Loading...
HomeMy WebLinkAboutResolution - 3835 - Contract - Comfort Masters Inc - HVAC Renovations, LMCC - 03_12_1992Resolution No. 3835 March 12, 1992 Item #21 HW:js 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 by and between the City of Lubbock and Comfort Masters Heating & A/C, Inc. for HVAC renovations at Lubbock Memorial Civic Center, attached herewith, which shall be spread upon the minutes of the Council and as spread upon the minutes of this Council shall constitute and be a part of this Resolution as if fully copied herein in detail. Passed by the City Council this 12th day of ATTEST: �l APPROVED AS TO CONTENT: e a s, u c asing Manager APPROVED AS TO FORM: Xfold Willard-, Assistant'City Attorney CCMFORT AESM-Agend a March , 1992. C McMrNN_,MAYOR CITY OF LUBBOCK SPECIFICATIONS FOR H.V.A.C. RENOVATIONS BID 1 11806 I L CITY OF LUBBOCK ir Lubbock, Texas 5 4383S Office of Purchasing t City of Lubbock t P.O. Box 2000 Lubbock, Texas 79457 r• 806-767-2167 MAILED TO VENDOR: February 20, 1992 CLOSE DATE: February 26, 1992 at 2:00 p.m. Bid #11806 - Civic Center HVAC Renovations Addendum #1 i Please modify or amend Contract Documents as follows: BID ITEM NO. 1 1. In the Specifications: Heater Section on Page 2, add as follows: The hot water coil capacity shall be for heating 30,000 CFM from Oo F to 720 F. 2. In the Specifications: Supply Fan Section on Page 2, add as follows: The fan capacity shall be 30,000 CFM against a total SP of 2" WG with a 15 HP, two speed, two winding, 1800/900 RPM motor wound for 460 volts, 60HZ. 3. In the Specifications: Evaporative Air Washer Section on Page 2, add as follows: The media shall have approximately 64 square feet of face area with capacity of 30,O0O CFM at a maximum velocity less that 500 FPM. 4. In the Specifications: Filter Section on Page 3, add as follows: r The media shall have approximately 64 square feet of face area l with capacity of 330,000 CFM at a maximum velocity less than 500 FPM. r' S. In the Specifications: Roof Curb Section on Page 3, add as follows: The Contractor shall provide the roof curb to roofing r, Contractor and pay him for its installation. 6. In the Specifications: Installation Section on Page 4, add as follows: The Contractor shall install the new return air grilles in the ceiling approximately in the location shown. Remove the existing ceiling outlet and ductwork and cap the duct as shown. Remove surface lighting fixture(s) as required in the area and r deliver the fixtures to Civic Center personnel.' Exercise care in rM r cutting the plaster ceiling, so that all raw edges will be covered by the plaster frame of the grilles. 7. In the Specifications: Add Ductwork on Page 4 as follows: All ducts shall be constructed of galvanized steel sheets in accordance with recommended commercial construction insofar as gauges of metal to be used, bracing of joints and joint construction as established in the latest edition of the ASHRAE HANDBOOK. Duct construction details shall conform to "HVAC Duct Construction Standards, Metal and Flexible" SMACNA 1985. Make square elbows where shown or required, with factory fabricated turning vanes. Make all other changes in direction with rounded elbows having centerline radius equal to 1 1/2 times the duct width in plane of the bend. Duct supports on the roof shall be essentially as shown and their footing shall be compatible with the roofing system. This Contractor shall provide the duct supports and coordinate their compatibility with the roofing Contractor and pay him for their installation. All ducts shall be sealed to provide airtight construction. Metal surfaces to be joined shall be clean dry and free of dirt or grease. Apply a heavy coat of Kingco Seal Rite 18-120 to the interior metal surface of the slip joint, then interlock in place metal duct sections. Apply a heavy coat of 18-120 to the exterior metal surface duct joint, ensure all voids are filled to secure a continuous air pressure seal. Allow sealant to dry a minimum of 48 hours before pressurization. 8. Replace the previously issued drawing with the revised drawing. the ductwork in the kitchen ceiling and the outlets are chosen. All existing roof curbs are by the Roofing contractor. Existing ducts through the roof will remain. The contractor shall cut these existing ducts off at lease 6" above the counter flashing and connect the new ducts at that point with a weather tight seal. BID. -I EM N . 