspection. The Owner shall pay for such tests and inspections except as provided in the following paragraphs. D. If such additional procedures show that portions of the work do not comply with the contract documents, the Contractor shall repair portion of work that does not comply with specifications and reimburse the Owner for costs of the additional tests. The Contractor shall pay to retest after repairs have been made at the Contractors expense. 1.02 VALUE ANALYSIS A. Submit a printed schedule on AIS fonn G793 — Application and Certificate for Payment Continuation Sheet. B. Contractor's standard form or electronic media printout will be considered. C. Submit Schedule of Values in duplicate within 5 days after date established in Notice to Proceed. D. Format: Itemize. E. Include within each line item, a direct proportional amount of Contractor's overhead and profit. Recycling Drop Off Center SEC 01210-1 10/27/2004 F. Revise schedule to list approved Change Orders with each Application for Payment. 1.03 CONTRACT MODIFICATION PROCEDURES A. The Owner's Representative shall be advised in writing of minor changes in the work not involving an adjustment to Contract Sum or Contract Time. The Contractor must receive approval in writing before implementing change. B. The Owner's Representative may issue a Proposal Request. Proposal Request shall include: a. Detailed description of a proposed change with supplementary or revised drawings and specifications b. A change in Contract Time for executing the change with stipulation of any overtime work required and the period of time during which the requested price will be considered valid. 2. Contractor will prepare and submit an estimate within 3 days. C. The Contractor may propose changes by submitting a request for change to the Owner's Representative, describing the proposed change and its full effect on the Work. Include a statement describing the reason for the change, and the effect on the Contract Sum and Contract Time with full documentation and a statement describing the effect on Work by separate or other Contractors. D. Stipulated Sum Change Order: Based on Proposal Request and Contractor's fixed price quotation or Contractor's request for a Change Order as approved by Owner's Representative. E. Maintain detailed records of work done on Time and Material basis. Provide full information required for evaluation of proposed changes, and to substantiate costs for changes in the Work. F. Execution of Change Orders: Owner's Representative will issue all Change Orders. The Change order will be mailed to the Contractor for his signature and returned for required City Of Lubbock signatures of parties as provided in the General Conditions. The contractor must wait for the signed copies to be returned to him before implementing the change. Recycling Drop Off Center SEC 01210-2 10/27/2004 I 1.04 PAYMENT PROCEDURES A. The following requirements shall be fully completed before the final application for payment will be accepted or approved. B. Final inspection performed and all corrections made. C. Submit three copies of each application on AIA Form G702 - Application and Certificate for Payment and AIA G703. D. Contractor's standard form or electronic media printout will be considered. E. Content and Format: Utilize Schedule of Values for listing items in Application for Payment. F. Subunit the following along with the application for final payment: 1. Affidavit of compliance with appropriate standards. 2. Signed affidavit by a Notary Public that all claims on this job have been settled. 3. Contractor warranties for this job shall be signed and sealed by a Notary Public. 4. Written Receipt for All Equipment purchased as part of this project. 5. Maintenance Manuals for All Equipment purchased as part of this project. 6. Equipment Warrantees for all Equipment purchased as part of this proj ect. 7. Certification that the specified material alloys, sizes, and quantities have been furnished. 8. Contractor's Affidavit on Closing Job. PART 2 PRODUCTS NOT USED. PART 3 EXECUTION NOT USED. END OF SECTION Recycling Drop Off Center SEC 01210-3 10/27/2004 SECTION 01310 ADMINISTRATIVE REQUIREMENTS PART 1 GENERAL 1.01 COORDINATION AND PROJECT CONDITIONS A. The Contractor shall work with the Public Works Department to coordinate scheduling, submittals, and work of the various sections of the Project Manual to ensure efficient and orderly sequence of installation of interdependent construction elements with provisions for accommodating items installed later. B. Verify utility requirements and characteristics of operating equipment are compatible with site utilities. C. Coordinate completion and cleanup of work of separate sections in preparation for Substantial Coinpletion. D. After Owner occupancy of premises, coordinate access to site for correction of defective work and work not in accordance with Contract Documents, to minimize disruption of Owner's activities. E. The Public Works Engineering Department shall be notified 48 hours before the planned construction is to commence and also before starting up when construction is interrupted for any reason. F. Each bidder shall submit a Construction Schedule with their bid indicating the sequence of all construction activities to be performed. The scheduled completion date for this project shall be 180 calendar days from execution of a notice to proceed. The contractor shall be charged $1000.00 per day liquidated damages. G. Upon award of the contract, the Construction Schedule will become part of the Contract Documents. 1.02 PRE -CONSTRUCTION MEETING A. Owner's Representative will schedule a meeting after award of contract. B. Attendance Required: Owner's Representative and Contractor. C. Agenda: 1. Designation of personnel representing the parties in Contact. Recycling Drop Off Center SEC 01310-1 10/27/2004 2. Scheduling. 3. Notice to Proceed. 4. Emergency telephone contacts for Owner and Contractor. 5. Procedures and processing of field decisions, submittals, substitutions, applications for payments, proposal request, Change Orders, and Contract close-out procedures. 6. Submission of: a. List of subcontractors b. List of products C. Schedule of values. d. Progress Schedule. D. The Contractor shall be issued a Notice to Proceed following approval of City Council execution of Contract Documents, and completion of pre - construction meeting. 1.03 CONSTRUCTION PROGRESS DOCUMENTATION A. Construction Progress Schedules: 1. Submit initial schedule in duplicate within five (5) days after date of Notice to Proceed. 2. Revise and resubmit as required. 3. Submit revised schedules with each Application for Payment, identifying changes since previous version. 4. Show complete sequence of construction by activity, identifying Work of separate stages and other logically grouped ac B. Contractor's Field Reports C. Maintain and submit daily logs for this project during the application of payment and provide for the Owner's Representative upon request. D. Survey and Layout Data. 1.04 SUBMITTAL PROCEDURES A. Shop Drawings, Design Calculations and Submittals. 1. Plans, calculations and shop drawings provided for this project by the manufacture shall be engineered and prepared under the direction of a registered engineer licensed in the State of Texas. 2. Before executing any of the work, the Contractor must submit drawings and calculations. 3. A complete set of calculations shall be submitted showing compliance with all design load criteria. Recycling Drop Off Center SEC 01310-2 10/27/2004 4. Drawings submitted to the Owner's Representative shall include: a. All details showing dimensions, sizes, thickness, gauges, materials, and finishes. b. Joint attachment. C. Erection procedures. 5. Coordinate preparation and processing of submittals with performance of the work so that work will not be delayed by submittals. Coordinate and sequence different categories of submittals for the same work, and for interfacing units of work, so that one will not be delayed for coordinate with another. No extension of time will be allowed because of failure to properly coordinate and sequence submittals. B. Approved Construction Plans: 1. Construction shall be done in accordance with the construction plans provided for this project by the manufacture. The pre- engineered metal building shall comply with all specifications, standards, and meet all local building codes. 2. The manufacture must submit a set of shop drawings to the owner for approval, and shall not begin manufacturing or construction until written notification of approval is received. 3. The drawings must show the fabrication and placement of the reinforcement to comply with ACI SP-66. These drawings shall include: a. bar schedules b. diagrams of bent bars c, arrangement of concrete reinforcement d. splices e. and show stirrup spacing. They shall indicate: a. welded connections with AWS A2.0 welding symbols b. indicate net weld lengths C. anchor bolt sizes d. anchorage point locations e. method of anchorage f. method of anchorage installation g. framing anchor bolt settings, sizes, and locations h. assembly dimensions i. locations of structural members j. connections k. attachments 1. openings in. cambers n. loads o. wall and roof system dimensions Recycling Drop Off Center SEC 01310-3 10/27/2004 Pm, 8. When revised for resubmission, identify all changes made since previous submission. 9. Distribute copies of reviewed submittals as appropriate. Instruct parties to promptly report any inability to comply with requirements. 10. Submittals not requested will not be recognized or processed. 11. Submittals will not be accepted from subcontractors, suppliers, or anyone other than the Contractor. 12. Indicate conditions requiring special attention and special environmental criteria required for application. 13. After review provide copies for record documents described in Section 01700. 1.05 SHOP DRAWINGS A. In addition to the requirements of the General Conditions the following applies: 1. Drawings shall be marked with the name of the project and numbered consecutively. Each detail and drawing shall give reference to appropriate sheet and detail number from contract drawings. Drawings shall be complete in every respect, bound in sets and accompanied by letter of transmittal listing numbers and dates of all drawings submitted. Copies will be returned to the Contractor after review. 2. Prior to Owner's Representative's review, shop drawings shall be reviewed by the Contractor and shall bear the Contractor's stamp stating the drawings have been checked for conformance with the Contract Documents, pending the Owner's Representative's review. Any drawings submitted without the Contractor's stamp will not be considered. If shop drawings show variations from requirements of the Contract because of standard shop practice or other reason, the Contractor shall make mention of such variation in the letter of transmittal. The Contractor shall not be relieved of responsibility for executing the work in accordance with the Contract, even though such shop drawings have been reviewed. 3. The shop drawings shall be prepared by skilled draftsmen and presented in a clear and thorough manner. Any shop drawings, which are not complete, or clearly delineated, will be promptly rejected. 4. The Contractor shall make corrections in the shop drawings as requested by the Owner's Representative and resubmit the requested number of corrected copies with reasonable promptness. 5. Unless the corrections and changes requested by the Owner's Representative are deviations from the Owner's Representative's Drawings and Specifications, any time delay caused by correcting Recycling Drop Off Center SEC 01310-5 10/27/2004 and resubmitting shop drawings shall be the responsibility of the Contractor. 6. The Owner's Representative will retain 2 copies of all shop drawings and 2 copies of all mechanical, electrical, structural and elevator shop drawings. The Contractor shall submit as many additional copies of the shop drawings as required for the Contractor's use. 7. Maintain one set of approved shop drawings at the project site for reference by the Owner's Representative or others. 8. The contractor shall submit shop drawings and schedule indicating the location and construction of barricades, fences, and temporary work areas as needed. 9. The contractor shall before the end of the project submit schedule for removal of barricades, fences, and temporary work areas. 1.06 PRODUCT DATA A. Product date includes standard information on materials, products and systems; not specially prepared for this project, other than the designation of selections from among available choices printed therein. B. Collect required data into one submittal for each unit of work or system; and mark each copy to show which choices and options are applicable to the project. Include manufacturer's standard printed recommendations for applications and use, compliance with standards, application of labels and seals, notation of field measurements, which have been checked, and special coordination requirements. Maintain one set of product data (for each submittal) at project site, available for reference by Owner's Representative or others. C. Do not submit product data, or allow its use on the project data, until Contractor has confirmed compliance with requirements of Contract Documents. Submittal is for information and record, unless otherwise indicated. D. Owner's Representative will retain three (2) copies of product data. Contractor shall submit as many additional copied of product data as required for the Contractor's use. 1.07 SAMPLES A. Contractor shall submit samples requested by Specifications or by Owner's Representative in ample time for review prior to quantity fabrication, or in case of prefabricated items, prior to placing purchase order. Recycling Drop Off Center SEC 01310-6 10/27/2004 B. Each sample shall have label indicating generic name of item, manufacturer's name and model number, brand name, supplier's name, subcontractor's name and project for which material is intended. C. Contractor shall accompany each shipment of samples with transmittal referencing project for which intended, and list sample data enumerated above for each sample transmitted, and referencing samples to appropriate contract drawing sheet or to specification section. D. Approval of any sample will be only for characteristics or for uses named in such approval and for no other. Approval of a sample shall not be taken to change or modify any contract requirement. When a material has been approved, no change in brand or make will be permitted. E. Owner's Representative, at his sole discretion, may return certain approved samples for use in the work. These shall be installed in good condition, suitably marked for identification. F. Contractor shall submit two copies of color samples in same manner as for material samples. Owner's Representative will retain both copies of color samples. G. Owner's Representative will retain one copy of each material sample submitted. H. Prepare samples to match the Owner's Representative's sample where so indicated. 1.08 SUBCONTRACTORS AND SUPPLIERS LIST A. Provide a complete list of names, addresses, telephone and facsimile numbers of all Subcontractors and Suppliers employed on the project. 1.09 PROJECT RECORD DOCUMENTS (AS BUILTS) A. Provide to the Owner's Representative a complete set of blue line drawings marked in red with all deviations from the drawings noted. Including all dimensions, service locations, etc. B. At completion of project, deliver record documents to Owner's Representative. Recycling Drop Off Center SEC 01310-7 10/27/2004 C. Accompany each submittal with transmittal letter in duplicate, containing the following: date, project title and number of each record documents, certification in writing that each document, as submitted is complete and accurate and the signature of the Contractor or the Contractor's authorized representative. PART 2 PRODUCTS NOT USED. PART 3 EXECUTION NOT USED. END OF SECTION Recycling Drop Off Center SEC 01310-8 10/27/2004 SECTION 01410 QUALITY REQUIREMENTS PART 1 GENERAL 1.01 CODES AND ORDINANCES A. All Work performed under this contract shall be done in accordance with standard building practices. B. If the below mentioned laws, codes and ordinances conflict with the Contract Documents, then the laws, codes or ordinances shall govern instead of the Contract Document, except in such cases where the Contract Document exceeds them in quality of materials, or labor, then the Contract Document shall be followed. C. The contractor must obtain and submit copies of all permits, licenses, and similar permission obtained, to the Owner's Representative directly. The City of Lubbock shall waive the pen -nit fees. D. The Contractor must comply with the rules and regulations of local, state and Federal authorities regarding safety provisions shall be observed. E. The Contractor shall conform to applicable regulatory procedures when discovering hazardous or contaminated materials. F. The Contractor shall conform to all applicable local, state, and national Codes, Ordinances, Rules and Regulations not specifically mentioned above but which apply to the proposed construction. G. All references to standards, specifications, manuals, or codes of any technical society, organization, or association, shall mean the latest standard specifications, manual, or code. H. Laws of Regulations of any governmental authority, whether such reference be specific of by implication, shall mean the latest in effect at the time of opening of bids except as may be otherwise specifically stated. I. All codes and ordinances in effect in the City or governing authority - having jurisdiction at the project site. J. The contract must also comply with all regulations of the national board of Fire Underwriters having jurisdiction. Recycling Drop Off Center SEC 01410-1 10/26/2004 3 Copies General Contractor B. The Contractor shall notify the Testing Laboratory Agency of this requirement for all tests. 1.10 CONTRACTOR'S OBLIGATION A. Neither the observations of the Owner's Representative in the Administration of the Contract, nor inspections, tests or approvals by persons other than the Contractor shall relieve the Contractor from obligations to perform the Work in accordance with Contract Documents. PART 2 PRODUCTS NOT USED PART 3 EXECUTION NOT USED END OF SECTION Recycling Drop Off Center SEC 01410-7 10/26/2004 SECTION 01510 TEMPORARY FACILITIES AND CONTROLS PART 1 GENERAL 1.01 TEMPORARY UTILITIES Conduct construction operations so that waste of power, water, and fuel is avoided. 1.02 TEMPORARY ELECTRICITY A. The Contractor will pay for the cost of energy used. B. Provide temporary electric feeder from existing electrical service at the site. Do not disrupt Owner's use of service. C. Complement existing power service capacity and characteristics as required. D. Provide power outlets for construction operations, with branch wiring and distribution boxes located as required. Provide flexible power cords as required. E. Equip all power hand tools with ground fault interruption (G.F.I.) protection. F. Provide main service disconnect and over -current protection at convenient location. G. Permanent convenience receptacles may not be utilized during construction. H. Provide adequate distribution equipment, wiring, and outlets to provide single-phase branch circuits for power and lighting. I. Exercise measures to conserve energy. 1.03 TEMPORARY LIGHTING FOR CONSTRUCTION PURPOSES A. Provide and maintain sufficient lighting to meet the work needed. B. Provide branch wiring from power source to distribution boxes with lighting conductors, pigtails, and lamps as required. C. Maintain lighting and provide routine repairs. D. Permanent building lighting may not be utilized during construction. t Recycling Drop Off Center SEC 01510-1 10/26/2004 a 1.04 TELEPHONE SERVICE A. Contractor shall provide, maintain, and pay for cellular or mobile telephone service for the Contractor's use, the Architect/Engineer's use, and the use by all Subcontractors, for the duration of the work. B. The telephone shall remain with the project superintendent, or the acting project superintendent, at the project site at all times that work is being performed. 1.05 REMOVAL OF TEMPORARY UTILITIES, FACILITIES, AND CONTROLS A. Remove temporary utilities, equipment, facilities, and materials, prior to Substantial Completion inspection. B. Clean and repair damage caused by installation or use of temporary work. C. Restore existing and permanent facilities used during construction to original condition. Restore permanent facilities used during construction to specified condition. 1.06 TEMPORARY FIELD OFFICES A. The Prime Contractors and the Subcontractors shall maintain such office and storage facilities on the site as may be necessary for the proper conduct of the work. These shall be located so as to cause no interference to any work to be performed on the site. The Owner's Representative shall be consulted with regard to locations. B. Upon completion of the project, or as directed by the Owner's Representative, the Contractor shall remove all such temporary structure and facilities from the site and leave the premises in the condition required by the Contract Documents. 1.07 SAFETY PRECAUTIONS A. Prevent Accidents: The Contractor shall keep the site and adjacent public areas free of hazardous and unsanitary conditions and public nuisances. B. Provide and maintain, until no longer required, al necessary safety measures to safeguard against personal injury and property damage. Give special attention to the following: 1. Provide and maintain solid safety barriers around all openings and other hazardous areas with protective considerations to blind persons and paraplegics. 2. At all times, maintain pedestrian access and vehicular access, particularly for fire fighting vehicles. Recycling Drop Off Center SEC 01510-2 10/26/2004 3. Do not allow open flame operations. 4. Store volatile wastes in covered metal containers and remove from premises daily. 5. Prevent accumulation of wastes, which create hazardous conditions. 6. Provide adequate ventilation during use of volatile or noxious substances. 7. Conduct cleaning and disposal operations to comply with local ordinances and anti -pollution laws. 8. Do not burn or bury rubbish and waste materials on project site. 9. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains. 10. Do not dispose of wastes into streams or waterways. C. The Contractor shall be solely responsible for the adequacy of safety precautions during all hours of the construction duration. 1.08 SECURITY A. The Contractor shall, at his own expense, furnish and erect such barriers, fences, lights, and danger signals, and shall take such other precautionary measures for the security and protection of persons, existing facility, owner's operations and the works as may be necessary to protect the project from unauthorized entry, vandalism, or theft. B. The Contractor will be held responsible for all damage to the work due to failure of barricades, fences, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by the Contractor at his own expense. C. The Contractor's responsibility for maintenance of barricades, fences, signs, and lights shall not cease until the day the Contractor receives the City's certificate of acceptance of the project. D. All safety measures shall meet the requirements of the Texas Manual on Uniform Traffic Control Devices. E. Coordinate with Owner's security program. F. Visitor access to the site shall only be gained through an employee of the Public Works Department. The Contractor shall provide adequate signs to direct visitors at the site G. The space available to the Contractor for the performance of the work, either exclusively or in conjunction with others performing other construction as part of the project is restricted to the area within the legal ` description of the site unless the Contractor makes arrangements to use additional space. Recycling Drop Off Center SEC 01510-3 10/26/2004 mz I 1.09 SITE PROTECTION A. The Contractor shall protect utilities, trees, shrubbery fences, poles, sidewalks, curbs and all other property and surface structures from damage. B. Whenever work damages streets, lawns, sidewalks, parking areas, curbs or other finished surfaces, replace such surfaces with material to match 4t existing surfaces as approved by Owner's Representative, including reinforcing steel where required. C. Whenever work damages existing grassed areas, Contractor shall install sod or seed to match existing as directed by specifications. D. The Contractor shall restore any items that are distributed at his own expense. 