2 In the Specifications, Alternate Bid Item No. 1, General Requirements Section on Page 1, add as follows: The requirement to meet IRI does not require a label. The intent is to keep the existing IRI has safety trains in service and to replace the r jl r existing atmospheric burners with new power burners that a re i compatible with the existing'IRI safety trains. The new burner should also be manufactured in accordance with IRI standards. E Thylq you, E Ron Shuffie (' Buyer 1 PLEASE RETURN ONE COPY WITH YOUR BID. r s r` r r r r CITY OF LUBBOCK SPECIFICATIONS for TITLE: H.V.A.C. RENOVATIONS ADDRESS: 1501 6TH STREET i BOSTON STREET BID NUMBER: 11806 PROJECT NUMBER: 1491-551190-9667 CONTRACT PREPARED BY: Purchasing Department f -1- (THIS PAGE LEFT BLANK INTENTIONALLY) l Fw INDEX PAGE NOTICETO BIDDERS..........................................................................................3 GENERALINSTRUCTIONS TO BIDDERS............................................................................5 BIDPROPOSAL - BID FOR LUMP SUM CONTRACTS.................................................................10 PAYMENTBOND..............................................................................................14 PERFORMANCE BOND..........................................................................................17 CERTIFICATE OF INSURANCE..................................................................................20 CONTRACT..................................................................................................22 GENERALCONDITIONS OF THE AGREEMENT.......................................................................24 CURRENT WAGE DETER#IINATIONS...............................................................................42 SPECIFICATIONS.............................................................................................43 SPECIALCONDITIONS........................................................................................44 NOTICE OF ACCEPTANCE......................................................................................45 4 -2- No Text NOTICE TO BIDDERS .0 I% -3- (THIS PAGE LEFT BLANK INTENTIONALLY) NOTICE TO BIDDERS 610 9 11806 Sealed proposals addressed to Gene Eads, C.P.M., Purchasing Manager, City of Lubbock, Texas, will be received at the office of the Purchasing Manager, 1625 13th St., Room L-04, Lubbock, Texas, 79401, until 2:00 o'clock p.m, on the 2§th day of February. 1992. or as changed by the issuance of formal addenda to all t planholders, to furnish all labor and materials and perform all work for the construction of the following described project: CIVIC CENTER H.M.C. RENOVATIONS After the expiration of the time and date above first written, said sealed proposals will be opened by the Purchasing Manager at his office and publicly read aloud. It is the sole responsibility of the bidder to insure that his bid is actually in the office of Gene Eads, Purchasing Manager for the City of Lubbock, prior to the expiration of the date above first written. The City of Lubbock will consider the bids on the 12th day of March. 1992,, at Municipal Bldg., �. 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 and payment bond in accordance with Article 5160, Vernon's Ann. Civil St., in the amount of 100% of the total contract price in the event that said contract price exceeds 525,000.00. said statutory bonds should ! be issued by a company carrying a current @gsl Ratirw of f. or superior, as the rating of the bond company is a factor that will be considered in determination of the lowest responsible bidder. If the contract price does not exceed $25,000.00 the said statutory bonds will not be required. 4 P- Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal 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 10 days after notice of award of the contract to him. 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. The plans, specifications, proposal forms and contract documents may be examined at the office of the Purchasing Manager for the City of Lubbock, Texas. 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 specifically referred to in this notice to briers. 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, or national origin in consideration for an award. There will be a pre -bid conference on j9thday of February. 1992, at 10:00 o'clock a.m., Lubbock Memorial Civic Center, Terrace Suite, 1501 bth Street, Lubbock, Texas. J 0 CITY OF LUSSOCK BY: Gene Eads, C. M. Purchasing Manager ADVERTISEMENT FOR BIDS BID # 11806 Sealed proposals addressed to Gene Eads, C.P.M., Purchasing Manager, City of Lubbock, Texas, will be received at the office of the Purchasing Manager, Municipal Building, 1625 13th Street, Roan L-04, Lubbock, i Texas, 79401 until ,?:00 o'clock P.m. on the 26th day of February. 1992, or as changed by the issuance of formal addenda to all planholders, to furnish ell labor and materials and perform all work for the construction of the following described project: FCIVIC CENTER H.M.C. RENOVATIONS After the expiration of the time and date above first written, said sealed proposals wilt be opened by the Purchasing Manager at his office and publicly read aloud. The plans, specifications, proposal forms and contract documents may be examined at the office of the Purchasing Manager for the City of Lubbock, Texas. Attention of each bider is particularly called to the Schedule of General Prevailing Rate of Per Diem pages included in the contract documents on file in the office of the Purchasing Manager of the City of 1 Lubbock, Texas. Each bidder's attention is further directed to the provisions of Article 5159a, Vernon's Ann. Civil St., and the requirements contained therein concerning such wage scales and payment by the contractor of the prevailing rates of wages as heretofore established by the City of Lubbock. 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 wilt 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, or national origin in consideration for an award. r, There will be a prebid conference on 19th day of February. 1992, at 10:00 o'clock a.m., Lubbock Memorial Civic Center, Terrace Suite, 1501 6th street, Lubbock, Texas. 4 Its I BY: Gene Eads, C.P6MI" �+ PURCHASING MANAGER t" P+ (THIS PAGE LEFT BLANK INTENTIONALLY) GENERAL INSTRUCTIONS TO BIDDERS -4- (THIS PAGE LEFT BLANK INTENTIONALLY) r r GENERAL INSTRUCTIONS TO BIDDERS a 1. SCOPE OF WORK The work to be done under the contract documents shall consist of the following: H.M.C. renovations to the Lubbock Memorial Civic Center, 1501 6th Street and the Lubbock Cooiseum, 600 Boston, Lubbock, Texas. The contractor shall furnish all labor, superintendence, machinery, equipment and all materials necessary to complete this project in accordance with contract documents. 2. CONTRACT DOCUMENTS All work covered by this contract shall be done in accordance with contract documents described in the Gen- eral, Conditions. 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. 3. 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 of forfeiture of deposit. The contract documents, may be examined without charge as noted in the Notice to Bidders. 4. TIME AND ORDER FOR COMPLETION The construction covered by the contract documents shall be fully completed within 90 (NINETY) calendar days 7from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder. 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 7 determined by the City that the progress of the work is not in accordance with the progress schedule so sub- mitted, the City may direct the Contractor to take such action as the City deems necessary to insure comple- tion of the project within the time specified. r� 5. PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 6. 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. r r- -5- 7. 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 pro-. tecting 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 provi- sion. 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. 8. GUARANTEES All equipment and materials incorporated in the project and all construction shall be guaranteed against de- fective 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). 4. PLANS FOR THE CONTRACTOR 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 di- rectly to the Contractor. The Contractor shall then distribute copies of plans and specifications to sup- pliers, subcontractors or others, as required for proper prosecution of the work contemplated by the con- tractor. 10. PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materi- als, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construc- tion, 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 re- serves the right, after the bids have been opened and before the contract has been awarded, to require of a bidder the following information: (a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by the proposed 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. 11. TEXAS STATE SALES TAX 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. The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the ma- terials to be incorporated into the work without paying the tax at the time of purchase. -6- r .12. 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 construc- rn tion of the project contemplated by these contract documents. The City of Lubbock agrees that it will fur-nish Contractor the location of Al such underground lines and utilities of which it has knowledge. How- ever, such fact shalt not relieve the Contractor of his responsibilities aforementioned. All such under- ground lines or structures cut or damaged by Contractor during the prosecution of the work contemplated by this contract shell be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense. r' 13. SARRICAVES AND SAFETY MEASURES The contractor shell, at his own expense, furnish and erect such barricades, fences, lights and danger sig- nets, and shell 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 re- placed by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barri- cades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 14. EXPLOSIVES 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 shell assume full responsibility for all damage which may occur as a direct or indirect result of the blast- ing. 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. Explosive materials shall not be stored or kept at the construction site by the Contractor. • In all cases where explosives are to be used during the construction of the project contemplated by this P" 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 r" 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. 