1.10 UNDERGROUND AND OVERHEAD UTILITIES AND STRUCTURE A. The Contractor will be required to locate all utility lines, including customer service lines, far enough in advance of the trenching to make proper provisions for protecting the lines and to allow for any deviations that may be required from the established lines and grades. B. The Contractor will not be allowed to disrupt the service on any utility lines except customer service lines, which may be taken out of service for short period of time provided the Contractor obtains permission from the Engineer and from the owner of the premises being served by the utility. C. The Contractor shall immediately notify the proper utility company of any damage to utility lines in order that service may be established with the least possible delay. Any damage to existing lines and the repair of customer lines, which are authorized to be cut, shall be at the Contractor's own expense, and as directed by an official representative of the utility company involved. D. All utility lines shall be properly supported to prevent settlement or damage to the line both during and after construction. The cost of ` supporting utility lines shall be included in the unit price bid for the project. E. The proper utility company without expense to the Contractor shall do any permanent relocation of existing utility lines. F. Where pipes, conduits, or concrete curbs or gutters are encountered, the cost of tunneling shall be included as a part of the cost of the pipeline. Recycling Drop Off Center SEC 01510-4 10/26/2004 I 1.11 PROTECTION OF EXISTING UNDERGROUND UTILITIES A. The Contractor shall proceed with caution in the excavation and preparation of the trench so that the exact location of underground structures, both known and unknown, may be determined. B. If required, the Contractor shall excavate and locate existing underground utilities ahead of trench excavation in order that necessity for grade changes may be ascertained in advance. C. The Contractor shall be held responsible for the repair of such structures when broken or otherwise damaged because of carelessness on his part. Hand excavation shall be used where necessary. D. The Contractor shall notify local utilities whenever working near gas mains or services or near electrical or telephone cables or when the presence of these utilities is suspected in the area of construction. 1.12 SANITARY FACILITIES A. Provide and maintain required facilities and enclosures. Do not discharge into the City sanitary sewer system. Contractor to provide and maintain required facilities and enclosures. B. The Contractor shall provide chemical toilet facilities for all workers. C. The chemical toilet(s) shall be completely enclosed, shall be neat and clean in appearance, and shall be located as directed by the Owner's Representative. D. The chemical toilet(s) shall be removed from the site promptly at the completion of the work, and the area cleaned. 1.13 TRASH RECEPTACLE A. The City Of Lubbock Solid Waste Department shall provide a trash receptacle for all debris resulting from the work of this Contract at no cost to the contractor. B. The receptacle shall be placed in a location approved by the Owner's Representative. C. The receptacle shall be promptly removed at the completion of the project, and the grounds shall be reconditioned and cleaned. _t Recycling Drop Off Center SEC 01510-5 10/26/2004 1.14 PARKING LOT FOR CONSTRUCTION VEHICLES A. Employees of the Contractor, his subcontractors or material suppliers shall park south of the small office building located north of the building site. B. Contractor will be permitted a minimum of two (2) parking spaces, adjacent to the construction site. Nothing in this requirement is intended to abrogate the Contractor's regulation of employee parking, service, vehicles and construction equipment within the contract limits. C. All individuals operating a vehicle on property owned and operated by City of Lubbock shall comply with the Traffic and Parking Regulation for the City. 1.15 PROTECTION OF SITE A. Contractor shall furnish measures for protection of public, workmen and property, including structural engineering, maintenance and operations of such facilities. 1.16 SCAFFOLDING, BARRICADES, ENCLOSURES A. The Contractor shall furnish, erect and maintain for the duration of the work as required, all scaffold, runways, guard rails, platforms and similar temporary construction as may be necessary for the performance of the Contract. Such facilities shall be of type and arrangement as is required for their specific use and shall comply with all applicable laws and regulations of the Occupational Safety and Health Act. B. The Contractor shall provide, install and maintain for the duration of the work all necessary solid barricades, warning signs and signals, and shall take all other precautions to safeguard persons, adjoining property, including improvements thereon, against injuries and damages of every nature whatsoever. C. Parts and structures and other work in place that are subject to injury because of the operations being carried on adjacent thereto, shall be covered, boarded up or substantially enclosed with adequate protection. D. Temporary enclosures, both dust proof and sound treated, shall be provided whenever Owner's existing operation requires such separation from construction dirt and noise. Recycling Drop Off Center SEC 01510-6 10/26/2004 m 1.17 GUARDRAILS AND BARRICADES A. Provide guardrails, handrails, and covers for roof and wall openings and for stairways installed or constructed by the Contractor's forces. B. If movement of these protective facilities is required to perform work, it will be the responsibility of the Contractor to replace the said protections in a satisfactory manner. C. Provide all barricades required to protect all natural resources and site improvements. D. The Contractor shall not close or obstruct roadways, sidewalks, or fire hydrants without the permission of the Owner's Representative. 1.18 STAIRS, LADDERS, HOISTS, ETC. A. Provide temporary stairs, scaffolding and ladders as may be required for the use of all workmen and inspectors. B. Install and operate such materials hoists as may be necessary to properly and expeditiously perform the work. 1.19 ROOF DRAINAGE A. Provide temporary means of draining roofs where required. 1.20 FIRE A. The Contractor shall take precautions to prevent fires and to facilitate fire- fighting operations. B. In all areas, post signs and enforce no smoking rules. C. Restrict storage of materials inside building to fireproof areas. .i D. The Contractor shall carefully supervise the operation of potential fire sources including heating units. Do not store gasoline, oil or other volatile liquids in the building. Bring small quantities into the building only as needed. E. Provide metal canisters, with covers, for storage of paint oil or contaminated waste materials. F. Flammable waste shall be removed from the site regularly. G. Keep temporary and permanent fire fighting facilities readily accessible and keep fire fighting routes open. C Recycling Drop Off Center SEC 01510-7 10/26/2004 H. Do not operate bitumen kettles inside the building. I. Conduct welding or torch cutting operations only in incombustible areas. Take adequate precautions to prevent sparks form dropping on combustible materials. Keep a safetyman with a fire extinguisher readily available at all times. 1.21 NOISE A. Do not use tools or equipment that produce harmful levels of noise. Do not use noise -making tools or equipment between 7 p.m. and 7 a.m. on weekdays, 7 p.m. to 8 a.m., Saturdays and Sundays, and all day on major holidays. 1.22 PREVENT ACCIDENTS A. The Contractor shall keep the site and adjacent public areas free of hazardous and unsanitary conditions and public nuisances. B. The Contractor shall keep public streets free of debris due to this work and shall provide adequate traffic control by means of signs, signals, and flagmen as deemed necessary by the Owner's Representative. The Contractor shall take precautions to prevent accidents due to physical hazards by provide barricades, warning lights, or signs as required to inform personnel and the public of the hazard being protected against. The placement of safety barricades shall comply with the most current standard regulations. The Contractor shall provide temporary walkways where walking surfaces are hazardous and shall notify the Owner before beginning any work that involves hazardous operations. 1.23 POLLUTION PREVENTION A. The Contractor shall take care to prevent pollutants of the air, water, and soil from being released. The Contractor shall comply with current EPA regulations and is responsible for limiting effluent and rainwater runoff into local waterways. The disposal of effluent or rainwater by means of sewers is not lawful and the Contractor shall provide alternative methods of disposal. Do not dump any contaminants on the job site. 1.24 PROJECT IDENTIFICATION A. Do not install Project Signs or allow installation of signs unless pre - approved by Owner's Representative. PART 2 PRODUCTS NOT USED. PART 3 EXECUTION NOT USED. END OF SECTION Recycling Drop Off Center SEC 01510-8 10/26/2004 SECTION 01610 PRODUCT REQUIREMENTS PART 1 GENERAL 1.01 BASIC REQUIREMENTS A. All materials shall be subject to the approval of the Owner's Representative before being used. B. The Contractor is required to obtain materials of each type same source for the entire project. C. Prepare a complete schedule of major products used, including the following for each product. 1. Manufacturer's name. 2. Brand or trade name. 3. Model number, if applicable. 4. Reference standard, if more than one is applicable. D. On minor items a certificate from the manufacturer may be required, certifying that the material or equipment meets the specifications for such material as specified herein. E. Arrange products in the schedule by specification sections; indicate paragraph where specified. F. Prepare and submit a preliminary schedule within 30 days after award of contract; resubmit when revised; submit final schedule prior to final payment. G. Schedule of products shall not be used to obtain approval of substitute products. The Contractor shall make a separate request for product substitution. 1.02 MATERIAL TESTING A. Laboratory tests and inspections specified or required of material and finish articles incorporated in the work shall be made by bureaus, laboratories or agencies approved by the Owner's Representative. Reports will be submitted to the Owner's Representative or distributed as established at the pre -construction conference. Recycling Drop Off Center SEC 01610-1 10/26/2004 B. Contractor shall furnish promptly, without additional charge, all reasonable facilities, labor and materials necessary for safe, convenient inspection and test required by the Owner's Representative. Inspection and tests will be performed in a manner not to delay work unnecessarily. Contractor will be charged with cost of extra inspection when material or work is not ready at time inspection is required. C. Test samples as Owner's Representative may deem necessary shall be procured from material or equipment delivered for use in the work. If any test sample fails to meet specification requirements: Previous approval may be withdrawn and such material or equipment may be subject to removal and replacement by Contractor at his expense with material or equipment meeting specification requirement. D. Owner's Representative may refuse consideration of further samples of same brand of make for testing. In any case, Owner will not pay cost of any additional test of material for same usage; should second sample of same or like material also fail test, Contractor shall bear cost of further testing as required until Owner's Representative's approval is granted. E. At Owner's discretion, defective material and equipment may be permitted to remain in place subject to adjustment of contract price. 1.03 PRODUCT OPTIONS A. Where products are specified using more than one method, such as a description with a manufacturer list, use a product that meets the requirements of both specification methods. l . Definition Of Substitute Product: Any product which does not meet the requirements of the contract documents, whether in product characteristics, performance quality, or manufacturer or brand names, is considered a substitute. 2. Products Specified By Reference Standard: Use any product meeting the specification. Provisions of reference standards shall not modify the responsibilities of the owner as defined in the contract documents. 3. Products Specified By Performance Requirements: Use any product meeting the specification. 4. Products Specified By Listing Manufacturer (S): The contractor shall provide products meeting the specifications and made by one of the manufacturers listed or an approved equal. Recycling Drop Off Center SEC 01610-2 10/26/2004 1.04 PRODUCT SUBSTITUTION PROCEDURE A. The Owner's Representative will be notified about a substitution request in writing within a reasonable time; verbal acceptance of the substitution will not be valid. B. Acceptable substitutions will be added to the contract documents by appropriate notification. C. Submission of request for substitution shall constitute a representation that the Contractor making the request: 1. Has investigate the proposed product and determined that it is equal to or better than the specified product. Absence of an explicit comparison of any characteristic of the proposed product to the specified product shall constitute a representation that the proposed product is equal to or better than the specified product with regard to that characteristic. 2. Will provide the same warranty for the proposed product as for the specified product. 3. Will coordinate the installation and make other changes, which may be required for the work to be complete in all respects, including redesign and additional components and capacity required by other work affected by the change. 4. Waives all claims for additional costs and time extensions which subsequently may become apparent and which are caused by the change. 5. Will reimburse the Owner for additional costs for evaluation of the substitution request, redesign if required, and reapproved by authorities having jurisdiction if required. 6. Substitutions will not be considered when acceptance would require substantial revision of the contract documents. 7. Substitutions will not be considered when they are indicated or implied on shop drawing or product data submittals without separate written request. 8. Substitution requests will not be considered when submitted directly by subcontractor or supplier. 1.05 SUBSTITUTION REQUEST PROCEDURE A. Submit written request with complete data substantiating compliance of the proposed product with the requirements of the contract documents. 1. Submit request at least 21 days prior to the date when the specified product needs to be ordered. Recycling Drop Off Center SEC 01610-3 10/26/2004 2. Submit a request to the Owner. 3. Submit five (5) copies of each request and accompanying data. 4. Submit all requests on a standard form. 5. Only one request for substitutions will be considered for each product. 6. Provide at least the following data: a. Identify product by specification section and paragraph number. b. Manufacturer's name and address, trade name and model number of product (if applicable), and name of fabricator or supplier (if applicable). C. Complete product data. d. An itemized comparison of the proposed product to the specified product. e. Net amount of change to the contract sum. f. List of maintenance services and replacement materials available. g. Statement of the effect of the substitution on the construction schedule. h. Description of changes that will be required in other work or products if the substitute product is approved. B. The Owner's Representative will determine acceptability of the proposed substitution. C. When the proposed substitution is not accepted, the Contractor shall be required to provide the product (or one of the products, as the case may be) specified. 1.06 PRODUCT DELIVERY REQUIREMENTS A. Materials of each type shall be obtained from same source for the entire proj ect. B. Require suppliers to package finished products in a manner, which will protect the material from damage during shipping, handling, and storage. C. Transport products by methods, which will avoid any damage. The products and materials shall be delivered in dry, undamaged condition and in the manufacturer's unopened packaging. D. The Contractor shall arrange deliveries of products to allow time for their inspection prior to installation. t. a Recycling Drop Off Center SEC 01610-4 10/26/2004 t. _ E. Coordinate the delivery of products and materials to avoid conflict with the work and to take into account both the conditions at the site and the availability of personnel, handling equipment, and storage space. F. Clearly mark partial deliveries to identify contents, to permit easy accumulation of entire delivery, and to facilitate assembly. G. Promptly inspect shipments and remedy any damages, incorrect quantity, incompleteness, improper or illegible labeling, and noncompliance with requirements of contract documents and approved submittals. H. Reinforcement material shall be delivered to project site bundled and tagged with metal tags indicating bar size, lengths, and other data corresponding to information shown on placement drawings. 1.07 PRODUCT HANDLING REQUIREMENTS A. Provide adequate equipment and personnel to handle products by methods that prevent damage. B. The Contractor shall provide, where necessary additional protection to products and materials during handling to prevent damage. C. The Contractor is responsible for lifting large and heavy components at designated lift points only. 1.08 PRODUCT STORAGE REQUIREMENTS A. No indoor storage areas are available on site, and no off -site storage will be approved. B. Store products immediately on delivery and in accordance with manufacturer's instructions, with seals and labels intact and legible. Store in a manner to prevent damage to the stored products and to work. Store moisture -sensitive products in weather tight enclosures. Store unpacked and loose products on shelves, in bins, or in neat groups of like items. Arrange storage to provide access for inspection and inventory. Periodically inspect for noncompliance with required conditions and product damage and remedy. C. Cover products subject to weather damage with impervious sheet covering; provide ventilation to avoid condensation. Provide surface drainage to prevent ponding or runoff water from damaging stored products. Prevent damage and contamination from refuse and chemically injurious materials and liquids. Store fabricated products on substantial platforms, blocking, or skids above the ground, sloped to drain. Recycling Drop Off Center SEC 01610-5 10/26/2004 D. Reinforcement materials shall be stored at the site to prevent damage and accumulation of dirt or rust. E. Maintain packaged materials clean, dry, and protected against dampness, freezing, and foreign matter. F. The Contractor shall provide secure storage for materials stored on site for which the Owner has made payment. G. The Contractor shall secure completed work as required to prevent loss. 1.09 LABELS A. Manufacturers or trade names together with model or serial designations, grade markings, fire ratings, etc., will be permitted and are required on certain components of the work. B. These items shall be placed in concealed, but accessible locations, and absolutely no labels advertising any manufacturer or trade name will be permitted on exposed portions of components without written authorization from the Owner's Representative. PART 2 PRODUCTS NOT USED PART 3 EXECUTION NOT USED END OF SECTION Recycling Drop Off Center SEC 01610-6 10/27/2004 SECTION 01710 EXECUTION REQUIREMENTS PART 1 GENERAL 1.01 EXAMINATION A. The Contractor shall prior to performing work; examine the applicable substrates and the conditions under which the work is to be performed. B. The Contractor shall take corrective action before proceeding if unsafe or otherwise unsatisfactory conditions are encountered. C. The Contractor shall not be allowed to make extra work claims for conditions that could have been discovered by examination. The Contractor shall in particular verify the following: 1. Underground utilities. 2. Other underground construction. 3. Location and invert elevation of points of connection to piped utilities. D. The Contractor shall verify that utility requirements of operating equipment are compatible with building utilities and that space requirements of items are shown diagrammatically on the drawings. 1.02 PREPARATION A. It shall be the responsibility of the Contractor to construct the work to the position and elevations as set out on the plans and approved changes. 1.03 PROTECTION OF ADJACENT CONSTRUCTION A. The Contractor will be required to contact Dig Tess (800-344-8377) to locate all utility lines, including customer service lines, far enough in advance to make proper provisions for protecting them. The Contractor shall notify local utilities whenever working near gas mains or services or near electrical or telephone cables or when the presence of these utilities is suspected in the area of construction. The Contractor shall be held responsible for the repair of such structures when broken or otherwise damaged because of carelessness on his part. B. The Contractor will not be allowed to disrupt the service on any utility lines except customer service lines, which may be taken out of service for short periods of time provided the Contractor obtains permission from the Recycling Drop Off Center 01710-1 10/26/2004 owner's Representative and from the Owner of the premises being served by the utility. C. All utility lines shall be properly supported to prevent settlement or damage to the line both during and after construction. The cost of _. supporting utility lines shall be included in the unit price bid for the proj ect. D. The proper utility company without expense to the Contractor shall do any permanent relocation of existing utility lines. E. Where pipes, conduits, or concrete curbs or gutters are encountered, the cost of tunneling shall be included as a part of the cost of the pipeline. F. The Contractor shall proceed with caution in the excavation and preparation of the trench so that the exact location of underground structures, both known and unknown, may be determined. If required, the Contractor shall excavate and locate existing underground utilities ahead of trench excavation in order that necessity for grade changes may be ascertained in advance. G. Hand excavation shall be used where necessary. The Contractor shall notify local utilities whenever working near gas mains or services or near electrical or telephone cables or when the presence of these utilities is suspected in the area of construction. H. The Contractor shall immediately notify the proper utility company of any damage to utility lines in order that service may be re-established with the least possible delay. I. Any damage to existing lines and the repair of customer lines, which are authorized to be cut, shall be at the Contractor's own expense, and as directed by an official representative of the utility company involved. 1.04 SURVEYING AND CONSTRUCTION STAKES A. It shall be the responsibility of the Contractor to construct the work to the position and elevations as set out on the plans and approved changes. B. The Owner's Representative will furnish the Contractor control points for determining lines and grades. C. From the control points established by the Owner's Representative, the Contractor shall establish and be responsible for the correctness of alignment, elevation and position of all construction required by the contract. The Contractor shall provide a qualified and experienced work Recycling Drop Off Center 01710-2 10/26/2004 1 t force to perform this work. The Owner's Representative should be informed in advance of the time and place the contractor intends to work, in order that measurements may be made as necessary for the record and for determination of pay quantities. The Owner's Representative may, at his option, make spot or complete checks on all construction alignment _ and grades to determine the accuracy of the Contractor's survey work. D. These checks, however, will not relieve the Contractor of his responsibility of constructing the work to the positions and elevations as shown on the plans or approved changes. Computations, sketches and other drawings used in the design and layout of this project will be made available to the Contractor, but these items will not relieve the Contractor of his responsibility as set out above. E. The Contractor shall furnish, at his own expense, all stakes and other materials necessary to preserve control points for alignment and grade. F. The Owner's Representative will hold the Contractor responsible for the preservation of all control points established. If in the opinion of the Owner's Representative any of the stakes or bench marks have been carelessly or willfully destroyed or disturbed by the Contractor they shall be replaced by the Contractor. Or the cost of replacing them will be charged to the Contractor and deducted from the final payment of the work. G. No direct payment will be made for this work, but the cost of all labor, equipment and supplies necessary to perform the work shall be included in the contract unit prices bid for the various contract items. 1.05 EXECUTION A. Accurately locate the work and components of the work; make vertical work plumb; horizontal work level. B. See sections describing specific parts of the work for additional requirements. C. Where space is limited, install components to maximize space available for maintenance and to maximize ease of removal for replacement. D. In finished areas, conceal pipes, ducts and wiring within the construction, unless otherwise indicated. v E. Coordinate exact locations of fixtures and outlets with fmish elements. Recycling Drop Off Center 01710-3 10/26/2004 F. Install work in such manner and sequence as to preclude, if possible, or at least to minimize cutting and patching. 1.06 MANUFACTURER'S DIRECTIONS A. All manufactured articles, materials and equipment shall be applied, installed, connected, erected, secured, used, cleaned and put in operation as recommended, directed or specified by the manufacturer. B. Where work is specified to be in accordance with product manufacturer's directions, the Contractor shall procure such information in sufficient quantities to supply all involved parties. 