15. 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 T name, address and telephone number where such local representative may be reached during the time that the i work contemplated by this contract is in progress. �. 16. INSURANCE The Contractor shalt not corTwnce 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) days in advance of cancellation or change. All policies shell contain an agreement on the part of the insurer waiving the right to subroga- tion. The insurance certificates furnished shall name the City as an additional insured and shall further state that all subcontractors are named as additional insureds, 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. 17. LABOR AND WORKING HOURS 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 which 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 there- under. The inclusion of the schedule of general prevailing rate of per diem wages in these contract docu- ments does not release the Contractor from compliance with any wage law that may be applicable. Construc- tion work under this contract requiring an inspector will not be performed on weekends or holidays unless the following conditions exist: (1) The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. (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. 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 cons;ruction work requirinxg an inspector on weekends or holidays will be made by the Owner's Representative. 1n 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. 18. PAYMENT OF EMPLOYEES AND FiLiNG OF PAYROLLS 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 deduc- tions (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 schedule is included in the contract documents. -a- 19. 20. 0� 3M PM The Contractor shell 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 them wages included in these contract documents. PROVISIONS CONCERNING ESCALATOR CLAUSES Proposals submitted containing any conditions which provide for changes in the stated bid price due to in- creases or decreases in the cost of materials, labor or other items required for the project will be re- jected and returned to the bidder without being considered. PREPARATION FOR PROPOSAL The bidder shall submit his proposal 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 funerals, for which he proposes to do the work contemplated or furnish the materials required. Such prices shall be written in ink, dis- tinctly 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 shell govern. If the proposal is submitted by an indi- vidual, his name must be signed by him or his duly authorized agent. If a proposal is submitted by a firm, association, or partnership, the name' and address of each member must be given and the proposal signed by a member of the firm, association or partnership, or person duly authorized. If the proposal is submitted by a company or corporation, the company or corporate name and business address must be given, and the proposal signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign proposals must be properly certified and must be in writing and submitted with the proposal. The proposal shall be executed in ink. Each proposal shell 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: (a) Bidder's name (b) Proposal for (description of the project). Bid proposals may be withdrawn and resubmitted at any time prior to the time set for opening of the bids, but no proposal may be withdrawn or altered thereafter. ` BOUND COPY OF CONTRACT DOCUMENTS Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the fol- lowing: (a) Notice to Bidders. (b) General instructions to Bidders. (c) Bidder's Proposal. (d) Statutory Bond (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. (1) Insurance Certificates. M ALI 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. .9- i �. No Text (THIS PAGE LEFT BLANK INTENTIONALLY) 14 1 F PLACED • _DATE 2-7.5--�1°OZ PROJECT NO. 3.1806 BID PROPOSAL BID FOR LUMP SUMCONTRACTS Proposal of Confort *Tast2rs Veatiny & A/C, Inc. (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 for bids for the construction of a instal.lation and burner repair/replacement 'N'a'ce-uo air unit having carefully examined the plans, specifications, Instructions to bidders, notice to bidders and all other re- lated contract documents and the site of the proposed work, and being familiar with all of the conditions surround- ing the construction of the proposed project including the availability of materials and Labor, hereby proposes to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifica- tions 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, of which this proposal is to be ,rl a part, is as follows: MATERIALS: (S ) SERVICES: (S ) BID ITEM ill:Fifty five thousand four hundred fifty twcQz 55,452.00 ) (Packaged Rooftop Makeup Air Unit) Y MATERIALS: (S ) SERVICES; (S ) 810 ITEM N2: Three thousand seven hundred sixteen (S 3,716.00 ) (Repair, Adjust and Test Burners/Controls) MATERIALS: (S ) SERVICES: ALTERNATE NT: Twenty one thousand and no/100 (s 21,000.00 (ADO: replace, adjust and test burners/controls in Bid item NJ) Amount shall be shown in both words and figures. In case of discrepancy, the amount shorn in words shall govern.) Note:Make-up air unit will ship in 10 weeks,total completion time will be 90-110 days. - A'cshp ��C� 'j ��QS�1tG��' � 1S ' 6 Ca 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 fully complete the project within 90 (NINETY) 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 $100.00 (One Hundred dollars) for each consecutive calendar day in excess of the time set forth hereinabove 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 proposal shall be completed and submitted in accordance with in- struction number 20 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. Enclosed with this proposal is a Cashier's Check or Certified Check for Dollars (S ) or a proposal Bond in the sum of $2 , 960 . 00 ( 5%Dollars (S ), which it is agreed shall be collected and retained by the owner as liquidated damages in the event the proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents and the required bond (if any) with the Owner within ten (10) days after the date of receipt of written notification of acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all con- tract documents made available to him for his inspection in accordance with the Notice to Bidders. i Comfo.. asters HVAC r r BY: Glenn Davis,President (seal if Bidder is a Corporation) ATTEST: hens Scott Stle Secretary P JJJJIJ11111 S I i1'�►',s''' •, i 6 ' l This form shall be c2Mt eted and submitted with the Bidder's Arocosal. i. AMCO Electric Co. z.Combustion Services Co. 3. Lydick Roofing Co. 6. a 5. 6. 1 u 1 e. 9. 10. em a Minority owned Yes No _ X - .X. a f The r�rmq rD FIDELITY AND DEPOSIT COMPANY OF MARYLAND E nles COLONIAL AMERICAN CASUALTY AND SURETY COMPANY Cmmpa HOME OFFICES: P.O. BOX 1227 BALTIMORE, MD 21203 4 BID BOND KNOW ALL MEN BY THESE PRESENTS: i That we, -COMFORT MASTER HEATING AND AIR CONDITIONINGS INC_,__ r (Here insert the name and address or legal title of the Contractor) 1' PO BOX 93452 LUBBOCK, TX_ 79493 as Principal, (hereinafter called the "Principal"), an COLONIAL AMERICAN CASUALTY _& SURKTV Baltimore, Maryland, a corporation duly organized (Here insert the name of the Surety) COMPANY under the laws of the State of Maryland, as Surety, (hereinafter called the "Surety") are held and firmly bound unto TIiE�2TY OF LUBBOCK (Here insert the name and address or legal title of the Owner) BOX �2000 LUBBOCK TX 79401 _ --____—_..__..-_as Obligee, (hereinafter called the "Obligee"), ,-, in the sum of__FIVa__PXM _CENZ_QE_BID_ I —Dollars ($_51__ 1F__BID ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, t executors, administrators, successors and assigns, jointly and severally, firmly by these presents. lj.. WHEREAS, the Principal has submitted a bid for_JLVAC__RFMVATION._=__C=C_CERTEB �. l F_RQ.J BOT_� 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 r 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. \; ; t , ` i ; ; ' •, Signed and sealed this --- 2.4T13__ _ .____._..___..___ ____ _day of �_F�gRI1Auv _.__ _ _.___. _ A.b;f� l9 32 ?' _ ^- --__ _ _ - __ __ _ _____ _ (SEM) �� n Principal Witness 4 Glenn Davis,President Title .+..-_ r :. O FIDELITY AND DEPOSIT COMPANY OF MARYLAND ' IN COLONIAL AMERICAN CASUALTY AND SURETY COMPANY Surety �(SEA> )' Witness ATTORNEY —IN —FACT Title C323b(r*-5w. 11.91 2330TT Conforms to American Institute of Architects IMnrmem A-310, February 1970 Edaion. i Fidelity and Deposit Company OF MARYLAND Colonial American Casualty and Surety Company HOME OFFICES: BALTIMORE BID BOND 69 LL �Q z 0 O z PLEASE READ YOUR BOND Try FIDELITY AND DEPOSIT COMPANY OF MARYLAND c COLONIAL AMERICAN CASUALTY AND SURETY COMPANY Companies HOME OFFICES: BALTIMORE. MD. 21203 POWER OF ATTORNEY Ktiow ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY. corporations of the State of Maryland, by C. M. PECOT, JR. , Vice -President, and C. W. ROBBINS , Assistant Secretary. in pursuance of authority granted by Article VI, Section 2 of the respective By -Laws of said Companies, which are set forth on the reverse side he eof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute an, oint ChaV C. Quisenberry and Sandra Burdette, both of Lubbock, Texas, EACH. ..., t`� ..... t rue and JawrUT—agentand Attorney -in -Fact of eacAto"execas its act and deed: any and all bonds antakExecutors, Community Survivors annit_ rdians e execution of such bonds or undertakings i -nce of fftd ents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if the o ft,- n duly and acknowledged by the regularly elected officers of the respective Companies at their offices in B e, Md.. ' r own proper persons. This power of attorney revokes that issued on beha Chari�. Quisenberry, etal, dated, April 26, 1989. , o ` IN WITNESS WHEREOF, the said Vi idents an rant Secretaries have hereunto subscribed their names and affixed the Corporate Seals of the said FlD AND DE ❑MPANY OF MARYLAND and the COLONIAL AMERICAN CASUALTY AND r" SURETY COMPANY this--_-_.