1.07 FINAL CLEANUP A. The Contractor shall clean up the site within three (3) days after completion of any Sub -Unit of the construction. This will include removing all rubbish and temporary structures from the construction site. All property, both public and private, damaged during construction shall be restored, and leaving the work site in a neat and presentable condition. The cost of the cleanup shall be included as a part of the total cost of the project. This work shall be before final acceptance of the Sub -Unit will be considered. B. The Contractor shall remove debris from concealed spaces to enclosing the space. C. The Contractor shall keep the site and the work free of waste materials and debris. D. The Contractor shall remove waste from site frequently enough to prevent significant accumulations of debris. E. The Contractor shall remove waste as necessary to prevent development of health hazards and nuisance odors when the temperature exceeds or is expected to exceed 80 degrees Fahrenheit. F. The Contractor shall keep hazardous and unsanitary materials in containers separate from other waste. G. Clean areas in which work is to be done to level of cleanliness necessary for proper execution of that work. Where dust would impair execution of work, broom and vacuum -clean the entire interior area and keep clean. Recycling Drop Off Center 01710-4 10/26/2004 H. The Contractor shall dispose of debris in a lawful manner. Do not burn or bury debris on the site and do not dispose of volatile wastes in storm or sanitary drains. I. The Contractor shall dispose of debris in a lawful manner. Do not burn or bury debris on the site and do not dispose of volatile wastes in storm or sanitary drains. J. The Contractor shall protect installed work from soiling and damage by providing protective coverings as required. Provide protective coverings for work that may be damaged by subsequent operations. Where heavy abuse is expected, use plywood for protection. Maintain the protection of installed work with protective coverings until substantial completion. 1.08 STARTING AND ADJUSTING A. The Contractor and Owner's Representative shall inspect all work by the Contractor. B. The Contractor shall replace, repair, or adjust any items found during the inspection to be damaged or installed improperly at the Contractor's expense. C. The Owner's Representative shall have the authority to halt construction when, in his opinion, construction is being performed contrary to the specifications or approved plans. D. When any portion of these specifications or approved plans is violated the Chief Engineer of Public Works, by written notice, may order that portion of construction, which is in violation to cease until such violation is corrected. E. A copy of the order shall be filed with the Contractor's license application for future review. F. If deficiencies are not corrected, performance shall be required of the Contractor Surety. 1.09 PROTECTING INSTALLED CONSTRUCTION A. Conduct construction operations so that no part of the work is subjected to damaging operations or influences that are in excess of those to be expected during normal occupancy conditions. B. Provide temporary supports as required to prevent movement and structural failure. d Recycling Drop Off Center 01710-5 10/26/2004 C. Install products only during environmental conditions that will ensure the best possible results. D. The contractor shall be responsible for protecting existing construction elements. E. The Contractor, at the Owner's Representative's discretion, shall replace at his expense. 1. Damaged surfaces exposed to view that cannot be repaired without visible evidence of repair. 2. Components that cannot be repaired to proper operating condition. 3. Chipped and broken glass. 4. Scratched transparent materials. 5. Scratched reflective surfaces. F. The Contractor, at the Owner's Representative's discretion, shall repair or replicate at his expense. 1. Components, which do not operate properly. 2. Surfaces exposed to view that cannot be cleaned to original condition. 3. Permanent facilities used during construction. 4. Other deflective work. G. The Contractor shall use the appropriate repair method approved by the Owner's Representative: 1. Replacing parts. 2. Refinishing. 3. Touching up with matching materials. 4. Proper adjustment of equipment. 5. When it is necessary to deviate from the contract documents in order to accomplish corrective action the Contractor shall submit a field correction request. Field correction request must be approved in writing before any action is taken. 6. Restore permanent facilities used during construction to specified condition. 1.10 CLOSEOUT PROCEDURES A. A representative from the Contractor and each Sub -Contractor shall be present and shall be prepared to assist the Owner's Representative in v performing the inspection. This shall include the operation of all equipment items, the removal of inspection panels/doors (as requested), etc. Recycling Drop Off Center 01710-6 10/26/2004 B. An inspection report describing incomplete/or unacceptable work will be prepared. This will be reviewed with the Contractor at the project site. C. After the incomplete or unacceptable work is 100% corrected the Contractor shall so certify in writing to the Owner's Representative. D. Final Inspection by the Owner's Representative will be made only after the Contractor certifies in writing that the work is 100% complete. 1.11 CLOSEOUT SUBMITTALS A. After the final inspection and clean up and before final payment can be made the Contractor will be required to fill out a "Contractors Affidavit on Closing Job" stating that all sub -contractors and material suppliers have been paid in full. B. The Contractor shall turn in a project record document showing accurate recorded locations of any capped utilities, subsurface obstructions, and or any new installation locations. C. The contractor shall be required to turn in a final site survey. D. The contractor shall submit a bound copy for each system installed under this contract. This shall include but not be limited to: 1. A description and location of the system 2. All inspection data 3. Maintenance contracts 4. Product warranties 5. Maintenance data 6. Maintenance materials 7. Spare parts 8. Operations data 9. Operations manual 10. Preventive maintenance instructions PART 2 PRODUCTS NOT USED PART 3 EXECUTION NOT USED END OF SECTION Recycling Drop Off Center 01710-7 10/26/2004 SECTION 02315 EARTHWORK REQUIREMENTS PART 1 GENERAL 1.01 DESCRIPTION OF WORK A. The earthwork required for this project shall include preparation of subgrade for building slab. B. Grading of the site after construction shall be done in such a manner as to insure that water runoff occurs with no ponding. 1.02 SUBMITTALS A. Test Reports: Submit the following reports as specified from the testing services: 1. Test reports on existing or borrow material for each type of soil encountered. a. Atterberg Limits b. Linear Shrinkage C. Optimum moisture/maximum dry density curve 2. Field density test reports of subgrades and compacted fills. Reports shall indicate soil type or change of soil if any other is used. PART 2 PRODUCTS 2.01 SOIL MATERIALS A. Satisfactory soil materials are defined as those complying with ASTM D 2487 soil classification groups GW, GP, GM, GC, SC, CL, SM, SW and SP. B. Unsatisfactory soil material are defined as those complying with ASTM D 2487 soil classification groups CH, ML, MH, OL, OH, and PT. C. Backfill and Fill Material: Satisfactory soil materials free of clay, rock or gravel larger than 2" in any dimension, debris, waste, frozen materials, vegetable and other deleterious matter. D. Fill materials shall have a liquid limit between 4 and 30 and the plasticity index shall be between 4 and 12. Recycling Drop Off Center SEC 02315-1 10/26/2004 PART 3 EXECUTION 3.01 EXCAVATION A. All excavation shall extend to a minimum depth of 24 inches below the bearing elevation. B. Excavation consists of removal and disposal of material encountered when establishing required finish grade elevations. C. Earth excavation includes removal and disposal of pavements and other obstructions visible on ground surface, underground structures and utilities indicated to be demolished and removed, material of any classification indicated in data on subsurface conditions, and other materials encountered that are not classified as unauthorized excavation. D. Unauthorized excavation consists of removal of materials beyond indicated subgrade elevations or dimensions without specific direction of Owner's Representative. Unauthorized excavation, as well as remedial work directed by Owner's Representative, shall be at Contractor's expense. E. Under footings, foundation bases, or retaining walls, fill unauthorized excavation by extending indicated bottom elevation of footing or base to excavation bottom, without altering required elevation. Lean concrete fill may be used to bring elevation to proper position, when acceptable to Owner's Representative. F. Elsewhere, backfill and compact unauthorized excavation as specified for authorization excavations of same classification, unless otherwise directed by Owner's Representative. G. Additional Excavation: When excavation had reached required sub grade elevations, notify Owner's Representative who will make an inspection of conditions. 1. If unsuitable bearing materials are encountered at required subgrade elevations deeper and replace excavated material as directed by Owner's Representative. 2. Removal of unsuitable material and its replacement as directed will be paid on basis of contract conditions relative to change in work. Recycling Drop Off Center SEC 02315-2 10/28/2004 H. Stability of Excavation 1. Excavation slopes to be designed in compliance with current OSHA regulations and all state and local safety requirements. 2. Shore and brace where sloping is not possible because of space restrictions or stability of material excavated designed in compliance with current OSHA regulations and all state and local safety requirements. 3. Maintain sides and slopes of excavation in safe conditions until completion of back filling. I. Material Storage: Stockpile satisfactory excavated materials where directed until required backfill or fill. Place grade and shape stockpiles for proper drainage. 1. Locate and retain soil materials away from edge of excavations. 2. Dispose of excess soil material and waste as herein specified. J. Excavation for Structures Conform to elevations and dimensions shown within a tolerance of plus or minus 0.10 foot, and extending a sufficient distance form footing and foundations to pen -nit placing and removal of concrete formwork, installation of services, other construction, and for inspection. 2. In excavating for footing and foundations, take care not to disturb bottom of excavation. Excavate by hand to final grade just before concrete reinforcement is placed. Trim bottoms to required lines and grades to leave solid base to receive other work. K. Cold Weather Protection: Protect excavation bottoms against freezing when atmospheric temperature is less than 35 degrees F. (1 degree C.) 3.02 COMPACTION A. General: Control soil compaction during construction providing minimum percentage of density specified for each area classification. B. Percentage of Maximum Density Requirements: Compact soil to not less #F than the following percentages of maximum dry density for soils which exhibit a well-defined moisture -density relationship determined in accordance with ASTM D 598 (Standard Proctor); and not less than the following percentages of relative density, determined in accordance with ASTM D 2049, for soils which will not exhibit a well-defined moisture - density relationship. Recycling Drop Off Center SEC 02315-3 10/28/2004 1. Structures: Compact top 12" of subgrade and each layer of backfill or fill material at 95% maximum dry density of 90% relative dry density. 2. Building Slabs: Compact top 12" of subgrade and each layer of backfill or fill material at 95% maximum dry density of 90% relative dry density. C. Moisture Control: Where subgrade or layer of soil material must be moisture conditioned before compaction, uniformly apply water to surface or subgrade, or layer, or layer of soil material, to prevent free water appearing on surface during or subsequent to compaction operations. 1. Remove and replace, or scarify and air dry, soil material that is too wet to permit compaction to specified density. 2. Soil material that has been removed because it is too wet to permit compaction may be stockpiled or spread and allowed to dry. Assist drying by dicing, harrowing or pulverizing until moisture content is reduced to a satisfactory value. 3.03 BACKFILL AND FILL A. General: Place acceptable soil material in layers to required subgrade elevations, for each area classification listed below. 1. In excavations, used satisfactory excavated or borrow material. 2. Under building slabs, used satisfactory borrow material. B. Backfrll excavations as promptly as work permits, but not until completion of the following: 1. Acceptance of construction below finish grade including, where applicable, damp proofing, waterproofing, and perimeter insulation. 2. Inspection, testing, approval, and recording locations of underground utilities. 3. Removal of concrete formwork. 4. Removal of trash and debris. 5. Ground Surface Preparation. 6. Remove vegetation, debris, unsatisfactory soil materials, obstructions, and deleterious material will bond with existing surface. 7. When existing ground surface has a density less than that specified under "Compaction" for particular area classification, break up ground surface, pulverize, moisture -condition to optimum moisture Recycling Drop Off Center SEC 02315-4 10/26/2004 content, and compact to require depth and percentage of maximum density. C. Placement and Compaction 1. Place backfill and fill material in layers not more than 6" in loose depth for material compacted by heavy compaction equipment, and not more than 4" in loose depth for material compacted by hand - operated tampers. 2. Before compaction, moisten or aerate each layer as necessary to provide optimum moisture content. Compact each layer to required percentage of maximum dry density or relative dry density for each area classification. Do not place backfill of fill material on surfaces that are muddy, frozen, or contain frost or ice. 3. Place backfill and fill materials evenly adjacent to structures, to required elevations. Take care to prevent wedging action of backfill against structures by carrying material uniformly around structure to approximately same elevation in each lift. 4. Topsoil shall be a minimum one foot in depth after final grading 3.04 GRADING A. General: Uniformly grade areas within limits of grading under this section, including adjacent transition areas. Smooth finished surface within specified tolerances, compact with uniform levels or slopes between points where elevations are shown, or between such points and existing grades. B. Grading Outside Building Lines: grade areas adjacent to building lines to drain away from structures and to prevent ponding. C. Grading Surface of Fill Under Building Slabs: Grade smooth and even, free of voids, compacted as specified and to require elevation. Provide final grades within a tolerance of 1 %2 " when tested with a 10 foot straightedge. D. Compaction: After grading compact sub -grade surfaces to the depth and percentages of maximum density for each area classification. 3.05 FIELD QUALITY CONTROL A. Quality Control Testing During Construction 1. Allow testing service to inspect and approve sub -grades and fill layers before further construction work is performed. t_3 Recycling Drop Off Center SEC 02315-5 10/26/2004 2. Perform field density tests in accordance with ASTM D 1556 (Sand Cone Method) or ASTM D 2167 (Rubber Balloon Method), or ASTM D 2922, (Nuclear Gage Method) as applicable. B. Building Slab Sub -grade 1. Make at least one field density test sub -grade for every 2000 sq. ft. of paved area or building slab, but in no case less than 3 tests. 2. In each compacted fill layer, make one field density test for every 2000 sq. ft. of overlaying building slab or paved area, but in no case less than 3 tests. 3. Subsequent layers shall be placed only after the previous compacted layer has been tested and approved by the testing laboratory and Owner's Representative. C. If, in opinion of Owner's Representative, based on resting service reports and inspection, sub -grade or fills, which have been placed, are below specified density. Provide additional compaction and testing at no additional expense. 3.06 MAINTENANCE A. Protection of Graded Areas 1. Protect newly graded areas from traffic and erosion. Keep free of trash and debris. 2. Repair and re-establish grades in settled, eroded, and rutted areas to specified tolerances. B. Reconditioning Compacted Areas: Where completed compacted areas are disturbed by subsequent construction operations of adverse weather, scarify surface, re -shape, and compact to required density prior to further construction 3.07 DISPOSAL OF EXCESS AND WASTE MATERIALS A. Removal from Owner's Property 1. Remove waste materials, including unacceptable excavated material, trash and debris, and dispose of it on site where Owner's representative . END OF SECTION Recycling Drop Off Center SEC 02315-6 10/26/2004 SECTION 03110 CONCRETE FORMS AND ACCESORIES PART 1 GENERAL NOT USED PART 2 MATERIALS 2.01 FORMWORK A. FACING MATERIALS: For unexposed finish concrete any standard form materials that produce structurally sound concrete may be used. B. For exposed finish concrete the materials selected should offer optimum smooth, stain -free final appearance and minimum number of joints. Provide materials with sufficient strength to resist hydrostatic head without bow or deflection in excess of allowable tolerances, and as follows: Overlaid plywood: PS-1 "B-B High Density Concrete Form Overlay," Class I. 2.02 FORMWORK ACCESSORIES A. FORM COATING: Form release agent that will not adversely affect concrete surfaces or prevent subsequent application of concrete coatings. B. METAL TIES: Commercially manufactured types; cone snap ties, taper removable bolt, or other type which will leave no metal closer than 1-1/2 inches from surface of concrete when forms are removed, leaving not more than a 1-inch-diameter hole in concrete surface. C. FILLETS: Wood or plastic fillets for chamfered corners, in maximum lengths possible. PART 3 EXECUTION 3.01 CONCRETE FORM PREPARATION A. GENERAL: Comply with requirements of ACI 301 for formwork, and as herein specified. The contractor is responsible for design, engineering, and construction of formwork, and for its timely removal. B. EARTH FORMS: Hand -trim bottoms and sides of earth forms to profiles indicated on the drawings. Remove loose dirt before placing concrete. t Recycling Drop Off Center SEC 03110-1 10/26/2004 V C. DESIGN: Design and fabricate forms for easy removal, without impact, shock, or damage to concrete surfaces or other portions of the work. Design to support all applied loads until concrete is adequately cured, within allowable tolerances and deflection limits. D. CONSTRUCTION: Construct and brace formwork to accurately achieve end results required by contract documents, with all elements properly located and free of distortion. Provide for necessary openings, inserts, anchors, and other features shown or otherwise required. E. JOINTS: Minimize forms and make watertight to prevent leakage of concrete. Align all joints symmetrically at exposed conditions. F. CHAMFERS: Provide chamfered edges and corners at exposed locations, unless specifically indicated otherwise on the drawings. G. PERMANENT OPENINGS: Provide openings to accommodate work of other trades, sized and located accurately. Securely support items built into forms; provide additional bracing at openings and discontinuities in formwork. H. TEMPORARY OPENINGS: Provide temporary openings for cleaning and inspection in most inconspicuous locations at base of forms, closed with tight -fitting panels designed to minimize appearance of joints in finished concrete work. I. TOLERANCES FOR FORMED SURFACES: Comply with minimum tolerances established in ACI 117, unless more stringent requirements are indicated on the drawings. J. RELEASE AGENT: Provide either form materials with a factory -applied non -absorptive liner or field -applied form coating. If field -applied coating is employed, thoroughly clean and reconditions formwork and reapply coating before each use. Rust on form surfaces is unacceptable. 3.02 REMOVAL OF FORMS AND SUPPORTS A. Provided that concrete has hardened sufficiently that it will not be damaged, forms not actually supporting weight of concrete or weight of soffit forms may be removed after concrete has cured at not less than 50 degrees F for 24 hours. Maintain curing and protection operations after form removal. B. Roof forms must remain in place for 10 days. Immediately upon removal ' of the forms any honeycombed sections shall be repaired as directed by the Owner's Representative. -J Recycling Drop Off Center SEC 03110-2 10/26/2004 SECTION 03210 CONCRETE REINFORCEMENT PART 1 GENERAL Not Used PART 2 MATERIALS 2.01 REINFORCING BARS A. Reinforcing bars shall be open-hearth basic oxygen or electric furnace new billet steel manufactured in accordance with ASTM A 615 and ASTM A 305. B. Dowels for slip joints shall be smooth plain round bars free from burrs, rough surfaces, and deformations. C. Sleeves or wraps shall be indicated on the plans. 2.02 WELDED WIRE FABRIC A. Wire mesh shall conform to ASTM A 185, cold -drawn steel, plain 6" X 6"- 10 gauge welded wire fabric, or sized as indicated on plan sheets. 2.03 FIBER A. Fiber reinforcement shall be either 100% virgin polypropylene, collated, fibrillated fibers specifically manufactured for use as concrete reinforcement, containing no reprocessed olefin materials, or steel fibers equivalent to Novocon Xorex. B. The quantity of fiber reinforcement used shall be in conformance with manufacturer's recommendations or as directed by the Owner. C. The minimum physical characteristics on the fiber shall be as follows: 1. Specific Gravity 0.91 2. Tensile Strength 70,000 psi to 110,000 psi 3. Length 3/4 " D. Fiber reinforcement may only be used in place of wire mesh and only with the Owners approval Recycling Drop Off Center SEC 03210-1 10/26/2004 2.04 ACCESSORIES A. Chairs shall be used to support the reinforcing steel in the correct position while concrete is being placed. B. Chairs shall be made of plastic or steel, and shall be of adequate size to positively hold the reinforcing materials in position. C. Tie wires should be black annealed type, 16-1/2 gage or heavier. Bar supports must conform to specifications of CSI "Manual of Standard Practice. Class 1 (plastic protected) at all formed surfaces which will be exposed to weather or Class 2 (stainless steel protected) at all formed surfaces which will be exposed to view but not to weather. Precast concrete blocks of strength equal to or greater than specified strength of concrete or Class 3 supports equipped with sand plates, where concrete will be cast against earth. Concrete masonry units will not be accepted. PART 3 EXECUTION 3.01 WIRE FABRIC A. Install in maximum lengths possible, lapping adjoining pieces not less than one full mesh. Offset end laps to prevent continuous laps in either direction, and splice laps with tie wire. B. Welding of reinforcement is not permitted. END OF SECTION ' Recycling Drop Off Center SEC 03210-2 10/26/2004 SECTION 03310 CAST IN PLACE CONCRETE PART 1 GENERAL NOT USED PART 2 MATERIALS 2.01 CONCRETE MATERIALS A. Portland Cement shall be Type I and conform to ASTM C 150. B. Fly Ash, Type C or F should be used to conform to ASTM C 618. C. Potable Water D. Class 2M Aggregates should be used to conform to ASTM C 33 standards for Normal weight concrete E. The Maximum size of coarse aggregates in Normal weight concrete should be either, one -fifth narrowest dimension between sides of fonns, three -fourths of minimum clear distance between reinforcing bars, or between bars and side of form or one-third of depth of the slab, whichever is least: F. The Maximum size of coarse aggregates for Columns and piers should be two-thirds of minimum clear distance between bars. G. Admixtures that produce more than 0.1 percent of soluble chloride ions by weight of cement are prohibited. H. Air -Entraining Admixture should conform to ASTM C 260 standards and certified by the manufacturer for compatibility with other mix components. I. Water -Reducing Admixture should conform to ASTM C 494, Type A. J. Water Reducing or Retarding Admixtures should conform to ASTM C 494, Type D. K. Water Reducing and Accelerating Admixtures should conform to ASTM C 494, Type E. L. High -Range Water -Reducing Admixture, Type F or G, (Superplasticizer) should conform to ASTM C 494, Recycling Drop Off Center SEC 03310-1 10/27/2004 2.02 MISCELLANEOUS MATERIALS AND ACCESSORIES 2.03 A. VAPOR RETARDER: Membrane for installation beneath slabs on grade, resistant to decay when tested in accordance with ASTM E 154, sheet not less than 8 mils thick. B. NONSHRINK GROUT: ASTM C 1107, provide nonmetallic type only. C. CHEMICAL HARDENER: Colorless, aqueous solution of fluosilicates and wetting agents for application to cured concrete for surface densification, where scheduled in the drawings. The following products, provided they comply with requirements of the contract documents, will be among those considered acceptable: c E 1. "Lapidolith"; Sonnebom Building Products Division/ChemRex, Inc. BURLAP: AASHTO M 182, Class 2 jute or kenaf cloth. MOISTURE -RETAINING COVER: ASTM C 171 and as follow: 1. Curing paper. 