___l.�t_—w___--__ ________—day of_ _ _-____Jnuary-----_--------------- A.D. 1991_ ATTEST: IELITY AND DEPOSIT COMPANY AIAR ' AND By.--_-___.---------- f---------- ti , Assistant Secretory ce-President COLONIAL AAiERICAN CASUALTY AND TY NIPANY SEAL.i) ---Lo _-- { -- ----- e Assistant Serrera------ __ By ------------------ ice -Presider t - - r STATE OF MARYLAND I i CITY OF BALTIMORE t SS: 116 On this 1St day of January . A.D. 19 92, before the subscriber, a Notary Public of the State of Maryland. in and 7 for the City of Baltimore, duly commissioned and qualified, came the above -named Vice -Presidents and Assistant Secretaries of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, to me personally known to be the individuals and officers described herein and who executed the preceding instrument, and they each acknowledged the execution bf the same, and being by the duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Companies aforesaid, and that the seals affixed to the preceding instrtmrent are the Corporate Seals of said Companies, and that the said Corporate Seals and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and afrixed my Official f Ba no the a ar y rst above written. ►� ■orur s __- - - - J "crrary PuGlir C� • AROL J. FADER � r • . � d �•,��+ My commission expires_--.AuggsC-_11992-_--_-__-_--_- CERTIFICATE 1, the undersigned Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate, and I do further certify that the Vice -Presidents who executed the said Power of Attorney r' were Vice -Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2 of the respective By -Laws of the FIDELr Y AND DEPOSIT COMPANY OF MARYLAND and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY. r This certificate may be signed by facsimile under and by authority of resolutions of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 16th day of July, 1969 and of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the'5th day of December, 1991. RESOLVED: "That the facsimile or mechanically reproduced signature of any Assistant Secretary of the Company, whether made heretofore or hereafter, whenever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Com- pany with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF. I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this DTI ----,day or__-'EBRUARY------------ ------- t9-_92 7 —W-0-0 9; 168-5158 !..., - --------- - - Assistanr Srcrrfun� EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice -President, or any of the Senior Vice - Presidents or Vice -Presidents specially authorized so to do by the Board of Directors or by the Executive Commmittee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice -Presidents, Assistant Vice -Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,... and to affix the seal of the Company thereto." EXTRACT FROM BY-LAWS OF COLONIAL AMERICAN CASUALTY AND SURETY COMPANY "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice -President, or any of the Senior Vice - Presidents or Vice -Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice -Presidents, Assistant Vice -Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertakings, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." l9 L1419cMY-:1C r (THIS PAGE LEFT BLANK INTENTIONALLY) ti r P_ i The FIDI + V TIDI IV Companies HOME TY AND DEPOSIT COMPANY OF MARYLAND AND DEPOSIT COMPANY : BALTIMORE, MD. 21203 BOND#30435160 STATUTORY PAYMENT BOND PURSUANT TO ARTICLE 5160 OFTHE HE REVISED CIVIL STATUTES OF TEXAS AS AMENDED BY ACTS OF THE 56TH LEGISLATURE, 1959 Pe salty of this bond must be 100% of Contract amount) KNOW ALL MEN BY THESE PRESENTS: BOND CHECK BEST RATING LICENSE I TEXAS DATE L gY That, ._ CQ1.!' FQ1RT__ZAST4__,HEAT1NG ._ACID--AIR-_1wQNDIT-IORIhIG-.-__IXC,--------------------------------- (Ilere insert the [tame and address or legal title of the Contractor) PO BOX 93452 UBBOCK _ TX 79493. (hereinafter called the Principal), as Principal, and.....F DILL Y.. Nh. EPQ,SIT...QQ.NFAt9Y..Q..A&BYLAW)...................................................... (here Insert the name of the Surety) a corporation organized and existing under the laws of the State of Maryland, with its principal office in the City of Baltimore, (hereinafter called the Surety), as Surety, are held and firmly bound unto --_-----_---------- THE CITY OF LUBBOCK ------------------•-----•------------------------.-------------------------------------------- --------------------------------------------------- (Ilere Insert the name of the Obligee) BOX- 2000 LUBBOCTX 79401 ______________________________(hereinafter called the Obligee), - - - - ------------------------------------- in the amount of_._.B.EVEN Y-SIX.-THO-USAND-.-F.QUR--IiUNDREIl__AND._YIFTY-TWD..DDLLARS here Insert an amount equal to the total contract price AND NO 100/-------------------------------=- 76 452 00 .................