2. Polyethylene film. 3. White burlap -polyethylene sheeting. LIQUID CURING COMPOUNDS: A. MANUFACTURERS: Products of the following manufacturers, provided they comply with requirements of the contract documents, will be among those considered acceptable: Sonneborn Building Products Division/ChemRex, Inc. B. CURING AND SEALING COMPOUND: Where indicated, provide curing and sealing formulation with long-lasting finish that is resistant to chemicals, oil, grease, deicing salts, abrasion, and compatible to chemical hardener to be applied. The curing compound must comply with ASTM C 309, Type 1. It must me a non -yellowing formulation where subject to ultraviolet light. Where compounds are proposed for use on surfaces to which finishes, coatings, or coverings subsequently will be applied, the compound shall possess demonstrated compatibility with the finish, coating, or covering, and shall be subject to approval of the Owner's Representative. C. SOLVENTS: Provide water -based products. L" Recycling Drop Off Center SEC 03310-2 10/27/2004 D. BONDING COMPOUND: Non-redispersable acrylic bonding admixture, ASTM C 1059, Type II. E. EPDXY BONDING SYSTEMS: Use an epoxy bonding system that will meet required project conditions and match the type, grade, and class as set forth in ASTM C 881. F. EXPANSION JOINT FILLER: Nonextruding bituminous type, ASTM D 1751. PART 3 EXECUTION 3.01 CONCRETE MIX DESIGN A. REVIEW: Do not begin concrete operations until the Owner's Representative has reviewed proposed mix. B. PROPORTIONING OF NORMAL WEIGHT CONCRETE: Comply with recommendations of ACI 211.L C. REQUIRED AVERAGE STRENGTH: Establish the required average strength f (cr) of the design mix on the basis of either field experience or trial mixtures as specified in ACI 301, and proportion mixes accordingly. If trial mixture method is used, employ an independent testing agency acceptable to the architect for preparing and reporting proposed mix design. D. SPECIFIED COMPRESSIVE STRENGTH F'(C) AT 28 DAYS: 4000 PSI WITH RECOMMENDED SLUMP OF 4 INCHES FOR ALL CONCRETE. E. FLY ASH: The contractor may elect to replace a portion of the portland cement with fly ash up to a maximum percentage by weight of cement plus fly ash of 20 F. DO NOT USE ADMIXTURES NOT SPECIFIED OR APPROVED. G. AIR -ENTRAINING ADMIXTURE: Use in mixes for exterior exposed concrete unless otherwise specifically indicated. Add at rate to achieve total air content in accordance with Table 1.4.3 of ACI 201.2. For concrete not exposed to exterior, add at rate to achieve total air content between 2 percent and 4 percent. Do not use in slabs -on -grade scheduled to receive topping, unless manufacturer of topping recommends use over air -entrained concrete. Recycling Drop Off Center SEC 03310-3 10/27/2004 0 H. WATER -REDUCING ADMIXTURE: Add as required for placement and workability. I. WATER -REDUCING AND RETARDING ADMIXTURE: Add as required in concrete mixes to be placed at ambient temperatures above 90 degrees F. J. WATER -REDUCING AND ACCELERATING ADMIXTURE: Add as required in concrete mixes to be placed at ambient temperatures below 50 degrees F. K. HIGH -RANGE WATER -REDUCING ADMIXTURE (SUPERPLASTICIZER): Add as required for placement and workability. L. MIX ADJUSTMENTS: Provided that no additional expense to owner is involved, contractor may submit for architect's approval requests for adjustment to approved concrete mixes when circumstances such as changed project conditions, weather, or unfavorable test results occur. Include laboratory test data substantiating specified properties with mix adjustment requests. 3.02 CONTROL OF MIX IN THE FIELD A. DO NOT USE BATCHES THAT EXCEED TOLERANCES B. SLUMP: A tolerance of up to 1 inch above approved design mix slump will be permitted for 1 batch in 5 consecutive batches tested. Concrete of lower slump than that specified may be used, provided proper placing and consolidation is obtained. C. TOTAL AIR CONTENT: A tolerance of plus or minus 1-1/2 percent of approved design mix air content will be allowed for field measurements. 3.03 CONCRETE MIXING A. At ambient temperatures of 85 to 90 degrees F, reduce mixing and delivery time to 75 minutes. B. At ambient temperatures above 90 degrees F, reduce mixing and delivery time to 60 minutes. C. TRANSIT MIXERS: Mix concrete materials in transit mixers, complying with requirements of ASTM C 94. Recycling Drop Off Center SEC 03310-4 10/27/2004 I 3.04 VAPOR RETARDER INSTALLATION A. Place vapor retarder sheet over prepared base material, aligning longer dimension parallel to direction of pour and lapped 6 inches. Seal joints with appropriate tape. Cover with sand to depth shown on drawings. 3.05 JOINT CONSTRUCTION A. Place new slab next to existing one and tie them together using dowels. The reinforcement must continue across and perpendicular to construction -' joints, unless details specifically indicate otherwise. 3.06 INSTALLATION OF EMBEDDED ITEMS A. Set anchorage devices and other items required for other work connected to or supported by cast -in -place concrete, using templates, setting drawings, and instructions from suppliers of items to be embedded. Set edge forms and intermediate screeds as necessary to achieve final elevations indicated for finished slab surfaces. 3.07 CONCRETE PLACEMENT A. PREPARATION: Provide materials necessary to ensure adequate protection of concrete during inclement weather before beginning installation of concrete. B. INSPECTION: Before beginning concrete placement, inspect formwork, reinforcing steel, and items to be embedded, verifying that all such work has been completed. Moisten wood forms immediately before placing concrete in locations where form coatings are not used. C. GENERAL PLACEMENT: Comply with requirements of ACI 304. Schedule continuous placement of concrete to prevent the formation of cold joints. Provide construction joints if concrete for a particular element or component cannot be placed in a continuous operation. Deposit concrete as close as possible to its final location, to avoid segregation. D. PLACEMENT IN FORMS: Limit horizontal layers to depths that can be properly consolidated, but in no event greater than 24 inches. Consolidate concrete by means of mechanical vibrators, inserted vertically in freshly placed concrete in a systematic pattern at close intervals. Penetrate previously placed concrete to ensure that separate concrete layers are knitted together. Vibrate concrete sufficiently to achieve consistent consolidation without segregation of coarse aggregates. Do not use vibrators to move concrete laterally. j Recycling Drop Off Center SEC 03310-5 10/27/2004 E. SLAB PLACEMENT: Schedule continuous placement and consolidation of concrete within planned construction joints. Thoroughly consolidate concrete without displacing reinforcement or embedded items, using internal vibrators, vibrating screeds, roller pipe screeds, or other means acceptable to architect. F. Strike off and level concrete slab surfaces, using highway straightedges, darbies, or bull floats before bleed water can collect on surface. Do not work concrete further until finishing operations are commenced. G. COLD WEATHER PLACEMENT: Comply with recommendations of ACI 306 when air temperatures are expected to drop below 40 degrees F either during concrete placement operations or before concrete has cured. Do not use frozen or ice -laden materials. Do not place concrete on frozen substrates. H. HOT WEATHER PLACEMENT: The contractor must comply with recommendations of ACI 305R when: 1. Ambient temperature before, during, or after concrete placement is expected to exceed 90 degrees F. 2. When combinations of high air temperature, low relative humidity, and wind speed are such that the rate of evaporation from freshly poured concrete would otherwise exceed 0.2 pounds per square foot per hour. I. Do not add water to approved concrete mixes under hot weather conditions. Provide mixing water at lowest feasible temperature, and provide adequate protection of poured concrete to reduce rate of evaporation. Use fog nozzle to cool formwork and reinforcing steel immediately prior to placing concrete. 3.08 MISCELLANEOUS CONCRETE ITEMS A. Fill in holes and openings left in concrete structures for passage of work by other trades after such work is in place. Place such fill-in concrete to blend with existing construction, using same mix and curing methods. 3.09 CONCRETE REPAIRS A. Perform cosmetic repairs of concrete surfaces as specified under concrete application. �f [ Recycling Drop Off Center SEC 03310-6 10/27/2004 B. Perform structural repairs with prior approval of the architect for method and procedure, using epoxy -bonding systems. The architect's approval is required for repair methods using materials other than those specified. 3.10 QUALITY CONTROL TESTING DURING CONSTRUCTION (COMPOSITE SAMPLING, AND MAKING AND CURING OF SPECIMENS: ASTM C 172 and ASTM C 31.) A. Take samples at point of discharge. B. For pumped concrete, perform sampling and testing at the frequencies specified herein at point of delivery to pump, and perform additional sampling and testing at the same frequency at discharge from line. Results obtained at discharge from line shall be used for acceptance of concrete. C. SLUMP: ASTM C 143. One test per strength test and additional tests if concrete consistency changes. Modify sampling to comply with ASTM C 94. D. AIR CONTENT OF NORMAL WEIGHT CONCRETE: ASTM C 173 or ASTM C 231. One test per strength test performed on air -entrained concrete. E. CONCRETE TEMPERATURE: Test the temperature hourly when the air temperature is 40 degrees F or below, when the air temperature is 90 degrees F or above, and each time a set of strength test specimens is made. F. COMPRESSIVE STRENGTH TESTS: ASTM C 39. G. COMPRESSION TEST SPECIMENS: Mold and cure one set of 4 standard cylinders for each compressive strength test required. H. TESTING FOR ACCEPTANCE OF POTENTIAL STRENGTH OF AS - DELIVERED CONCRETE: Obtain samples on a statistically sound, random basis. I. MINIMUM FREQUENCY: 1. One set per 100 cubic yards or fraction thereof for each days pour of each concrete class. 3 2. One set per 3500 square feet of slab or wall area or fraction thereof for each day's pour of each concrete class. 3. When less than 5 cubic yards is placed in one day, the architect e may, at architect's option, waive laboratory testing of specimens if adequate evidence of satisfactory strength is provided. (Molding and curing of these specimens is not waived.) Recycling Drop Off Center SEC 03310-7 10/27/2004 4. When the above testing frequency would provide fewer than 5 strength tests for a given class of concrete during the project, conduct testing from not less than 5 randomly selected batches, or from each batch if fewer than 5. 5. Test one specimen per set at 7 days for information unless an earlier age is required. 6. Test 2 specimens per set for acceptance of strength potential; test at 28 days unless other age is specified. The test result shall be the average of the two specimens. If one specimen shows evidence of improper sampling, molding, or testing, the test result shall be the result of the remaining specimen; if both show such evidence, discard the test result and inform the architect. 7. Retain one specimen from each set for later testing, if required. 8. Strength potential of as -delivered concrete will be considered acceptable if all of the following criteria are met: a. No individual test result falls below specified compressive strength by more than 500 psi. b. Not more than 10 percent of individual test results fall below specified compressive strength f(c). C. Verage of any 3 consecutive strength test results equals or exceeds specified compressive strength f(c). d. Evaluate construction and curing procedures and implement corrective action when strength results for field - cured specimens are less than 85 percent of test values for companion laboratory -cured specimens. J. TEST RESULTS: Testing agency shall report test results in writing to architect and contractor within 24 hours of test. 1. Test reports shall contain the following data: a. Project name, number, and other identification. b. Name of concrete testing agency. C. Date and time of sampling. d. Concrete type and class. e. Location of concrete batch in the completed work. f. All information required by respective ASTM test methods. 2. Nondestructive testing devices such as impact hammer or sonoscope may be used at Owner's Representative's option for assistance in determining probable concrete strength at various locations or for selecting areas to be cored, but such tests shall not be the sole basis for acceptance or rejection. 3. The testing agency shall make additional tests of in -place concrete as directed by the Owner's Representative when test results indicate that specified strength and other concrete characteristics have not been attained. Recycling Drop Off Center SEC 03310-8 10/27/2004 a. Testing agency may conduct tests of cored cylinders complying with ASTM C 42 or tests as directed. b. Cost of additional testing shall be borne by the contractor when unacceptable concrete has been verified. 3.11 FINISHING FORMED SURFACES A. GENERAL REPAIRS: Repair surface defects, including tie holes, immediately after removing formwork. Remove honeycombed areas and other defective concrete down to sound concrete, cutting perpendicular to surface or slightly undercutting. Dampen patch location and area immediately surrounding it prior to applying bonding compound or patching mortar. Before bonding compound has dried, apply patching mixture matching original concrete in materials and mix except for omission of coarse aggregate, and using a blend of white and normal Portland cement as necessary to achieve color match. Consolidate thoroughly and strike off slightly higher than surrounding surface. B. UNEXPOSED FORM FINISH: Repair tie holes and patch defective areas. Rub down or chip off fins or other raised areas exceeding 1/4-inch height. C. EXPOSED FORM FINISH: Repair and patch defective areas, with fins or other projections completely removed and smoothed. Smooth rubbed finish: Apply to surfaces indicated no later than 24 hours after form removal. Wet concrete surfaces to be finished and rub with Carborundum brick or other abrasive until uniform color and texture are achieved. Do ., not apply separate grout mixture. D. CONTIGUOUS UNFORMED SURFACES: Strike smooth and float to a similar texture tops of walls, horizontal offsets, and other unformed surfaces adjacent to or contiguous with formed surfaces. Continue final finish of formed surfaces across unformed surfaces, unless otherwise specifically indicated. 3.12 FINISHING SLABS A. GENERAL FINISHING OPERATIONS: Do not directly apply water to slab surface or dust with cement. Use hand or powered equipment only as recommended in ACI 302.1R. B. SCREEDING: Strike off to required grade and within surface tolerances indicated. Verify conformance to surface tolerances. Correct deficiencies while concrete is still plastic. Recycling Drop Off Center SEC 03310-9 10/27/2004 C. BULL FLOATING: Immediately following screeding, bull float or Darby before bleed water appears to eliminate ridges, fill in voids, and embed coarse aggregate. Recheck and correct surface tolerances. D. Do not perform subsequent finishing until excess moisture or bleed water has disappeared and concrete will support either foot pressure with less than 1/4-inch indentation or weight of power floats without damaging flatness. E. FINAL FLOATING: Float to embed coarse aggregate, to eliminate ridges, to compact concrete, to consolidate mortar at surface, and to achieve uniform, sandy texture. Recheck and correct surface tolerances. F. TROWELING Trowel immediately following final floating. Apply first troweling with power trowel except in confined areas, and apply subsequent troweling with hand trowels. Wait between troweling to allow concrete to harden. Do not over trowel. Begin final troweling when surface produces a ringing sound as trowel is moved over it. Consolidate concrete surface by final troweling operation. Completed surface shall be free of trowel marks, uniform in texture and appearance, and within surface tolerance specified. Grind smooth surface defects that would telegraph through final floor covering system. Coordinate appearance and texture of required final finish with the engineer before application. 3.13 TROWEL FINISH A. CHEMICAL HARDENER FINISH: Trowel finish and allow complete curing and drying of concrete surface. Apply chemical hardener finish following manufacturer's printed application instructions, applying in 3 coats diluted with water. Evenly apply each coat, allowing 24 hours for drying between coats. Remove any surplus hardener according to manufacturer's instructions. B. SLAB SURFACE TOLERANCES: Achieve flat, level planes except where grades are indicated. Slope uniformly to drains. Troweled finishes: Achieve level surface plane so that depressions between high spots do not exceed 1/4 inch using a 10-foot straightedge. C. SLAB FINISH SCHEDULE: Apply finishes in the following typical locations and as otherwise shown on the drawings: 1. Trowel finish: 2. Exposed interior floors not otherwise scheduled. 3. Surfaces to receive resilient tile. 4. Surfaces to receive carpet. - ; 5. Chemical hardener finish: In locations shown on the drawings. s 111" Recycling Drop Off Center SEC 03310-10 10/27/2004 3.14 REPAIR OF SLAB SURFACES: Test slab surfaces for smoothness and to verify surface plane to tolerance specified. Repair defects as follows: A. High areas: Correct by grinding after concrete has cured for not less than 14 days. B. Low areas: Immediately after completion of surface finishing operations, cut out low areas and replace with fresh concrete. Finish repaired areas to blend with adjacent concrete. Proprietary patching compounds maybe used when approved by the architect. C. Crazed or cracked areas: Cut out defective areas, except random cracks and single holes not exceeding 1 inch in diameter, by cutting out and replacing with fresh concrete. Remove defective areas with clean, square cuts. Dampen exposed concrete and apply bonding compound. Mix, place, compact, and finish patching concrete to match adjacent concrete. D. Isolated cracks and holes: Groove top of cracks and cut out holes not over 1 inch in diameter. Dampen cleaned concrete surfaces and apply bonding compound; place dry pack or proprietary repair compound acceptable to the engineer while the bonding compound is still active use a dry -pack mix (One part portland cement to 2-1/2 parts fine aggregate and enough water as required for handling and placing.). Or installs patching mixture and consolidate thoroughly, striking off level with and matching surrounding surface. DO NOT ALLOW PATCHED AREAS TO DRY OUT PREMATURELY. 3.15 CONCRETE CURING AND PROTECTION A. CURING PERIOD: Not less than 7 days for standard cements and mixes. B. FORMED SURFACES: Cure formed concrete surfaces by moist curing with forms in place for full curing period or until forms are removed. Keep wooden or metal forms moist when exposed to heat of the sun. If forms are removed prior to completion of curing process, continue curing by one of the applicable methods specified. C. SURFACES NOT IN CONTACT WITH FORMS: Start initial curing as soon as free water has disappeared, but before surface is dry. Keep continuously moist for not less than 3 days by uninterrupted use of any of the following: Recycling Drop Off Center SEC 03310-11 10/27/2004 1. Water ponding. 2. Water -fog spray. 3. Moisture -retaining cover. a. BEGIN FINAL CURING PROCEDURES IMMEDIATELY FOLLOWING INITIAL CURING AND BEFORE CONCRETE HAS DRIED. D. MOISTURE -RETAINING COVER: Lap not less than 3 inches at edges and ends, and seal with waterproof tape or adhesive. Repair holes or tears during curing period with same tape or adhesive. Maintain covering in intimate contact with concrete surface. Secure to avoid displacement. Extend covering past slab edges at least twice the thickness of slab. Do not use plastic sheeting on surfaces that will be exposed to view when in service. E. CURING COMPOUND: Apply at rate stated by manufacturer to conform with moisture -retention requirements specified, using second, immediate application at right angles to first, if necessary, and reapply if damaged by rain. Apply to all areas that do not receive curing and sealing compound and chemical hardener. F. CURING AND SEALING COMPOUND: Apply at rate stated by manufacturer to conform with moisture -retention requirements specified, using second, immediate application at right angles to first, if necessary, and reapply if damaged by rain. Apply additional coat near substantial completion to act as sealer. Apply to areas scheduled in the drawings as sealer and hardener. G. Use curing compounds only in locations permitted or required, and where use will not interfere with other finishes, coatings, or coverings to be applied. H. Continue final curing to end of curing period. I. Avoid rapid drying at end of curing period. During and following curing period, protect concrete from temperature changes of adjacent air in excess of 5 degrees F per hour and 50 degrees F per 24 hours. Progressively adjust protective measures to provide uniform temperature changes over entire concrete surface. END OF SECTION Recycling Drop Off Center SEC 03310-12 10/27/2004 SECTION 13120 PRE-ENGINEERED METAL BUILDING PART 1 GENERAL 1.01 Summary A. The following paragraphs in this section give the specifications on the various materials and construction methods that are to be used in the construction of the Pre -Engineered Metal Building. B. The building shall include all primary and secondary structural framing members, connection bolts, covering, doors, windows, skylights, flashing, fasteners, closures, tape and tube sealant, insulation, and other miscellaneous items as shown or called for in the drawings or specifications. C. On minor items a certificate from the manufacturer may be required, certifying that the material or equipment meets the specifications for such material as specified herein. D. All materials shall be submitted to and approved by the Owner's Representative before being used. E. All references in these specifications shall be the latest revisions. 1.02 SYSTEM PERFORMANCE REQUIREMENTS A. A single -story, single span, rigid frame -type pre-engineered metal building of the nominal length of one hundred (100) feet, width of sixty (60) feet, eave height of eighteen (18) feet, and a roof pitch of 1:12. All Frames shall be considered pinned at the base B. Exterior walls shall be covered with field assembled wall panels attached to framing members using exposed fasteners. C. Roof system consists of the manufacturer's standard insulated metal roof. Hold insulation in place by wire mesh. Manufacturer's standard building components and accessories may be used, provided components, accessories, and complete structure conform to design indicated and specified requirements. D. The work in this section includes the complete engineering, fabrication and erection of the metal building system, including, but not necessarily limited to the following: Recycling Drop Off Center SEC 13120-1 10/26/2004 1. Structural frame, foundation anchor bolts, sub-purlins and bracing. 2. Pre -finished exterior wall panels with R-11 blanket type insulation. 3. Pre -finished roofing panels with R-11 blanket type insulation. 4. Manufacturer's standard trim and accessories. 1.03 SUBMITTALS A. The manufacture shall design the metal building to meet all specifications and any applicable building standards. The contractor is responsible for making an independent determination of any local codes or any other requirements not part of the Order Documents. B. The manufacture shall be responsible for the structural design of the metal building it sells to the contractor. Contractor, or contractor's Engineer shall be the Design Professional or Engineer of Record for the Construction Project. The contractor shall be responsible for any components or material not furnished for this project, and their interface and connection with the metal building. C. The contractor shall submit product data consisting of metal building system manufacturer's product information for building components and accessories. D. The contractor shall submit shop drawings for concrete slab including anchor bolt placement, metal building structural framing system, roof and siding panels, and other metal building system components and accessories that are not fully detailed or dimensioned in the manufacturer's product data. The drawings shall indicate size, profiles, and dimensions required of the pre- engineered metal building system. Metal building systems having equal performance characteristics with deviations from indicated dimensions and profiles may be considered, provided deviations do not change the design concept or intended performance. The burden of proof for equality is on the proposer. E. The contractor shall furnish complete erection drawings prepared by or under the supervision of a professional engineer legally authorized to practice in the State of Texas. F. The drawings shall include details showing anchor bolt placement. The drawings shall show the fabrication and assembly of the metal building system. Including sidewall, endwall, roof framing, and a ( Recycling Drop Off Center SEC 13120-2 10/26/2004 transverse cross-section. The manufacturer shall provide layouts of ` panels on the walls and roofs, details of edge condition, joints L_ corners, custom profiles, supports, anchorage, trim, flashing, closures, and special details. G. Details of metal building accessory components shall be provided and methods of installation included. Provide details of louvers, ventilators, gutters, downspouts and other sheet metal accessories. Included shall be methods of joining and anchorage. H. The manufacture shall submit two (2) copies of color samples showing the full range of available colors, finishes, textures, and patterns for the metal roofing and siding panels. I. After the owner has tentatively selected the color, textures and finish the manufacture shall provide sample panels 12" long by actual panel width, in the profile, style, color, and texture indicated. Included shall be clips, battens, fasteners, closures, and other panel accessories. J. On request, contractor shall also furnish a certificate signed by a registered professional engineer stating that the building design meets the project design criteria and is in accordance with generally accepted engineering practices. 1.04 QUALITY ASSURANCE A. The work shall be performed in accordance with AICS S335, AICS S342L, and MBMA Low Rise Building Systems Manual. B. All structural steel sections and welded plate members shall be designed in accordance with the AISC Specification for Structural Steel Buildings - Allowable Stress Design and Plastic Design. C. All light gauge cold -formed structural members and exterior covering shall be designated in accordance with the AISI Specification for the Design of Cold -Formed Steel Structural Members. D. All welding shall be in accordance with the ANSUAWS D1.1 Structural Welding Code -Steel or the ANSUAWS D1.3 Structural Welding Code -Sheet Steel, as applicable. Recycling Drop Off Center SEC 13120-3 10/26/2004 1.05 DESIGN REQUIREMENTS A. Engineer, design, fabricate and erect the pre-engineered metal building system to withstand loads from winds, gravity, structural movement, including movement thermally induced, and to resist in-service use conditions that the building will experience, including exposure to weather, without failure. Design each member to withstand stresses resulting from combinations of loads that produce the maximum allowable stresses in that member as prescribed in MBMA's Design Practices Manual." B. Basic design loads include live load, wind load, and seismic load, r in addition to the dead load. Wind framing members shall be concealed from view within the architectural framing components unless specifically noted otherwise. C. Collateral loads include additional dead loads over and above the weight of the metal building system such as sprinkler system and roof mounted mechanical systems. D. Allowable design limits 1. The allowable bay spacing shall be designed at twenty feet (20') to twenty-five feet (25'). 2. Eave height shall be eighteen feet (18'). 3. The frame live load is 20 psf not reduced. 4. The uniform roof live load is 20 psf. 5. The roof snow load is 25 psf. 6. The wind load should be figured with a design wind velocity of 100 mph. 7. The seismic zone used for this design area is 990". 8. The dead load shall be the combined weight of all permanent construction as per manufacturer. 9. Code: UBC 1997 10. Roof system shall have a UL Class 90 wind uplift rating. E. Structural steel shall comply with the American institute of Steel Construction's (MSC) "Specifications for the Design, Fabrication, and Erection of Structural Steel for Buildings" for design requirements and allowable stresses. F. Light gage steel shall comply with the American Iron and Steel Institute's (AISC) "Specifications for the Design of Cold Formed Steel Structural Members" and "Design of Light Gage Steel Diaphragms" for design requirements and allowable stresses. Recycling Drop Off Center SEC 13120-4 10/26/2004 G. Welded Connections shall comply with American Welding Society's (AWS) "Standard Code for Arc and Gas welding in Building Construction" for welding procedures. PART 2 PRODUCTS 2.01 MATERIALS A. Hot rolled steel structural shapes shall comply with ASIM A 36 or A 529 B. Steel tubing or pipe shall comply with ASTM A 500, grade B, ASTM A 501, or ASTM A 53. C. Steel member fabricated from plate or bar stock shall provide 42,000 psi minimum yield strength and comply with ASTM A 529, ASTM A 570, or ASTM A 572. D. Steel members fabricated by cold forming shall comply with ASTM A 607, grade 50. E. Cold rolled carbon steel sheet shall comply with requirements of ASTM A 366 or ASIM A 568. F. Hot rolled carbon steel sheets shall comply with requirements of ASTM A 568 or ASTM A 569. G. Structural quality zinc -coated (galvanized) steel sheets shall comply with ASTM A446 with G90 coating complying with ASTM A525. Grade to suit manufacturers standards. H. Aluminum -coated steel sheets shall comply with ASTM A463 with T 1-40 coating. I. Aluminum sheets shall comply with ASTM B 209 for Alclad alloy 3003 or 3004 with temper as required to suit forming operations. J. Bolts for structural framing shale comply with ASTM A 307 or ASTM A 325 as necessary for design loads and connection details. K. Thermal insulation shall be glass fiber blanket insulation and comply with AsTh4 C 991, of 0.6 lb per cu. ft. Density. Thickness ,a required to provide an R-I I thermal rating (ceilings) or R-11 thermal rating (walls), with UL flame spread classification of 25 or less, and 2 inch wide continuous vapor -tight edge tabs. Recycling Drop Off Center SEC 13120-5 10/26/2004 L. Fiberglass insulation facings shall be laminated on one side with vinyl film facing. M. Sealant shall be equal to Vulkem 116 polyurethane sealant as manufactured by Mameco. N. Paint coating materials shall comply with performance requirements of the federal specifications indicated. O. Shop primer for ferrous metal shall be fast -curing, lead free, universal primer selected by the manufacturer for resistance to normal atmospheric corrosion, compatibility with finish paint systems, capability to provide a sound foundation for field -applied topcoats despite prolonged exposure, and shall comply with FS TT-P-645. P. Shop primer for galvanized metal surfaces shall be zinc dust -zinc oxide primer selected by the manufacturer for compatibility with substrate and comply with FS TT-P-641. 2.02 STRUCTURAL FRAMING A. The contractor must verify that foundation, floor slab, and placed anchors are in correct position. B. Rigid frames shall be fabricated from structural steel shapes or plates. Provide factory -welded, shop painted frames with tapered column rigid frames. Furnish frames with attachment plates, bearing plates and splice members. Set column base plates with non -shrink grout to achieve full plate bearing. The grout shall be non -shrinking type, premixed compound consisting of non- metallic aggregate, cement, and water reducing and plasticizing agents, capable of producing 2400 psi in two (2) days and 7000 psi in twenty-eight (28) days. All framing members shall be factory drilled for field bolted assembly. Bolts shall be either high - strength bolts, furnished with nuts, conforming to ASTM A325, or machine bolts, furnished with nuts, conforming to ASTM A307. Drawings will be furnished indicating the placement of the differing bolts. A325 bolts shall be tightened by the "turn -of -nut" method. The facing surfaces of all bolted connections shall be smooth and free from burrs or distortions. All A307 bolts shall be electro-zinc plated. All A325 bolts shall be furnished black. Field cutting or drilling, when required, shall be clearly noted on the drawings. Do not field cut or alter structural members without approval from manufacturer. Recycling Drop Off Center SEC 13120-6 10/26/2004 C. All flange to web welds shall be continuous gas metal or submerged arc partial penetration fillet welds on one side of the web. Other welds shall he either the gas metal, or shielded arc process. Butt welds in flange plates and webs shall be full penetration. D. All framing members shall carry an easily visible identifying mark stamped, stenciled or printed on each member. E. Bearing end frames shall consist of columns at the building corners, intermediate column(s), and a continuous rafter beam supported by the post and beam bearing frames at endwalls where indicated with flush girts. Interior frames may be substituted for bearing frames. F. The inside flange of frames shall be braced adequately so that the allowable compressive stress is adequate for the design load combination. G. The manufacturer shall provide the following secondary framing members. Roof purlins, sidewall and endwall girts: "C" or "Z" shaped sections fabricated from shop painted roll formed steel. "Z" sections shall have unequal flanges and stiffening lips. Stiffening lips shall be formed at an angle of 50 degrees with the flanges to permit nesting during shipping and when making overlapping connections. Purlin braces shall be manufacturers standard. Eave struts shall be unequal flanged "C" shaped sections formed to provide adequate backup for both wall and roof panels. Fabricated from shop painted roll formed steel. Flange bracing shall be manufacturers standard. Base or sill angles shall be fabricated shall be fabricated from 14 gage shop painted cold formed steel sections. Secondary structural members, except columns and beams, shall be the manufacturers standard sections. H. Provide shop painted bolts except when structural framing components are in direct contact with roofing and siding panels. Provide zinc -plated or cadmium -plated bolts when structural framing components are in direct contact with roofing and siding panels. I. After erection, prime welds, abrasions, and surfaces that were not shop primed. All welding materials required shall meet AWS D1.1. Clean surfaces to be primed of loose mill scale, rust, dirt, oil, grease, and other matter precluding paint bond. Prime structural steel primary and secondary framing members with the r Recycling Drop Off Center SEC 13120-7 10/26/2004 i� manufacturer's standard rust -inhibitive primer. Prime galvanized members, after phosphoric acid pretreatment, with manufacturer's standard zinc dust -zinc oxide primer. Color selected by owner. Follow procedures of SSPC-SP3 for power tool cleaning, SSPC- SP7 for brush-off blast cleaning, and SSPC-SP 1 for solvent cleaning. Erect framing in accordance with AISC specifications. J. The contractor shall provide for high winds during erection. The contractor shall provide temporary bracing to maintain structure plumb and building alignment until completion of erection and installation of permanent bracing K. The manufacturer shall provide standard roof and wall X-bracing as engineered by the manufacturer. Sidewall and wind posts located in corners are acceptable unless noted otherwise. All wind bracing shall be concealed. Diaphragm bracing is unacceptable. L. All galvanized cable used for X bracing shall conform to ASTM A475, Extra High Strength. All hardware used with this cable shall have physical characteristics meeting or exceeding the cable used. M. All hot rolled steel plate and flat bar shall conform to ASTM A529, Grade 50 or A572, Grade 50 having a minimum yield strength of 50 ksi. N. Structural framing members for all openings shall be adequate for the specified design loads. Install door frame and overhead door as per manufacturers instructions. Seal wall watertight with sealant. 2.03 ROOFING AND SIDE PANELS A. All painted hot -rolled steel sheets shall conform to ASTM A570 or A607, Grade 55, having a minimum yield strength of 55 ksi. All pre -galvanized hot -rolled steel sheets shall conform to ASTM A653, Grade 50, and Class 1 with a Coating Designation of G90. The minimum yield strength shall be 50 ksi. Minimum ordered thickness for coated steel products always include the thickness of the coating. The contractor shall exercise care when cutting pre - finished material to ensure cuttings do not remain on finish surface. The contractor shall use exposed fasteners to fasten cladding system to structural supports, aligned level and plumb. End laps shall be Located over supports. Install sealant and gaskets to prevent weather penetration lap ends a minimum two- (2) inches. Provide expansion joints where indicated on drawings. Recycling Drop Off Center SEC 13120-8 10/26/2004 B. The manufacturer's standard factory formed R-configuration wall panel system or equivalent from 26-gage (0.0179 in.) zinc -coated steel sheets, structural quality, Grade C., and factory painted. C. The manufacturer's standard factory formed R-configuration roof panel system designed for mechanical attachment of panels to roof purlins. Form panels of 26-gage (0.0179 in.) galvalume-coated steel sheets, structural quality, Grade C and factory painted. Provide purlin bracing per manufacturer's standard for code noted. D. Wall panels shall be 36" to the weather with 1-1/4" deep major ribs every 12" and two 3/16" deep minor ribs between each major rib. E. Panels shall be continuous from 1-1/2" below the column base to the roofline, except where the required length would exceed 35'-0 in which case the panels would lap at a girt. The panel must not rest on the concrete foundation; the panel must sit 1/4" above the concrete. All panels shall be square cut at the roofline. F. Panels shall be secured to intermediate framing members with sheet metal screws at a maximum spacing of 12" on center. Sheet metal stitch screws at a maximum of 42" on center shall be installed at the sidelaps. G. Owner shall select colors from available standard wall panel colors. H. The manufacture shall submit two (2) samples of pre -coated metal panels for each color selected (8 '/2 " X 11 ") in size illustrating color and texture. Roof panels shall be 36" to the weather with 1-1/4" deep major ribs every 12" and two 3/16" deep minor ribs between each major rib. The roof, when constructed with the aforementioned panel and in conjunction with contractor's standard installation procedures, shall meet the requirements of Underwriters Laboratories standard UL 580 Class 90 for uplift resistance. Panels shall be continuous from ridge to eave on building 70'-0 wide or less. Where endlaps are required, they shall be a minimum of 6" and shall occur at a purlin. A closure strip shall be installed at the eave. K. Before securing, all laps of roof panels shall be sealed with a continuous ribbon of tape sealant. .p Recycling Drop Off Center SEC 13120-9 10/26/2004 2.05 ACCESSORIES A. The manufacturer shall provide the following sheet metal accessories factory formed of the same material in the same finish as roof and wall panels: 1. Flashing 2. Closures 3. Filers 4. Metal expansion joints 5. Ridge covers 6. Fascias 7. Operable ridge vents with bird screen and damper B. A closed cell expanded cellular rubber, self extinguishing flexible closure strip, chemically cross -linked, polyethylene, die -formed closure strip shall be provided for installation at the eave and the rake of the building. All closure strips shall be cut or pre -formed to accommodate the appropriate panel's inside or outside face, as required. Provide closure strips where indicated or necessary to ensure weathertight construction. 2.06 TAPE SEALANT A. A Sealant for roof sidelaps, endlaps, and flashing shall be a gray, pressure sensitive, 100 percent solids, gray polyisobutyl compound continuous sealing tape with release paper backing. Sealant tape shall be provided in fifty -foot rolls incorporating the use of a coated, waterproof release paper for ease of installation. B. The tape sealant shall be comprised of not less than a 50 percent blend of butyl rubber and elastomeric polymers. The balance of the ingredients shall be both stable reinforcing and inert fillers. The material shall be non -asphaltic, non -shrinking, non- drying, and non -toxic. Adhesion shall be superior on metal, plastics and painted surfaces at a temperature range of -40 degrees to +200 degrees Fahrenheit. C. The tape shall provide permanently elastic, non -sag, nontoxic, non- staining tape'/z inch wide and 1/8 inch thick, and a life of a minimum of twenty years. Recycling Drop Off Center SEC 13120-11 10/26/2004 2.07 TUBE SEALANT A. An acrylic based tube sealant, one part elastomeric polyurethane sealant as recommended by the building manufacturer, shall be provided for sealing applications including (but not exclusively) the following: gutter/downspout joining, window and door perimeter caulking. The sealant shall provide a high performance, flexible seal with superior adhesion and elasticity. B. The manufacturer shall provide a standard shop applied finish equivalent to Kynar 500 finish to galvanized steel roof and wall panels, and related trim and accessory elements. For roofing and siding, apply finish coat to on exterior facings and manufacturer's standard wash coat on reverse face. Kynar 500 finish shall have a 20 year warranty. The galvanized steel shall be cleaned with an alkaline compound, then treat with zinc phosphate conversion coating, and seal with a chromic acid rinse. Apply baked on Thermo setting modified acrylic enamel to pretreated steel sheets, in one or more coats as standard with the manufacturer to achieve a minimum dry film thickness of 1.5 mils. The owner shall select building colors from the manufacturer's standard colors. 2.08 FLASHING, CLOSURES AND TRIM A. Flashing and/or trim shall be furnished at the rake, corners, eaves, framed openings, and wherever necessary to provide weather tightness and a finished appearance. B. A die -formed panel, matching the adjoining roof panels, shall be provided along the building for roof slopes up through 6:12. C. Owner shall select colors from available standard trim colors. 2.09 GUTTERS AND DOWNSPOUTS A. Eave gutters shall be roll -formed to a profile, free of objectionable waviness and any other imperfections. This shall include end pieces, outlet tubes, and other special pieces as required. Size in accordance with SMACNA. The face of the gutter shall match the profile of the rake trim. All gutter sections shall be securely fastened by rivets and sealed at end laps. The outside face of the gutter shall be supported by 0.029" (22 gauge) minimum thick b factory painted supports on T-0 centers. The standard "Shadow" style gutter has an approximate cross sectional area of 32-3/8 square inches. p Recycling Drop Off Center SEC 13120-12 10/26/2004 B. Downspouts shall be 4"x4" roll -formed box sections. This shall include end pieces, outlet tubes, and other special pieces as required. Matching finish steel fasteners shall be provided to hold downspouts 1" away from the building wall. Locate the fasteners at the top and bottom of downspout and at 5' intervals. Kick outs (not elbow type) shall be provided on each downspout. C. They shall be supported secured rigidly to the structure. All seams between joints shall be sealed watertight. Flash and seal gutters to downspouts. Space downspouts at twenty (20) feet minimum to fifty (50) feet maximum, and supply splash pans at downspouts to control erosion. Apply bituminous paint to surfaces in contact with cementious materials. D. Color shall match standard trim color selected by Owner's Representative. E. Other materials may be used based on the particular building design requirements. 2.10 HOLLOW METAL DOORS AND FRAMES A. Fabricate door from cold rolled, pickled and oiled, stretcher leveled steel; 18 gauge face sheets. Use 16 gauge for channel frames and 22 gage for interlocking vertical channels or "z" shaped member reinforcing. Construct doors rigid, neat, and free from defects with continuous welded joints at door edges dressed smooth and invisible. No joints shall occur on face of door. Mortise, reinforce, drill and tap with templates for frames toto receive the mortise hardware.. Provide reinforcing plates for surface applied hardware. Reinforce for hinges with 7 gage steel; for locks and other hardware cutouts with 12 gage steel and for surface applied hardware with 12 gage steel. Provide 1/8" clearance at jambs and 3/16" at sills except fire doors and where indicated otherwise. Bevel lock edge of stiles 1/8" in 2". B. Form metal frames to size an shapes as requested by the building manufacturer from cold rolled, pickled and oiled steel sheets with clean and smooth surfaces. Fabricate all frames from 14 gage steel. Construct frames strong, rigid, neat and free from defects, true and fully welded unit type construction at joints. Miter joints and continuously arc -weld full depth and width of frames. Dress smooth and invisible welds of joints exposed surfaces. Mortise, reinforce, drill and tap with templates for frames toto receive the mortise hardware. Provide reinforcing plates for surface applied �(( Recycling Drop Off Center SEC 13120-13 10/26/2004 l.v I hardware. Reinforce for hinges with 7 gage steel; for locks and other hardware cutouts with 12 gage steel and for surface applied hardware with 12 gage steel. Provide 26 gauge galvanized cover boxes in back of all hardware cutouts. Provide temporary steel spreaders fastened across bottom of frames. Label each frame before shipping with metal or plastic tags to show their location, size, door swing, and other pertinent information. C. Clean ferrous metal and treat chemically to prepare for maximum paint adhesion. Apply coat of rust -inhibitive metal primer by spraying or dipping. Bake oven -dry prime coat to secure hard, abrasion -resistant finish. Finish surfaces smooth and free from irregularities and rough spots. D. Each door unit will be furnished with a 1/2" high extruded aluminum threshold with sweep strip and necessary fasteners. E. Each door unit will be furnished with a set of 0.054" (16 gauge), red oxide primed, channel extensions with bolts and clips to secure the doorframe to the next wall member, if required. Intermediate girts (if existing) and sheets shall be field cut to accommodate door installation. 2.11 HARDWARE A. Each door unit will be furnished with a set of (three) 4-1/2 " x 4- 1/2" (.134) full mortise, plain bearing hinges with a US26D (satin chrome) finish and non -removable pins. B. Each door unit will be furnished with a lever action handle (A.D.A.) and a dead bolt. All with satin chrome finish. C. Each dead bolt unit must be able to be keyed to existing locks on sit. A key shall be provided to the contractor that the locks must fit. D. Door closures shall be of the Size IV hydraulic type, standard duty, with an aluminized painted finish and shall be mounted to the door leaf with thru-bolts. 2.12 ROLLING SERVICE DOOR A. The rolling door shall be Overhead Door Corporation Model C- 265 with weather-stripping or approved equal. Recycling Drop Off Center SEC 13120-14 10/27/2004 B. ROLLING DOOR: Curtain slats shall be 20 gauge aluminum standard service slats. Endlocks will be used on alternate slats. Windlocks will be used as required to meet design wind loads. C. Bottom bar will be an extruded aluminum member or two steel angles (with weather-strip) D. Rolling door guides will be constructed of roll formed steel. Guides will be equipped with windlock bars as required to meet design windloads. E. Brackets will be hot rolled steel plate to support the barrel, counterbalance, and hood. F. Counterbalance will be helical torsion springs housed in a steel pipe barrel, supporting the curtain with a deflection limited to 0.03" per foot of width. Counterbalance will be adjustable by means of an adjusting tension wheel. G. Hood shall be 24 gauge galvanized steel. Intermediate support brackets will be furnished to support hood where required. H. Curtain and hood will be galvanized per ASTM A-525 Standards and will receive a baked on prime coat of paint prior to roll forming. I. Operation shall be inanual chain hoist operation. J. Weather-stripping shall include bottom weather-strip, exterior surface guide weather-strip, and internal hood baffle weather-strip. Weather-stripping will be provided on bottom bar, exterior surface of guides, and interior of hood. K. LOCKING: Chain -hoist door will have a chain keeper suitable for padlocks, by others. L. EXECUTION: Install the door in accordance with instructions and standards. Installation shall be done by an authorized representative. 2.13 FIBERGLASS BLANKET INSULATION A. Install 4" fiberglass blanket insulation in the walls and 6" fiberglass blanket insulation in the ceiling. t. . Recycling Drop Off Center SEC 13120-15 10/26/2004 I B. Fiberglass blanket insulation shall have an R Factor of R-19 in the ceiling and R-13 in the walls. C. The density of the fiberglass blanket shall be 0.60 pounds per cubic foot. D. The fiberglass blanket shall be laminated to a white taffeta vinyl vapor barrier leaving a 2" tab on each side. The vinyl vapor barrier shall have a nominal thickness of 4 mils. E. The composition material of facing, adhesive, glass fiber blanket shall have a flame spread index (FSI) of 25 or less as classified by Underwriters Laboratories standard UL 723. F. Insulation shall be provided in rolls, cut to the specific lengths required for proper installation. Rolls for the roof shall be of continuous lengths for buildings up to 120'-0 wide, while the rolls for the walls shall be multiple increments of necessary lengths to be cut to proper length in the field. All rolls shall be individually protected in clear plastic bags. G. Fiberglass blanket insulation shall utilizing 20 gauge galvanized wire with 2" hexagonal wire mesh for attachment and support. PART 3 EXECUTION 3.01 FABRICATION A. Design prefabricated components and necessary field connections required for erection to permit easy assembly and disassembly. Clearly and legibly mark each piece and part of the assembly to correspond with previously prepared erection drawings, diagrams, and instruction manuals. Shop fabricate framing components to indicate size and section with base plates, bearing plates and other plates required for erection welded in place. Provide holes for anchoring or connections shop drilled or punched to template dimensions. B. SHOP CONNECTION: shall provide power riveted, bolted, or welded shop connections. C. FIELD CONNECTION: Provide bolted field connections. Recycling Drop Off Center SEC 13120-16 10/26/2004 3.02 ERECTION A. Framing: Erect framing true to line, level, plumb, rigid, and secure. Level base plates to a true even plane with all bearing to support the structure. B. PERLINS AND GIRTS: Provide rake or gable purlins wit height - fitting closure channels and fascias. Locate and space wall girts and suit door and window arrangements and heights. Secure purlins and girts to structural framing and hold rigidly to a straight line by sag rods. C. BRACING: Provide diagonal rod or angle bracing in roof and sidewalls as indicated. Moment -resistant frames may be used in lieu of sidewall rod bracing to meet the manufacturer's standard. Provide framed openings of proper design and size to reinforce openings and to carry loads and vibrations imposed. This should include all equipment furnished under the mechanical and electrical sections. Securely attach all equipment to building structural frame. D. ROOFING AND SIDING: Arrange and nest sidelap joints so prevailing winds blow over, not into, lapped joints. Lap ribbed or fluted sheets one full rib corrugation. Apply panels and associated items for neat and weathertight enclosure. Avoid panel creep or application not true to line. Protect factory finishes from damage during construction. Provide weather seal under ridge cap, flash and seal roof panels at cave and rake with rubber or other closures to exclude weather. Field cutting of panels by torch is not permitted. Provide weather seal under ridge cap, flash and seal roof panels at cave and rack with rubber, and closures to exclude weather. E. ROOF PANEL SYSTEM: Fasten roof panels to purlins with self - drilling fasteners in accordance with the manufacturer's instructions. At end laps of panels, install tape caulk between panels. Use rubber jacks at all roof penetrations, Dek-Tite or equal, pitch pans are not acceptable. F. WALL SHEETS: Apply polyurethane sealant continuously between metal base channel (sill angle) and concrete and elsewhere as necessary for waterproofing. Handle and apply sealant and backup in accordance with the sealant manufacturer's recommendations. Align bottom of wall panels and fasten panels with blind rivets, bolts or self -tapping screws. Fasten flashing and Recycling Drop Off Center SEC 13120-17 10/26/2004 trim around openings and similar elements with self tapping screws. Fasten window and door frames with machine screws or _# bolts. When building height requires two rows of panels at gable ends, align lap of gable panels over wall panels at cave height. Install screw fasteners with power tools having controlled torque adjusted to compress rubber washer tightly without damage to washer, screw threads, or panels. Install screws in predrilled holes. Provide weatherproof escutcheons for pipe and conduit penetrating exterior walls. G. SHEET METAL ACCESSORIES: Install gutters, downspouts, ventilators, louvers, and other sheet metal accessories in accordance with the manufacturer's recommendations for positive anchorage to building and weathertight mounting. H. HOLLOW METAL FRAMES: install frames straight, plump and level. Securely anchor frames to structure. I. ROLLING SERVICE DOOR: Install the door straight, plump, and level and in accordance with the manufacturer's instructions and standards. b J. THERMAL INSULATION: Install 1 layer of insulation full height in all exterior walls behind the metal wall panels. Install 4" - UL-rated fiberglass blankets straight and true in one-piece lengths with both sets of tabs sealed to provide a complete vapor barrier. Securely attach blankets with poultry netting to prevent sag. Install I layer of 6" UL-rated fiberglass blanket with vinyl -reinforced vinyl facing concurrently with installation of roof panels in accordance with manufacturer's directions. Install blankets straight and true in underside of roof sheets, extending across the top flange of the purlin members and held taut and snug to roofing panels. Provide Roll -runner system in foot with 3 bands. K. CLEANING: Clean component surfaces of matter that could preclude paint bond. Touch up abrasions, marks, skips, or other defects to shop -primed surfaces with the same type material as shop primer. Clean all exposed surfaces of the metal building system prior to the owners acceptance. Remove all debris, tools, equipment, and extra materials resulting from the work of this section from the site at the completion of work. END OF SECTION 'd Recycling Drop Off Center SEC 13120-18 10/26/2004 SECTION 15110 - GENERAL MECHANICAL PROVISIONS PART 1 - GENERAL 1.01 DESCRIPTION: A. The work covered by this section of the specifications includes the furnishing of all materials and labor as required for the installation of the plumbing, heating, ventilating and air conditioning systems, all as shown on the drawings, as herein specified, or both. 1.02 RELATED DOCUMENTS: A. Refer to other applicable clauses and regulations for other requirements. 1.03 SUBMITTAL: A. This Contractor shall submit six (6) copies of all submittal data covering proposed equipment to the Engineer for approval prior to installation. All equipment shall be submitted at one time in a bound folder with an index of submittal. 1.04 REGULATIONS: A. All work shall be done in strict accordance and compliance with State and Local Laws, together with regulations of the particular Utility Companies concerned. B. Obtain permits as required by the local authorities. 1.05 CLARIFICATION: A. The Engineer shall provide, with reasonable promptness, written responses to requests from the Contractor for clarification and interpretation of the requirements of the Contract Documents. However, if the Contractor's requests for information, clarification or interpretation are, in the Engineers professional opinion, for information readily apparent from reasonable observation of field conditions or a review of the Contract Documents, or are reasonably inferable therefrom, the Engineer shall be entitled to compensation from the Contractor for the Engineer's time spent responding to such requests. 1.06 DEFECTS: A. Contractors shall promptly report to the Engineer any defects or suspected defects in the contract documents of which the Contractor becomes aware, so that the Engineer may take measures to minimize the consequences of such a defect. Failure by the Contractor to notify the Engineer shall relieve the Engineer or Owner of the costs of remedying the defects above the sum such remedy would have cost had prompt notification been given when such defects were first discovered. 1.07 COMPLETION: A. If the Contractor asks for a final inspection and the project is not complete enough to prepare a normal punch list as determined by the Engineer, the Engineer shall be compensated for time and travel for subsequent site visits. 1.08 DRAWINGS: A. The drawings and the specifications are numbered consecutively. Each Contractor shall check these drawings and specifications thoroughly and shall notify the Engineer of any discrepancies or omissions of sheets or pages. Upon notification, the Engineer will promptly provide the Contractor with any missing portions of the drawings and/or specifications. No discrepancies or omissions of sheets or pages of the Contract Documents will relieve the Contractor of his duty to provide all work required by the complete Contract. B. The plans accompanying these specifications are intended to show the general arrangement and the extent of the work contemplated. The Contractor shall inspect the site before bidding to verify the actual conditions involved as no allowance will -be made for unforeseen conditions. The exact location and arrangement of all parts shall be determined after equipment has been approved by the Engineer and as I 15010 - 1 1' 1.11 COOPERATION: A. Each contractor shall cooperate with the General Contractor and all other contractors to properly coordinate their work, to avoid interference and delays, and arrange all parts of the work so as to �., harmonize in service and appearance with all other parts. 1.12 INTERFERENCES: A. The plans are generally diagrammatic and the Contractor must harmonize the work of the different trades so that interference between piping, equipment, architectural and structural work will be avoided. All necessary offsets in piping, fittings, etc., required to properly install the work must be kept as close as possible to walls, ceiling, columns, etc., so as to take up the minimum amount of space, and all offsets, fittings, etc., required to accomplish it must be furnished and installed by the contractor without additional cost to the Owner. B. Exact locations of mechanical and electrical outlets or equipment may be varied a reasonable amount by the Engineer before installation without additional cost to the Owner. C. All equipment and controls shall be so located and arranged that all parts will be available for proper maintenance. PART 2 - PRODUCTS 2.01 MATERIALS AND WORKMANSHIP: A. Materials shall be new unless otherwise specified and of the quality specified. Materials shall be free from any defects. Materials and equipment for which the Underwriters' Laboratories have established as standard, shall be listed by the Underwriters' Laboratories, Inc., and shall bear their label. B. Each Contractor shall be responsible for transportation of his materials to the job and shall be responsible for the storage and protection of same. This will be provided until final acceptance of the job. C. Each Contractor shall provide protection against weather, so as to maintain all materials and equipment free from injury and damage. All new work likely to be damaged shall be covered during the day and at the end of each day. D. Each Contractor will furnish all necessary scaffolding, tackle, tools, appurtenances and all labor required for the safe and expeditious execution of this contract. E. The workmanship shall be in all respects, the highest grade and all construction in accordance with the best practice of the trade. PART 3 - EXECUTION 3.01 VERIFICATION OF PLANS AND SPECIFICATIONS: A. It shall be the responsibility of all parties concerned to carefully examine the plans and specifications relating to this work for completeness, accuracy and clarity. Any conflict, errors or clarification requests shall be immediately brought to the attention of the Engineer for written interpretation or instructions. No claims for increased compensation for additions, changes or alterations will be considered unless written authority is granted by the Engineer. Otherwise, any additional materials and/or labor due to additions, alterations and changes necessary to meet existing conditions shall be furnished under this contract. 3.02 SOUND ISOLATION: A. To prevent sound transmission and vibration, all operating equipment shall be isolated from the building construction by means of mountings designed to obtain the highest efficiency of sound isolation. Isolator sizes and methods of installation shall be in accordance with recommendations of Chapter 47 of the 2003 ASHRAE Handbook "HVAC Applications." 3.03 HANGERS AND -SUPPORTS: A. The Contractor for the work covered by each section of these �.. specifications shall furnish and install all foundations and supports 15010 - 3 required by equipment included in his work. B. All piping, both vertical and horizontal, shall be supported at sufficient close intervals to keep its alignment, prevent sagging and to prevent pipe from being supported by equipment or equipment connections. C. Vertical pipes shall be supported from floor with riser clamps sized to fit the lines and adequately support their weight. Vertical copper tubing, 1-1/4" and smaller shall be supported at 3' intervals and at the base of pipe risers, where required for proper support. Hangers shall be manufactured by Kindorff, Unistrut, Elcen or equal. Where multiple pipes are indicated, they may be supported on a continuous hanger. All hangers must meet the Engineer's approval. Use of perforated straps will not be permitted. D. All horizontal pipes suspended with structure above shall be supported by hanger rods of the following size: 1. Pipes up to and including 2" 3/8" rods 2. 2-1/2" and 3" pipe 1/2" rods 3. 4" and 5" pipe 5/8" rods 4. 6" pipe 3/4" rods E. Where pipes are supported from overhead concrete construction, the hanger rods shall be provided as detailed on the plans. F. If pipes of different Contractors can be racked on the same supporting structure, each Contractor shall cooperate with the other trades involved to properly locate the supporting members and shall furnish a proportionate share of the labor and materials involved in the ( installation. 3.04 ESCUTCHEONS: A. Where exposed to view, pipes insulated or bare, passing through floors, walls, or ceilings, shall be filled with near, heavy spun or stamped steel escutcheons, firmly secured to the pipes. Escutcheons shall be of sufficient outside diameter to surround both the pipe and the sleeves. The sleeve shall have a nickel plated finish, fabricated in one piece and shall be firmly anchored in space. "Snap -on" type escutcheons will not be permitted. 3.05 PAINTING: A. No painting will be required under this section. 3.06 TESTING A. This contractor shall test all plumbing lines and equipment as described under "Testing" section of these specifications. 3.07 ELECTRICAL: A. Electric motors shall be of the speed, phase and voltage as specified and shall be of type recommended by motor manufacturer for type of service involved. B. The Contractor furnishing the motor shall install it. The Contractor shall furnish such motor controls and starting equipment as specified or as required. The erection and connection of all switches, starting and control equipment, and the wiring of same, shall be done as required. Conduits from controllers to motors shall be flexible for not over three feet (31) and shall be attached to the terminal housing of the motor. All flexible conduit to motor shall be waterproof type with neoprene jacket. C. Where automatic controls are called for in the Plumbing, Heating and Air Conditioning specifications, the control instruments, such as motorized damper motors, motorized valves, etc., shall be installed by the Contractor furnishing the controls, but all wiring necessary shall -t be done by the Electrical Contractor. The Contractor furnishing the controls shall furnish a control wiring diagram to the Electrical Contractor. D. Starters on air cooled condensing units shall be furnished by the equipment manufacturer. Starters for Heating and Ventilating units shall be furnished by the equipment manufacturer. The Refrigeration Contractor shall design, furnish, and install all other electrical :. panels and wiring starting at the end of designed main electrical feeders as shown on the drawings. 15010 - 4 3.08 FLASHING: A. Vent pipes shall be flashed and made watertight at the roof with Dektite flashings, or pitch pans as appropriate for the type roof involved. 3.09 PIPE SLEEVES: A. Each contractor shall provide sleeves for service lines passing through walls, roof or floors, subject to Engineer's approval and/or as shown on the Drawings. Pipes passing through interior wall sleeves shall be free to move through sleeve. Sleeves exposed to view shall be equipped with cast brass escutcheons. B. All sleeves installed in vertical position shall be constructed of standard weight galvanized steel pipe. All sleeves in horizontal position shall be constructed of standard weight steel or extra heavy cast iron pipe unless otherwise noted, welded to steel plate in vertical position as detailed on the drawings. Pipe sleeve diameter shall be a minimum of 2 diameters larger than the outside of pipe passing through same, and a minimum of 1" larger than pipe plus insulation. Insulation shall pass through sleeves. C. Where pipe extends through exterior walls below grade, oversize pipe sleeves, 2 diameters larger,made of standard weight steel pipe shall be used, and the annular space between service pipe and sleeves shall be filled with picked oakum and cement, or lead where required, to make a waterproof joint. D. All sleeves shall be installed flush with finished surfaces and/or as detailed on the Drawings. Copper pipes passing through steel pipe sleeves shall be installed with rubber insulation between pipe and sleeves Isolator insulation shall be similar to Johns -Manville Aeratube. E. Where any pipe passes through fire walls, smoke walls, and concrete slabs between floors, the Contractor shall furnish and install fire seals, U.L. listed, type LS, link -seal, as manufactured by Thunderline Corp., or approved equal. Fire and smoke seals shall be installed in steel pipe sleeve of correct size for pipe and insulation. 3.10 LABELS: A. Heating and air conditioning units shall have a permanent metal tag or laminated plastic (min. thickness .093 inch) attached by riveting to identify as shown on the drawings. Letters on tag shall be 1/4" to 3/8" in height. 3.11 EQUAL MATERIAL CONSIDERATION: A. Approval of equipment other than that specified does not relieve the Contractor from the responsibility of modifying the equipment if necessary to meet Structural, Architectural, Electrical, or Mechanical conditions as detailed and specified on the drawings. 3.12 INSTRUCTION MANUALS: A. Furnish four (4) complete bound copies of Instruction Manuals on all operating equipment to Owner. Manuals: complete with repair instructions, replacement parts list, and complete operating instructions and wiring diagrams. 3.13 TESTS AND ADJUSTMENTS: A. After completion of the work but before final payment is made, the Contractor shall run test over a sufficient period of time to prove the proper capacity and performance of apparatus, etc., and of system as a whole to the approval of the Engineer. See Testing section of the Specifications. 3.14 GUARANTEE: A. This Contractor shall guarantee the workmanship and material against defects for a period of one (1) year from the date of acceptance, unless specified otherwise in other sections of this specification. End of Section 15010 - 5 I ' SECTION 15020 - TESTING PART 1 - GENERAL 1.01 DESCRIPTION: A. Provide specified testing and testing as required by governing authorities. 1.02 RELATED DOCUMENTS: A. Refer to other applicable clauses and regulations for other requirements. PART 2 - PRODUCTS 2.01 SUBMITTAL: A. All submittal required by this section shall be submitted in accordance with Section 15010. ' B. Submit a certificate signed by the job superintendent certifying that s all tests have been satisfactorily completed. IJ 1 PART 3 - EXECUTION 3.01 MECHANICAL SYSTEMS: A. All testing required under the contract of the plumbing contractor or heating and ventilating and air conditioning contractor shall be approved by the Engineer before acceptance. Soil or waste piping located underground shall be tested before backfilling. Provide the necessary valves for cutting off existing work not to be tested. B. The contractor shall perform the various tests as specified and as required by State and Local Authorities. The Contractor shall furnish all fuel and materials necessary for making tests. C. Any leaks or defective material found shall be repaired and replaced, and tests shall be repeated until no further leaks or defects are indicated. End of Section 15020 - 1 SECTION 15060 - PIPING PART 1 - GENERAL 1.01 DESCRIPTION: A. This contract shall include the furnishing and installation of all d' labor and material necessary to complete all plumbing fittings as shown on the drawings and as herein specified. 1.02 RELATED DOCUMENTS: A. Refer to other applicable clauses and regulations for other requirements. 1.03 SUBMITTAL: A. All submittal required by this section shall be submitted in accordance with Section 15010. B. Submit manufacturer's data for approval on all materials to be furnished as part of this project. PART 2 - PRODUCTS 2.01 PIPING GENERALLY: A. Type of piping for the various systems shall be as specified under specific headings. B. Pipe ends shall be square cut. Ends of pipes shall be reamed and shall be wiped clean to remove cuttings. Before installation, pipe shall be stood on end and rapped sharply to remove cuttings and other foreign material from interior. Pipe shall be thoroughly cleaned inside and outside. C. Screwed joints shall be made with best linseed oil and graphite or "Jointite" used on male threads only. Omit compound on two (2) end starting threads. D. Pipe shall be accurately cut to fit. Bending or springing of pipe will not be permitted. E. The various service pipes, valves, fittings, etc., running parallel with each other and near together shall be in line with each other and shall be kept a sufficient distance from each other and other work, to permit not less than 1/2" between finished coverings on the different services. F. No unions are to be placed in any pipe in a location which will be inaccessible after completion of the building unless so shown on drawings or specified. Unions must be installed on each side of all special valves, regulators, etc., and one (1) side of all check valves, thermostatic traps, and at all pieces of equipment such as pumps, condensers, tanks, etc., so that such equipment may be readily disconnected. G. Each Contractor shall furnish all foundations, structural or pipe supports indicated or called for specifically, or that maybe required to support his particular equipment and material, unless hangers are definitely indicated as being furnished by others. All horizontal runs of piping shall be securely supported by pipe hangers spaced not more than 10' apart, and closer when necessary to prevent sagging. Soil pipe shall be supported every 51. H. Perforated strap hangers will not be allowed for any part of hangers. I. Swing joints, offsets, and anchors shall be provided in piping where required to provide for and control expansion or contraction of pipe. J. All piping, except waste piping, shall be installed above finished first floor slab, unless otherwise noted on the drawings. 2.02 EQUAL MATERIALS CONSIDERATION: A. Approval of equipment other than that specified does not relieve the Contractor from the responsibility of modifying the equipment if necessary to meet Structural, Architectural, Electrical, or Mechanical L conditions as detailed and specified on the drawings. 2.03 MATERIALS: A. Locations for various kinds of pipe materials shall be in accordance with the schedule following: L; 15060 - 1 1. Standard weight black steel pipe, Schedule 40, with screwed malleable fittings: a. Gas piping above grade. 2. Polyethelene plastic pipe. a. Gas piping below grade to within 3' of the building. PART 3 - EXECUTION 3.01 UNDERGROUND PIPING: A. Underground piping shall be a minimum of 24" below finish and/or natural grades. 3.03 GAS PIPING: A. Gas piping shall be installed parallel with the building and water piping. In finished rooms, piping shall be run concealed in a vented space. Gas piping shall be run under floor slabs, only as specifically noted, and then shall be in Orangeburg or PVC airtight vented sleeves with metal fitting in an approved manner. B. Joints for steel pipe shall be made with graphite and oil or an approved graphite compound applied to the male thread only. After cutting and before threading, all pipe shall be reamed and shall have burrs removed. Threads shall be full cut, and not more than three (3) threads on the pipe shall remain exposed. Caulking of threaded joints to stop or prevent leaks will not be permitted. Joints for polyethylene pipe shall be made with heat fusion couplings as recommended by the manufacturer. C. Underground piping shall be a minimum of 30" below finish and/or natural grade. A 16 ga, copper tracer wire shall be buried with all nonmetallic piping and stubbed out at each end. D. Make final connection to all items of equipment, as shown and required, using unions and shut-off valves in each location. 3.03 PIPE HANGERS AND FIXTURE SUPPORTS: A. Pipe hangers and fixture supports shall be furnished and set, and the Contractor shall be responsible for their proper and permanent locations. B. Fixtures and equipment shall be supported and fastened in a satisfactory manner. Where secured to concrete or brickwork walls, they shall be fastened with brass expansion bolts. Expansion bolts shall be 1/4" brass bolts with 20 threads to the inch and of sufficient length to extend at least 3" into solid concrete or brickwork, fitted with loose tubing or sleeves or proper length to bring expansion sleeves in the solid concrete or brick wall. Where secured to tile walls or partitions, they shall be fastened with 1/411 brass toggle or through bolts. Where through bolts are used, they shall be provided with plates or washers at back, set so that heads, nuts, and washers will be concealed by plaster. Bolts and nuts shall be hexagon, and exposed bolts, nuts, and screw heads shall be provided with chromium plated brass washers. End of Section 15060 - 2 .i SECTION 15650 - AIR CONDITIONING PART 1 - GENERAL 1.01 DESCRIPTION: A. Contractor shall furnish and install where shown on the drawings, complete heating system as shown on the drawings and as herein specified. 1.02 RELATED DOCUMENTS: A. Refer to other applicable clauses and regulations for other requirements. 1.03 SUBMITTAL: A. All submittal required by this section shall be submitted in accordance with Section 15010. B. Submit manufacturer's data for approval on all materials to be furnished as part of this project. PART 2 - PRODUCTS 2.01 TUBE HEATERS: A. Gas -fired tube heaters shall be furnished and installed in accordance with governing codes and as shown per building drawings as described below. B. Heaters shall be SPACE -RAY LTU series tube heaters as manufactured by Gas -Fired Products, Inc., or approved equal. Heaters shall be equipped with a 24 volt direct spark ignition with automatic 100o shutoff system. Power supplied to each heater shall be 120 VAC, 60 Hz. The heater controls shall include a pressure switch designed to provide complete unit shutoff in the event of combustion air or flue blockage. The heaters shall be equipped with an on-line diagnosis monitoring light system. The three lights shall monitor the power to the heater, insufficient air flow, and the spark ignition and the combination gas valve operation. C. The heater's burner shall consist of a heavy-duty cast iron atmospheric burner. The flame characteristics shall be highly luminous for maximum radiant heat transfer through the emitter tube wall. D. The heater's emitter tube shall operate at an average surface temperature of 750OF and shall be made of 16-gauge, aluminized steel for long life. The emitter tube shall be calorized for longevity, corrosion resistance, and high radiant efficiency. The measured surface emissivity shall be .83 - .86 at operating temperature. The calorization process shall produce an emitter tube that is highly radiant absorptive on the interior and highly radiant emissive on the exterior. E. To assure a high degree of safety and increased radiant efficiency, the heaters shall operate under negative pressure at all times during operation to preclude the escape of combustion gases inside the building. The heater exhaust assembly shall include a 115-volt draft inducer. The draft inducer shall be equipped with a permanently lubricated, totally enclosed and shielded, fan cooled, and heavy duty ball bearing motor. The motor shall not require maintenance or lubrication for the life of the unit. The draft inducer assembly shall be capable of rotating 900 for vertical or horizontal venting. F. The heaters will be A.G.A. and C.G.A. design certified for vertical or horizontal venting, maximum 75 feet horizontal sidewall venting, and for 50 feet outside combustion inlet duct. There shall be no draft hoods. The combustion chamber shall be totally enclosed. G. The heaters shall utilize factory assembled, highly efficient aluminum reflectors with a reflectivity of 97.50. The reflector ends shall be enclosed for maximum radiant heat output and minimum convection losses. The tube body and U-bend shall be totally enclosed with reflectors to maximize emitter temperature. The single reflector design shall cover the firing and exhaust legs as well as the U-bend. H. The heaters shall be factory assembled and tested. The heaters shall not require any field wiring or adjustments to assure maximum performance and safety. 15650 - 1 I. Heaters shall operate satisfactorily in any position from horizontal to forty-five degrees (45°) from horizontal, and shall be suitable for vented/indirect vented applications. Heaters shall be designed to operate on natural gas. J. Heaters shall be design certified by the American Gas Association and the Canadian Gas Association. The manufacturer shall provide a written limited warranty covering the heavy one-piece cast iron burner for a period of ten (10) years, the emitter tube for a period of five (5) years, and all components utilized in the heater's control assembly for a period of one (1) year. K. Each unit shall be controlled by a wall -mounted thermostat as shown on the drawings. 2.02 WARRANTIES: A. All heating equipment shall have a full nonprorated one year factory warranty on all parts. An extended four year parts warranty on compressors. PART 3 - EXECUTION 3.01 SOUND ISOLATION: A. To prevent sound transmission and vibration, all operating equipment shall be isolated from the building construction by means of mountings designed to obtain the highest efficiency of sound isolation. Isolator sizes and methods of installation shall be in accordance with the recommendations of Chapter 47 of the 2003 ASHRAE Handbook "HVAC Applications." End of Section 15650 - 2 SECTION 15804 - VENTILATING PART 1 - GENERAL 1.01 DESCRIPTION: A. The work covered by this section of the specifications shall include the furnishing of all labor and materials as required for the installation of a complete ventilating system and its related work. 1.02 RELATED DOCUMENTS: A. Refer to other applicable clauses and regulations for other requirements. 1.03 SUBMITTAL: A. All submittal required by this section shall be submitted in accordance with Section 15010. B. Submit manufacturer's data for approval on all materials to be furnished as part of this project. PART 2 - PRODUCTS 2.01 EXHAUST SYSTEM: A. Furnish and install an exhaust system all as shown on the drawings. B. Provide exhaust ducts, properly flashed and waterproofed as shown. C. All exhaust fans shall be Loren Cook, Penn, or ILG, of size and capacity as shown on the drawings. All units shall be equipped with a backdraft damper, and all exhaust ducts shall extend to the outside, properly flashed and waterproofed. PART 3 - EXECUTION 3.01 INSTALLATION: A. The exhaust systems shall be installed complete with all ductwork, fans and controls as shown on the drawings. End of Section 15804 - 1 SECTION 16010 - GENERAL ELECTRICAL PROVISIONS PART 1 - GENERAL 1.01 SCOPE: A. Refer to other applicable clauses and regulations for other requirements. B. Furnish all labor, materials, service, equipment and appliances required to complete the installation of the complete electrical system in accordance with the specifications and contract drawings. C. Contractor shall review all other disciplines and contract drawings for additional requirements for temperature controls, motor controls, damper actuators, equipment furnished by Owner or others and shall provide wiring and installation as required. D. Electrical Division Index: 16010 - General Electrical Provisions 16110 - Raceways 16120 - Conductors 16130 - Boxes and Fittings 16134 - Panelboards 16140 - Wiring Devices 16170 - Switches and Fuses 16450 - Grounding 16500 - Lighting 1.02 WORK INCLUDED: A. This Contractor shall furnish all labor and materials necessary to complete all electrical and related work as shown on the drawings and/or herein specified as follows: 1. Installation of secondary services as shown on the drawings. 2. From starting point install and connect all panelboards, meters, power outlets, convenience outlets, switches, lighting fixtures, and controls. 3. Conduits, junction boxes, wall outlets for telephone and data system. 4. Conduits, pull wires, junction for Owner furnished equipment. 1.03 REQUIREMENTS OF REGULATOR AGENCIES AND STANDARDS: A. Regulatory Agencies: Installations, materials, equipment and workmanship shall conform to the applicable provisions of the National Electrical Code (NEC), the National Electrical Safety Code (NESC), and the terms and conditions of the electrical utility and other authorities having lawful jurisdiction pertaining to the work required. All modifications required by these codes, rules, regulations and authorities shall be made by the Contractor without additional charge to the Owner. B. Underwriters' Laboratories (UL): All materials, appliances, equipment or devices shall conform to the applicable standards of Underwriters' Laboratories, Inc. The label of, or listing by, UL is required. C. Standards: Where referenced in these specifications or on the drawings, the publications and standards of the following organizations shall apply: American Society of Testing and Materials (ASTM), Institute of Electrical and Electronic Engineers (IEEE), Insulated Power Cable Engineers Association (IPCEA), National Electrical Manufacturers Association (NEMA), National Fire Protection Association (NFPA) . 1.04 SUBMITTALS: A. Material List: As soon as possible after contract award and before material is ordered, the Contractor shall submit for approval a list of all proposed material and equipment, indicating manufacturer's name and general description. B. Shop Drawings: The Contractor shall submit a minimum of six (6) copies of all shop drawings to the Engineer after the material list has been approved and prior to ordering. Show complete outlines, dimensions, electrical services, control diagrams, electrical characteristics of special nature or critical to the installation, and pertinent data 16010 - 1 required for installation. Indicate in the transmittal that submittal f has been reviewed and accepted and all contract deviations identified. In addition to, but not limited to, specific references or requests, submit shop drawings for the following applicable items: Switchboards, Panelboards, Lighting Fixtures, Transformers, Alarm Systems, Primary Cable, Emergency Battery Units, Fire Alarm. 1.05 CLARIFICATION: A. The Engineer shall provide, with reasonable promptness, written responses to requests from the Contractor for clarification and interpretation of the requirements of the Contract Documents. However, if the Contractor's requests for information, clarification or interpretation are, in the Engineers professional opinion, for information readily apparent from reasonable observation of field conditions or a review of the Contract Documents, or are reasonably inferable therefrom, the Engineer shall be entitled to compensation from the Contractor for the Engineer's time spent responding to such requests. 1.06 DEFECTS: A. Contractors shall promptly report to the Engineer any defects or suspected defects in the contract documents of which the Contractor becomes aware, so that the Engineer may take measures to minimize the consequences of such a defect. Failure by the Contractor to notify the Engineer shall relieve the Engineer or Owner of the costs of remedying the defects above the sum such remedy would have cost had prompt notification been given when such defects were first discovered. 1.07 COMPLETION: A. If the Contractor asks for a final inspection and the project is not complete enough to prepare a normal punch list as determined by the Engineer, the Engineer shall be compensated for time and travel for subsequent site visits. PART 2 - PRODUCTS 2.01 EQUIPMENT REQUIREMENTS: A. The electrical requirements for equipment specified or indicated on the drawings are based on information available at the time of design. If equipment furnished for installation has electrical requirements other than indicated on the electrical drawings, the Contractor shall make all adjustments to wire and conduit size, controls, overcurrent protection and installation as required to accommodate the equipment supplied, without additional charge to the Owner. The complete responsibility and costs for such adjustments shall be assigned to the respective section of this specification under which the equipment is furnished. 2.02 MATERIALS A. All similar materials and equipment shall be the product of the same manufacturer. B. Where no specific material, apparatus, or appliance is mentioned, any first-class product made by a reputable manufacturer may be used, providing it conforms to the contract requirements and meets the approval of the Engineer. C. Materials and equipment shall be the standard products of manufacturers regularly engaged in the production of such material and shall be the manufacturer's current and standard design. D. Equipment affected by altitude shall perform satisfactorily the function intended at an altitude of the project site. E. Materials and Equipment shall conform to the respective publications and other requirements specified below. Other materials and equipment shall be as specified elsewhere herein and as shown on the drawings, and shall be the products of manufacturers regularly engaged in the manufacture of such products. 16010 - 2 PART 3 - EXECUTION 3.01 VERIFICATION OF PLANS AND SPECIFICATIONS: A. It shall be the responsibility of all parties concerned to carefully examine the plans and specifications relating to this work for completeness, accuracy and clarity. Any conflict, errors or clarification requests shall be immediately brought to the attention of the Engineer for written interpretation or instructions. No claims for increased compensation for additions, changes or alterations will be considered unless written authority is granted by the Engineer. Otherwise, any additional materials and/or labor due to additions, alterations and changes necessary to meet existing conditions shall be furnished under this contract. 3.02 GENERAL: A. Fabrication, erection and installation of the complete electrical system shall be done in a first class workmanlike manner by qualified personnel experienced in such work and shall proceed in an orderly manner so as not to hold up the progress of the project. The Electrical Contractor shall check all areas and surfaces where electrical equipment or material is to be installed, removed or relocated and report any unsatisfactory conditions before starting work. Commencement of work signifies this Contractor's acceptance of existing conditions. 3.03 TEMPORARY POWER AND LIGHTING: A. Furnish and install all temporary electrical facilities required for construction and safety operations. No part of the permanent electrical systems or the existing electrical system may be used for temporary service unless approved by the Engineer. 3.04 PERFORMANCE TESTS: A. Thoroughly test all fixtures, services, and all circuits for proper operating condition and freedom from grounds and short circuits before acceptance is requested. All equipment, appliances, and devices shall be operated under load conditions. B. After the interior -wiring system installation is complete and at such time as the Engineer may direct, conduct operating tests for approval. When requested, test all the wire, cable, devices, and equipment after installation, to assure that all material continues to possess all the original characteristics as required by governing codes and standards listed in these specifications. C. Prior to acceptance or beneficial occupancy, establish nominal building power loads and record voltage readings at all panelboards. Based on these readings make final adjustments of tap changers on all transformers in the building electrical system to comply with specifications and equipment installed. D. Perform such other tests as required by other sections of these specifications or as requested to prove acceptability. E. Furnish all instruments and labor for testing. The Exchange will furnish the necessary electric power. 3.05 OPERATING INSTRUCTIONS AND MANUALS: A. Instructions: Without additional charge to the Owner, furnish competent instruction to the Engineer in the care, adjustment and operation of all parts of the electrical equipment and systems. B. Manuals: Upon completion of the work, prepare and deliver to the Engineer two (2) sets of complete operating and maintenance manuals for the systems and major equipment installed. Include catalog data, shop drawings, wiring diagrams, performance curves and rating data, spare parts lists, and manufacturer's operating and maintenance data. C. Other: The above requirements are in addition to specific instructions and manuals specified for individual systems or equipment. 3.06 IDENTIFICATION AND SIGNS: A. Mark each individual motor controller, disconnect switch, transformer, and remote control device to identify each item with its respective service. Marking may be stencilled on the enclosure or adjacent 16010 - 3 surface in utility areas. Provide nameplates in finished area. B. Provide nameplates with engraved lettering not less than 3/8 inch high where specified or noted. In general, use white core laminated plastic, attached with screws. Embossed plastic adhesive tape is not acceptable. Flush mounted devices may have identification engraved in the device plate. C. Identify panelboards, motor control centers, switchboards, and cabinets by nameplates with descriptions indicated on the drawings together with indication of location of the feeder overcurrent protection. Install on inside of hinged doors of panelboards and cabinets. 3.07 EXCAVATION AND BACKFILLING: A. Perform excavation, backfilling and repaving required for work under this Division in accordance with DIVISION 2, SITE WORK. In general, backfill and tamp with compaction at least equal to that of the surrounding area. 3.08 RECORD DRAWINGS: A. Provide record drawings showing the "as -built" condition of all electrical work. Information shall include but not be limited to indicating: 1. All floor outlets. 2. Underfloor duct and all connections to duct system. 3. All conduit runs including size installed. 4. All stub -up locations of conduits in floor routed up columns or walls. 5. Locations and sizes of all junction and pull boxes. B. This drawing shall be a mylar sepia of the power plans. 3.09 WORKMANSHIP: A. All work shall be executed in a workmanlike manner and shall present a neat and mechanical appearance upon completion. All mechanics shall be capable experienced electricians. B. Panels and cutout boxes shall be properly supported from the building construction. Boxes shall be set plumb and at height best suited for adequate operation. Wiring troughs and barriers shall be as required by the National Electric Code as amended to date. C. Symbols on drawings are approximately correct, but care shall be taken that all fixture outlets are symmetrical on spaces, ceiling panels, bays or rooms, and all switch outlets are on the strike side of doors. D. Outlets may be varied slightly in location either horizontally or vertically by the Owner before installation. Outlets for special equipment shall be located and verified on the job before final rough -in is made. E. Unless otherwise noted on the plans or directed, locate outlet boxes as follows: (Dimensions are from bottom of box to floor.) Switches ----------------------- 4'-0" Convenience Outlets ------------ 1'-411 or as noted Telephone Outlets -------------- 1'-4" or as noted Thermostats -------------------- 4'-6" or as noted Panelboards-------------------- 6'-011 from top of floor Power Outlets ------------------ 1'-411 or as noted Fire Alarm Pull Stations ------- 48" Fire Alarm Audio/Visual Alarm -- 80" F. All work shall be concealed, and panels, boxes, etc., shall be flush type, unless otherwise noted on the drawings. All conduits and wiring shall be run from overhead unless otherwise noted. If walls do not extend to ceilings, run conduit in slabs. Conduit in shop areas may be run exposed, threaded thru roof joist. G. All flush outlet boxes shall be set so that edge of cover comes flush with finished surface. Outlet boxes shall be of a suitable size and construction to serve the purpose properly. H. There shall be no more knockouts opened in any outlet box than are actually required. I. Outlet boxes shall be provided in all cases with proper supports for fixtures. 16010 - 4 J. All wires shall be polarized. No joints or taps in feeders will be permitted under any condition. K. Joints in branch circuits shall occur only where such circuits divide, and shall then consist of one (1) through circuit, to which shall be spliced the branch from this circuit. „1 L. Wire and cable connectors shall be solderless, mechanical type. Connectors for conductors #8 AWG and smaller shall be Buchanan Electrical Products copper squeeze -on type with molded rubber or vinyl cap, Minnesota Mining and Manufacturing Co. Scotchlock, or Ideal Industries Super -Nut spring connector with molded vinyl cap. M. Conduits shall be of such size and shall be so installed that the required conductors may be drawn in without injury or excessive stain. Powdered soapstone only may be used as a lubricant where necessary. Sizes of conduits shall be in accordance with National Code tables. Flexible metal conduit may be used for final connections to motors, etc., but shall not be over 48" in total length from outlet box to motor. Waterproof flexible conduit may be used in exterior locations. Connectors for conductors larger than #8 AWG shall be mechanical bolted type, insulated with clamp -on molded covers or vinyl plastic tape. The manufacturer shall be O.Z. Electrical Manufacturing Co., or Burndy Engineering Company. Flexible conduit smaller than 1/2" diameter shall j not be permitted to be used. N. Where conduits enter boxes they shall be secured in place by galvanized locknuts and bushings. Conduit ends shall be carefully plugged during construction. 0. Conduits, except those which are vertical for their entire length, and except conduits connecting ceiling outlets together, shall have a drag - consisting of a number of tight fitting rubber washers drawn through before wires are pulled in. End of Section 16010 - 5 ., SECTION 16110 - RACEWAYS PART 1 - GENERAL 1.01 REQUIREMENTS: A. Refer to other applicable clauses and regulations for other requirements. 1.02 RELATED WORK IN OTHER SECTIONS: A. General Electrical Provisions - Section 16010 PART 2 - PRODUCTS 2.01 CONDUITS: A. Rigid Steel Conduit: Rigid, threaded, thick -wall, zinc -coated on the outside and either zinc -coated or coated with an approved corrosion -resistant coating on the inside. B. Intermediate Metal Conduit (IMC): Rigid, threaded, lightweight steel zinc -coated on the outside and either zinc -coated or coated with an approved corrosion- resistant coating on the inside. C. Electrical Metallic Tubing (EMT): Mild steel, zinc -coated on the outside and either zinc -coated or coated with an approved corrosion -resistant coating on the inside. D. Flexible Conduit: Commercial Greenfield, galvanized steel, with a separate grounding bond wire installed in the conduit in addition to other wires. No flexible conduit shall be installed over 2' in length. E. Liquid -Tight Flexible Conduit: Flexible galvanized steel tubing with extruded liquid -tight PVC outer jacket and a continuous copper bonding conductor wound spirally between the convolutions. Where a separate grounding conductor is installed in the conduit, bonding conductor in the conductor in the convolutions may be omitted. F. Conduit Size: Minimum conduit size 1/2 inch except where specifically approved for equipment connections. Sizes shall be as noted on the drawings and where not noted sizes shall be as required by the NEC. 2.02 CONDUIT FITTINGS: A. Rigid Steel Conduit, IMC, and EMT Fittings: Iron or steel only. Cast fittings will not be allowed. B. Flexible Conduit Fittings (Commercial Greenfield): Either steel or malleable iron only, with insulated throats, and shall be of one of the following types: 1. Wedge and screw type with angular wedge fitting between the convolutions of the conduit. 2. Squeeze or clamp type with bearing surface contoured to wrap around the conduit and clamped by one or more screws. 3. Steel, multiple point type, for threading into internal wall of the conduit convolutions. C. Liquid -Tight Flexible Conduit Fittings: With threaded grounding cone, a steel, nylon or equal plastic compression ring, and a gland for tightening. Gland shall be either steel or malleable iron only with insulated throats and male thread and locknut or male bushing with or without 110" ring seal. Each connector shall provide a low resistance ground connection between the flexible conduit and the outlet box, conduit or other equipment to which it is connected. D. Connectors and Couplings: Compression type threadless fittings for rigid steel conduit or IMC permitted. Set screw type fittings for rigid aluminum conduit not permitted. Steel set screw connectors and couplings permitted for special conditions when approved. EMT couplings and connectors either steel or malleable iron only, "Concrete -tight" or "Rain -tight", and either the gland and ring compression type or the stainless steel multiple point locking type. Connectors to have insulated throats. EMT fittings using set screws or indentations of a means of attachment not permitted. E. Bushings: Insulated type, designed to prevent abrasion of wires without impairing the continuity of the conduit grounding system, for rigid steel conduit, IMC, and rigid aluminum conduit larger than 1/2 inch size. 16110 - 1 F. Expansion Fittings: Each conduit that is buried in or rigidly secured to the building construction on opposite sides of a building expansion joint and each long run of exposed conduit that may be subject to excessive stresses shall be provided with an expansion fitting. Expansion fittings shall be hot -dipped galvanized malleable iron with factory installed packing and a grounding ring. G. Sealing Fittings: Threaded, zinc or cadmium coated, cast or malleable iron type for steel conduits and threaded cast aluminum type for aluminum conduits. Fittings used to prevent passage of water vapor shall be of the continuous drain type. : PART 3 - EXECUTION 3.01 CONDUIT INSTALLATION: A. Conduit Systems: Rigid steel conduit, IMC, or EMT unless otherwise specified. Aluminum conduit is not permitted. B. EMT: Not permitted underground nor embedded in concrete. C. Flexible Conduits: Use flexible conduit for lights, motor or equipment connections and then only to the extent of minimum lengths required for connections. Install flexible conduit connections at all resilient -mounted equipment. Provide liquid -tight flexible conduit in exterior, wet or damp locations and for connections to wet -pipe mechanical systems. All flexible conduit in kitchen, food preparation, walk-ins, and dishwashing locations shall be liquid -tight. D. Conduit in Concrete: Rigid steel conduit, or rigid non-metallic conduit may be embedded in concrete providing the outside diameter does not exceed one-third the thickness of the concrete slab, wall, or beam, is located entirely within the center third of the member, and lateral spacing of conduits is not less than three diameters. E. Steel Conduit in Ground: Rigid steel conduit, that is not completely encased in concrete but is in contact with ground or on a vapor barrier, shall be wrapped in Scotchap 51 half -lapped, or shall have an additional outside factory coating of polyvinyl chloride with a minimum V coat thickness of 20 mils. Other PVC of Phenolic resin -epoxy coating material which is equally flexible and chemically resistant maybe used providing approval by the Engineer is obtained prior to installation. F. Exposed Conduits: Install exposed conduit systems parallel to or at right angles to the lines of the building. Right angle bends in exposed runs shall be made with standard elbows, screw jointed conduit fittings or conduit bent to radii not less than those of standard elbows. G. Concealed Conduits: Install conduit systems concealed where possible unless otherwise noted. Conduit systems may be exposed in unfinished utility areas, ceiling cavities, and where specifically approved by the Engineer. Install concealed conduit systems in as direct lines as possible. H. Exterior Underground Conduit: Galvanized rigid steel conduit, wrapped g-- as above, shall be used for all circuits outside the building slab. Conduit shall be buried a minimum of 2'-6" below finished grade. Concrete encased PVC conduit may be used for all conductors except the service entrance secondary. I. Conduit Bends: In any conduit or EMT run the number of quarter bends or equivalent between terminations at cabinets or boxes shall not exceed four (4) bends for conduits up to 1-1/4 inch, three (3) bends for 1-1/2 to 2-1/2 inch conduits, and two (2) bends for 3- to 4-inch conduits. Conduits run between cabinets or boxes shall not exceed 100 feet for straight runs nor 100 feet for runs with maximum number of bends. Bends in telephone feeder conduits shall be long -radius. J. Conduit Openings: Protect all vertical runs of conduits or EMT terminating in the bottoms of boxes or cabinets, etc., from the entrance of foreign material prior to installation of conductors. K. Sealing Fittings: Install where required by the NEC, where conduits pass from warm to cold locations, and where otherwise indicated. L. Sleeves for Conduit: Install sleeves for conduit where shown or as required. Conduit sleeves not used shall be plugged with recessed type plugs. Sleeve all conduit passing through walls. Sleeves that are used shall be caulked tight with lead yarn. 16110 - 2 3.02 CONDUIT SUPPORTS: A. Supports: Provide supports for horizontal steel conduits and EMT as required by the National Electrical Code, including runs above suspended ceilings. In suspended ceiling construction, only lighting system branch circuit raceways shall be fastened to the ceiling supports. No supports shall be permitted from metal roof decks. B. Straps: Install one -hole pipe straps on conduits 1-1/2 inch or smaller. Install individual pipe hangers for conduits larger than 1-1/2 inch. Spring steel fasteners with hanger rods may be used in dry locations in lieu of pipe straps. C. Trapezes: Install multiple (trapeze) pipe hangers where two or more horizontal conduits or EMT run parallel and at the same elevation. Secure each conduit or EMT to the horizontal hanger member by a U- bolt, one -hole strap or other specially designed and approved fastener. D. Hanger Rods: Install 3/16 inch diameter or larger steel rods for trapezes, spring steel fasteners, clips and clamps. Wire or perforated strapping shall not be used for the support of any conduit, EMT or light fixtures in open ceiling areas. E. Fastening: Fasten pipe straps and hanger rods to concrete by means of inserts or expansion bolts, to brickwork by means of expansion bolts, and to hollow masonry by means of toggle bolts. Wooden plugs and shields shall not be used. Power -driven fasteners may be used to 6 attach pipe straps and hanger rods to concrete where approved by the Engineer. F. All conduits not embedded in concrete shall be firmly secured by means of pipe clamps, hangers, etc., equal to Caddy Fasteners of ERICO Products, Inc. Wire wrapped around conduits and supporting members will not be acceptable. 3.03 IDENTIFICATION: A. Contractor shall furnish as -built drawings showing routing and/or terminations of all conduit and boxes run into floor and from underfloor into wall or above ceiling terminations. i 3.04 CLOSING OF OPENINGS: A. Wherever slots, sleeves or other openings are provided in floors or walls for the passage of conduits or other forms of raceway, including bus ducts, such openings, if unused, or the spaces left in such openings, shall be filled or closed in a manner approved by the Engineer. 11 11 End of Section 16110 - 3 shall have provisions to accommodate a ten wire telephone terminal block. Gaskets shall be used to insure proper installation. PART 3 - EXECUTION 3.01 OUTLET BOXES: A. Installation: Unless otherwise specified or shown on the drawings, outlet boxes shall be flush mounted and the front edges of the boxes or plaster covers shall be flush with the finished wall or ceiling line, or, if installed in walls and ceilings of incombustible construction, not more than 1/4 inch back of same. Mount boxes with the long axes of devices vertical, unless otherwise specified. Boxes in plastered walls and ceilings shall be provided with plaster covers. A multiple of box extensions and/or covers will not be permitted. Y'! Install in a rigid and satisfactory manner with suitable metal bar hangers, box cleats, adjustable box hangers, etc. Use wood screws on wood, expansion shields on masonry and machine screws on steel work. B. Mounting Heights: The mounting height of a wall -mounted outlet box shall be construed to mean the height from the finished floor to the horizontal center line of the cover plate. On exposed tile, block, or brick construction mount outlet boxes at the nearest bed joint in the mounting height indicated. Verify with Engineer. C. Wall -Mounted Switch, Receptacle and Signal Outlets: On columns, pilasters, etc. , mount so the centers of the columns are clear for future installation of partitions. Install outlet boxes near doors or windows close to the trim. Install outlet boxes near the doors on the lock sides as shown on architectural drawings, unless other locations are approved by the Engineer. 3.02 PULL BOXES: A. Provide additional pull boxes wherever necessary to meet requirements for maximum lengths of conduit runs and maximum numbers of bends as specified under Conduit and Fittings. 3.03 FLOOR BOXES: A. Install level with top covers adjusted flush with finished floor or floor tile. 3.04 FIXTURE CONNECTIONS: A. Recessed or surface light fixtures in lay -in or accessible ceilings shall be connected with minimum 1/2 inch flexible metallic conduit, 4 to 6 feet long, with grounding provided. Flexible conduit shall not be used as the ground. 3.05 IDENTIFICATION: A. Identify all exposed junction and pull boxes according to the system and voltage carried by means of painted -on stencils or labels, with legible letters and contrasting colors and without abbreviations. In general, use yellow color. End of Section 16130 - 2 SECTION 16134 - PANELBOARDS PART 1 -'GENERAL 1.01 REQUIREMENTS: A. Refer to other requirements. applicable clauses and regulations for other 1.02 RELATED WORK IN OTHER SECTIONS: A. General Electrical Provisions - Section 16010 1.03 SUBMITTALS: A. Submit complete shop drawings with outline dimensions, descriptive literature, and complete description of the frame size, trip setting, class, and interrupting rating of all overcurrent devices. Identify available spaces. PART 2 - PRODUCTS 2.01 GENERAL: A. The Contractor shall furnish and install at locations as shown on the drawings approved panelboards of a type indicated and specified herein. B. Panels identified on the drawings for use as service equipment shall be so labeled. C. Panelboards shall comply with the applicable sections of UL, NEC and NEMA and shall be as manufactured by Westinghouse Electric Corporation. 2.02 INTERIORS: A. Interiors shall be completely factory assembled with bolt -on devices. They shall be designed such that switching and protective devices can be replaced without disturbing adjacent units and without removing the main bus connectors. B. Unless otherwise noted, full size insulated neutral bars shall be included. Bus bar taps for panels with single pole branches shall be arranged for sequence phasing of the branch circuit devices. Neutral busing shall have a suitable lug for each outgoing feeder requiring a neutral connection. C. Main bus bars shall be plated aluminum or copper sized in accordance with UL standards to limit temperature rise on any current carrying part to a maximum of 50 degrees C above an ambient of 40 degrees C maximum. D. A copper ground bus shall be included in all panels. 2.03 BOXES: A. Boxes shall be at least 20 inches wide made from galvanized steel. Provide minimum gutter space in accordance with the National Electric Code. Where feeder cables supplying the mains of a panel are carried through its box to supply other electrical equipment, the box shall be sized to include the additional required wiring space. At least four interior mounting studs with adjustable nuts shall be provided. B. Boxes shall be provided with removable blank ends. 2.04 TRIMS: A. Trims for lighting and appliance panelboards shall be supplied with a hinged door over all circuit breaker handles. Doors in panelboard trims shall not uncover any live parts. Doors shall have a semi -flush cylinder lock and catch assembly. Doors over 48 inches in height shall have auxiliary fasteners. B. Distribution panelboard trims shall cover all live parts. Switching device handles shall be accessible. C. Surfaces of the trim assembly shall be properly cleaned, primed and a finish coat of gray ANSI 61 paint applied. D. Surface trims shall be same height and width as box. Flush trims shall overlap the box by 3/4 of an inch on all sides. E. A directory card with clear plastic cover shall be supplied mounted on the inside of each door. F. Provide an engraved nameplate for each panel section. 16134 - 1 SECTION 16140 - WIRING DEVICES PART 1 - GENERAL 1.01 REQUIREMENTS: A. Refer to other applicable clauses and regulations for other requirements. 1.02 RELATED WORK IN OTHER SECTIONS: A. General Electrical Provisions - Section 16010 PART 2 - PRODUCTS 2.01 SNAP SWITCHES: A. Unless otherwise specified, each snap switch (flush tumbler -toggle) shall be of the A.C. general use type for mounting in a single -gang spacing, fully rated 20 amperes minimum on inductive and resistive loads at 120/277 volts, conforming to minimum requirements of the latest revision of the Underwriters' Laboratories, Inc., UL 20 Fifth Edition Standard snap Switches and further requirements herein specified. Specification grade, heavy duty, single -pole, 3-way or 4-way, of the maintained, momentary, or lock type as indicated on the drawings. Switches shall operate in any position and shall be fully enclosed cup type with entire body of molded phenolic, urea or melamine with cover of molded phenolic, urea or melamine. Fibre, paper or similar insulating material shall not be used for body or cover. Ivory color handles unless otherwise indicated on the drawings. Silver or silver alloy contacts. A.C. 120/277 volt general use snap switches shall be capable of withstanding tests as outlined in NEMA Publication WD1-1965, and shall be as follows unless otherwise noted: 20A 120/277 AC Leviton 1P 1221-I 2P 1222-1 3-way 1223-I 4-way 1224-I 2.02 RECEPTACLES: A. General: Configuration and requirements for all connector or outlet receptacles shall be in accordance with NEMA Publication WD1-1965, Part 3 and Part 10, and the Texas Department of Human Services Minimum Standards for Day Care Centers, Section 4300, Number 1, Part A. Fire-resistant, non -absorptive, hot -welded, phenolic composition or equal bodies and bases with metal plaster ears (integral with the supporting member). Single or duplex as shown or noted on drawings. Ivory color unless otherwise noted on the drawings. Double grip contacts for each prong. B. Grounding Type: All receptacle shall be grounding type with a green colored hexagonal equipment ground screw of adequate size to accommodate an insulated grounding jumper (based on Table 250-95 of the NEC with minimum size No. 14 AWG). Grounding terminals of all receptacles shall be internally connected to the receptacle mounting yoke. C. Unless otherwise noted, receptacles shall be as follows: 20A - 125V AC 2P 3W Leviton 5362-I D. Weatherproof receptacles shall consist of duplex receptacle as specified above, mounted in a box with a gasketed, weatherproof, cast metal cover plate and cap over each receptacle opening. The cap shall be permanently attached to the cover plate by a short length of bead chain or shall be of the spring hinged flap type. E. Isolated grounding receptacles shall be the same NEMA configuration as 20A 125 volt receptacle except that the grounding pole shall be isolated from the mounting strap and be colored orange similar to Hubbell #1G5251 or 1G4262. Ground these devices by means of a separate green equipment grounding conductor. F. Special: Receptacles for special applications shall be as indicated on the drawings. For kitchen equipment furnished under another section of the specifications, complete with cord set. This Contractor shall 11 16140 - 1 I verify exact requirements and furnish a matching receptacle where indicated. G. All 220V receptacles in areas within children's reach shall have safety covers. 2.03 PLUG CAPS: A. Except for duplex receptacles, one matching plug cap shall be provided for each receptacle. No plug caps are required for duplex receptacles. Provide watertight, male plug caps in damp locations or where exposed to weather. 2.04 DEVICE PLATES: A. General: Provide device plates for each switch, receptacle, signal and j telephone outlet, and special purpose outlet. Provide multi -gang Ioutlet plates for multi -gang boxes. Plates on finished walls shall be of stainless steel. Screws shall be metal with counter- sunk heads, in a color to match the finish of the plate. B. Exposed: Plates for exposed screw jointed fittings shall match the fittings with edges of plates flush with edges of fittings. Heavy cadmium plated steel with gasket. Plates for cast type boxes at locations subject to wet or rain conditions shall be of the cast, vapor -tight type. Provide hinged lift covers for devices. C. Communication: Plates for telephone and intercommunication have a 1/2 inch bushed opening in the center. D. Plates for special purpose outlets shall be of a design suitable for the particular application. ` PART 3 - EXECUTION 3.01 DEVICE PLATES: i A. Install with alignment tolerance of 1/16th inch and all edges in continuous contact with wall surfaces. End of Section 16140 - 2 i SECTION 16450 - GROUNDING PART 1 - GENERAL 1.01 REQUIREMENTS: A. Refer to other applicable clauses and regulations for other requirements. 1.02 RELATED WORK IN OTHER SECTIONS: A. General Electrical Provisions - Section 16010 B. Raceways - Section 16110 C. Panelboards - Section 16134 PART 2 - PRODUCTS 2.01 GENERAL: A. Materials, equipment and devices related to the grounding system are specified under other sections of these specifications. PART 3 - EXECUTION f 3.01 GENERAL: A. Install two separate grounding systems; a service grounding system and an equipment grounding system. The service equipment, conduit systems, supports, cabinets, equipment and neutral conductor shall be grounded in accordance with the minimum code requirements and as further indicated on the drawings or specified. Connect the two grounding systems together only at the main service equipment and to the secondary terminals of transformers creating separately derived distribution systems, such as dry -type transformers. 3.02 SERVICE GROUNDING SYSTEM: A. General: The service grounding system is provided for the A.C. service neutral ground. Current return conductors, such as neutrals of the service entrance, feeder circuits, and branch circuits, shall not be used for equipment grounding. Care must be exercised to insure that neutral bars are not bonded to the enclosures of panelboards, motor control centers, or switchboards, which are not part of the main service equipment. Except for separately derived systems, the neutral conductors shall be grounded only in the main service equipment. B. Common Ground Point: Establish one common ground point in the main service equipment by interconnecting the insulated neutral bus (or bar), the uninsulated equipment ground bus (or bar), and service grounding electrode conductor. C. Neutral Disconnecting Means: Install a neutral disconnecting means in the main service equipment for disconnecting and isolating the neutral bus from the common ground. This disconnecting means may be disconnecting links in the interconnection between the insulated neutral and the uninsulated equipment ground. D. Neutral Bars: Provide an insulated neutral bar, separate from the uninsulated equipment ground bar, in all switchboards, panelboards, transformers, motor control centers, starters, disconnect switches, cabinets, etc., which have neutral connections. 3.03 EQUIPMENT GROUNDING SYSTEM: A. General: Provide a complete equipment grounding system in accordance with the minimum code requirements and as further indicated on the drawings or specified. The equipment ground (green conductor) consists of metallic connections to ground of noncurrent -carrying metal parts of the wiring system or apparatus connected to the system. The primary purpose of equipment grounding is to provide greater safety by limiting ._ the electrical potential between noncurrent -carrying parts of the system, and to provide a low impedance path to ground for possible ground fault currents. B. Common Ground Point: Establish one common ground point as specified elsewhere in this section -of the specifications for interconnection of the equipment grounding system and the service grounding electrode conductor. t-l" 16450 - 1 C. Service Equipment Enclosure: Bond the enclosure of the main service equipment in the uninsulated equipment ground bus (or bar) with a y' conductor or bar sized for 250 of the largest service overcurrent device. D. Ground Bar: Provide an uninsulated equipment ground bar, separate from any insulated neutral bar, in all switchboards, panelboards, transformers, motor control centers, starters, disconnect switches, cabinets, etc., for grounding the enclosure and for connecting other equipment ground conductors. The ground bar shall be an integrally mounted and braced bus bar in switchboards, or a separately mounted bar adequately braced or bolted to the enclosure of other types of equipment. The ground bar shall be adequately braced or bolted to the enclosure after thoroughly cleaning both surfaces to assure good contact. Provide solderless pressure connectors for all conductor terminations. Number and size of pressure connectors on equipment grounding bars as required for the termination of equipment grounding conductors. In addition to the active circuits, provide pressure connectors for all three phase spares and spaces. E. Conduits: Where metallic conduits terminate without mechanical connection to a metallic housing of electrical equipment by means of lock nut and bushings provide ground bushing connected with a bare copper conductor to the ground bar in the electrical equipment. Metallic conduits containing ground wiring only shall be bonded to the ground wire at both conduit entrance and exit. Install grounding conductor in each non-metallic conduit or duct except those used for telephone, sound or low -voltage signals, and in all flexible conduit that does not have a built-in ground conductor. Bond the conductor at both ends in the equipment grounding system. F. Feeders and Branch Circuits: Provide a separate green insulated equipment grounding conductor for each single or three phase feeder and each branch circuit. Provide a separate green insulated equipment grounding conductor for each single phase branch circuit. Install the required grounding conductor in the common conduit or raceway with the related phase and/or neutral conductors and connect to the box or cabinet grounding terminal. Where there are parallel feeders installed in more than one raceway, each raceway shall have a green insulated equipment ground conductor. G. Devices: Install a minimum No. 12 green insulated equipment bonding conductor from a grounding terminal in the respective outlet or junction box to the green ground terminal of all receptacles and through flexible conduit to all light fixture housings. H. Motors: Install a separate green insulated equipment grounding conductor from the equipment ground bar in the motor control center or separate starter through the conduit and flexible conduit to the ground terminal in the connection box mounted on the motor. Install the grounding conductor in the common conduit or raceway with the related circuit conductors. 3.04 GROUNDING ELECTRODES: A. Two service ground electrodes shall be utilized. One shall be the main cold water metallic water piping system, and the other shall be a made electrode consisting of not less than 20 feet of bare copper conductor encased along the bottom of a concrete foundation footing which is in direct contact with the earth (NEC 250-81c). Make the connections to the cold water pipe inside the building at the point of entrance. The grounding electrodes for separately derived systems shall be approved for the application. 3.05 GROUNDING CONDUCTORS: A. The grounding conductors for both service ground electrodes shall be insulated or bare copper, sized in accordance with NEC 250-94, including the conductor for the made electrode. The conductors shall be continuous without joint or splice, and shall be installed in conduit with the conduit bonded to the conductor at each end. Install the conductor to permit the shortest and most direct path, and terminate in the main service equipment on the common ground point. Equipment grounding conductors shall be green insulated conductors equivalent to the insulation on the associated phase conductor, but not 16450 - 2 : unless otherwise noted on the drawings. 2.06 FLUORESCENT LAMPHOLDERS: A. Designed so lamps will be held firmly in place, electrically and mechanically, permitting easy insertion or removal of lamps. Provide corrosion resistant treated lamp pin contacts. 2.07 CEILING TRIM: A. Furnish proper ceiling frames for ceiling material in which recessed fixtures are to be installed. Verify prior to ordering. 2.08 LENS: A. When an acrylic lens or diffuser is specified, it shall be of 100 0 acrylic meeting American Society for Testing Materials specifications for Methacrylate Molding and Extrusion Compounds (ASTM D788-63). Plastic diffusing panels, luminous sides panels and other luminous plastic members of fixtures shall be made of not less than 0.156 inch thick prismatic Pattern 19 clear acrylic material. Plastic shall be non-flammable or shall have a flame spread rate of not more than 3.2 inches per minute for a 1/2 inch width of the material. The plastic shall show no yellowing apparent to the naked eye either when subjected to the accelerated weathering test in accordance with ASTM D-795-44T (500 hours exposure, using type S-1 lamp) or after prolonged exposure to a fluorescent lamp source under conditions identical with those existing in the fixture in which it is to be used. The plastic shall be non -electrostatic or the finished parts shall be treated with an anti -static wax. 2.09 HOUSING: A. Not less than 20 gauge steel with baked white enamel finish applied over corrosion -resistant primer unless otherwise specifically approved. 2.10 EMERGENCY LIGHT BATTERY PACKS: A. Lighting fixtures so indicated on the drawings shall be provided with emergency lighting feature. Components shall consist of a sealed nickel -cadmium battery and a solid state invertor, charger and switch system. The components shall be self-contained within the fixture and be factory installed. The rechargeable battery shall operate one lamp at an emergency level of 1100 lumens for a minimum of 90 minutes. The fixture shall be U.L. listed. System shall have a 5 year unconditional guarantee. Units on switched circuits shall be wired such that the fixture can be switched off without causing the emergency battery to operate. Units shall be Bodine B-50 or approved equal. PART 3 - EXECUTION 3.01 SUPPORTS: A. Support ceiling fixtures by anchorage to the ceiling only where the ceiling is concrete or masonry units. Provide mounting angles on trapeze where required to support light fixtures between structural members. No lighting fixtures, conduit or outlet boxes shall be supported from the building sheet metal deck. Where lay -in construction is used, fixtures shall be on the lay -in type. Coordinate supports for lay -in fixtures with Ceiling Contractor. 3.02 LOW DENSITY CEILING: A. Special attention is directed to the code restriction against mounting fluorescent fixtures on combustible low -density cellulose fiberboard (NEC 410-76(6)). If fixtures are to be installed that are not UL approved for this condition, a suitable mounting arrangement shall be developed which meets the approval of the Engineer. 3.03 CEILING TRIM AND MEANS OF SUPPORT: A. The ceiling trim and means of support of recessed fixtures shall be coordinated with the type of ceiling to be installed to insure proper installation. P 16500 - 2 3.04 BLOCKING: A. Protect housings of recessed lighting fixtures during installation of internal blocking or framing to prevent distortion of sides or dislocation of threaded lugs which upon completion must be in perfect alignment and match the corresponding holes in frames or rims so that holding screws can be installed freely without forcing and remain so they can be easily removed when servicing. Threads to receive holding screws shall be chased after plating and finishing to insure easy installation and removal of knurled beaded screws by thumb pressure. 3.05 LAMP GUARDS: A. Provide safety guard clips on open type fluorescent fixtures to prevent lamps from falling. 3.06 CLEAN-UP: A. At final inspection, the fixtures and lighting equipment shall be in first class operating order, in perfect condition as to finish, free from defects, completely lamped, clean and free from dust, plaster or paint spots, and complete with the required glassware, reflectors, side panels, louvers or other components necessary to complete the fixtures. 3.07 LAMPS: A. Install new lamps in all lighting fixtures seven (7) days before building acceptance or beneficial occupancy, unless otherwise approved by the Engineer. End of Section 16500 - 3