-_ - - . -• -- -- --- ----....... -• ------ --•----•--......_.......... ._......._._..__Dollars $ z r for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and as igns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the ..................................l2 .rh .................................day of ................. MARCH ......... ..._... R......... ....................... i9.g to HVAC RENOVATIO+I - CIVIC CENTER PROJECT #11806 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 clainants 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 Article 5160 of the Revised Civil Statutes of Texas, and all liabilities on this bond to all such claimants shall be determined in accordance with the provisi( ns of said Article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this -19 TH ....................... ............. k.......... day of........ MARCH.....................................19..91.. WITNESS: ATTEST: (IF INDIVIDUAL OR FIRM) (SEAL) ............................................................................... SEAL) .L .. .................»... �.._..,_ .(SEAL) CORP.................... {, Principal .............:.........._ ...... .. .... (SEAL) IF HIRP &TIONlusp a3 91 FIDELITY AND DEPOSIT COMPANY OF 1V1AR.YI-,AND - ❑ FIDELITY AND DEPOSIT CO PAN I Surety ...J_J, 2 -......................... B .................................. _.. .--------•..,_.. ..--.(SEAL) r.en�ni.rmvt_ �. ATTORNEY -IN -FACT ., I PM The FIDELITY AND DEPOSIT COMPANY OF MARYLAND .D COLONIAL AMERICAN CASUALTY AND SURETY COMPANY 0 HOME OFFICES: BALTIMORE, MD. 21203 POINTR OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the F1DEl.1TY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, corporations of the State of. Maryland, by C. M. PECOT, JR. , Vice -President, and C. W. ROBBINS , Assistant Secretary, in pursuance of authority granted by Article VI, Section 2 of the respective By -Laws of said Companies, which are set forth on the reverse side he eof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute anoint Cha o' 7 Quisenberry and Sandra Burdette, both of.Lubbock, Texas, EACH._ .... � ,.... .,. Me true And lawfuTagent and Attorney -in -Fact of eachOwe xecute,s.{i deliver, for. and on itsbehalfas surety,and as its act and deed: any and all bonds andakin ° $''EXCEPT bonds on behalf of Independent Executors, Community Survivors andity dians -. ti AMCe execution o such bonds or undertakings in nce of th sents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if the o a en duly a ed and acknowledged by the regularly elected officers of the respective Companies at their offices in B e, Md., ' own proper persons. This power of attorney revokes that issued on beha Char1��. Quisenberry, etal, dated, April 26, 1989. 0 IN WITNESS WHEREOF, the said Vi idents an tant Secretaries have hereunto subscribed their names and affixed the Corporate Seals of the said '�tr FID AND DEP OMPANY OF MARYLAND and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY [his____T—. it _ __ _ —�f%,X--------day of _ M_ January __- A.D. 1992. ATTEST: ELITY AND DEPOSIT COMPANY MAR ' AND BY---- — ---- -- -------1----------------------- .issisttnt Secretary 4 ce-President COLONIAL AMERICAN CASUALTY AND TY MPANY s'•.SEAL;� - W_ L7. _Z&_ e-_ By._...—..._-_- Assisraru Secretary ere -President STATE OF MARYLAND I CITY OF BALTIMORE I ss' On this LSt day of January , A.D. 19 9z before the subscriber, a Notary Public of the State of Maryland, in and for the City of Baltimore, duly commissioned and qualified, came the above -named Vice -Presidents and Assistant Secretaries of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, to me personally known to be the individuals and officers desert -bed herein and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Companies aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and their signatures as such officers were duty affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Stts0=22=4 Y71f rro the<a an vst above written. • •onrt '� ''� otary Pubtic CAROL J . FADER My commission expires____Augut-1�_1992 .^ CERTIFICATE I, the undersigned Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate, and I do further certify that the Vice -Presidents who executed the said Power of Attorney n were Vice -Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2 of the respective By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY. 7 This certificate may be signed by facsimile under and by authority of resolutions of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the I6th day of July, 1969 and of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of December, 1991. RESOLVED: "That the facsimile or mechanically reproduced signature of any Assistant Secretary of the Company, whether made heretofore r or hereafter, whenever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Com- pany with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 16 $-S 1 S$ Assisutnt Secretury EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice -President, or any of the Senior Vice - Presidents or Vice -Presidents specially authorized so to do by the Board of Directors or by the Executive Commmittee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice -Presidents, Assistant Vice -Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,... and to affix the seal of the Company thereto." EXTRACT FROM BY-LAWS OF COLONIAL AMERICAN CASUALTY AND SURETY COMPANY "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice -President, or any of the Senior Vice - Presidents or Vice -Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice -Presidents, Assistant Vice -Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertakings, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." ue 1WMy{a. PERFORKANCE BOND 10 -1T- (THIS PAGE LEFT BLANK INTENTIONALLY) The FIDELI Y AND DEPOSIT COMPANY OF MARYLAND FIDELI AND DEPOSIT COMPANY BOND # 30435160 Companies HOME OH�FICBs: BALTIMORE, MD. 21203 STATUTORY PERFORMANCE BOND PURSUANT TO ARTICLE 516( OF 1;,HE REVISED CIVIL STATUTES OF TEXAS AS AMENDED BY ACTS OF THE 56TH LEGISLATURE, 1959 (Penalty of this bond must be 100% of Contract amount) KNOW ALL MEN BY THESE PRESENTS: BOND CHECK BEST RATING LICENSE IH DATE I= That,. CQMFQRT_.MASTE%BBOCK REATIRG..AND)._A.IR_CONDITISINSNG,.-_I.NC------------------------------------- (here Insert the name and address or legal title of the Contractor) P.. BOX 93452 - TX_79493 ___ _(hereinafter called the Principal), as Principal, and ---- F1Q LVTX._AND__D iPQSIT--CORPARY..OF__Z&RY).aR1D------------------------------------------------------- (Ilere Insert the name of the Surety) a corporation organized and xisting under the laws of the State of Maryland, with its principal office in the City of Baltimore, (hereinafter called the Surety), as Surety, are held and firmly bound unto ...................... THE CITY OF LUBBOCK- - - ------------------------------- ------------------------------ _ - - (Here Insert the name`o[ the Obllgee)- $OX_-2000-_-_ LUB----- _ T-- 79401 .................. (hereinafter called the Obligee), in the amount of-_.S.&VENTY.-S.IX.__TRQUSANIl..FQUR.•liUNDRFD--ANL1_-FIFTY-TW.Q..DOLLARS (Isere insert nit amount equal to the total contract price) AND NO 100/--_____'____________________________ 76 452.00 ___- _.._.__�.. .................•.....•...-..............__......_............_Dollars (ffi ...� - - )r for the payment whereof, the said Principal and Surety bind themselves; and their heirs, administrators, executors, successors and assi�ns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the ............ 12TH............... � - ..._...._.. of ..._.. • --.._................................ 19.. 92 .. to HVAC RENOVATION1- CIVIC CENTER PROJECT #11806 7 k - which contract is hereby refe red to and made a part hereof as fully and to the same extent as if copied at pm 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 docu- ments, 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 Article 5160 of the Revised Civil Statutes of Texas, and all liabilities on this bond shall be determined in accordance with the 1•' provisions of said Article to tIhe same extent as if it were copied at length herein. T IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 9TH...... .................................. t....... day of.._... M?.RCH......._.............•................19...9 2. WITNESS: I (IF INDIVIDUAL FIRM) ........................... ................ ..... ...... q.................. - tsEu.) .....................�......._... . ...(SEAL .... .....,. ....._........... ...............Principal '-LITY AND DEPOSIT COMPANY OF MARYLAND :LITY AND DEPOSIT COMPANY _ ATTORNEY -IN -FACT t^ The FIDELITY AND DEPOSIT COMPANY OF MARYLAND o COLONIAL AMERICAN CASUALTY AND SURETY COMPANY HOME OFFICES: BALTIMORE, MD. 21203 POWER OF ATTORNEY KNOw ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN I CASUALTY AND SURFTY COMPANY, corporations of the State of Maryland, by C. M. PECOT, JR. Vice -President, and C. W. ROBBINS , Assistant Secretary, in pursuance of authority granted by Article VI. Section 2 of the respective By -Laws of said Companies, which are set forth on the reverse side he eof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute an oint Cha C. Quisenberry and Sandra Burdette, both of Lubbock, Texas, EACH. .... ° r tI7 true ani lawf-uTagent and Attorney -in -Fact of each, to as its act and deed: any and all bonds and Executors, Community Survivors and Ana the execution of such bonds or undertakings in nce and amply, to all intents and purposes, as if they -,ha en d the respective Companies at their offices in Be, Md., revokes that issued on bebajqi��Ijf Chary deliver, for, and on its behalf as surety, and CEPT bonds on behalf of Independent 'dians....... of th cents, shall be as binding upon said Companies, as fully tly a ed and acknowledged by the regularly elected officers of LZ own proper persons. This power of attorney �OZZ. Quisenberry, etal, dated, April 26, 1989. 4 IN WITNESS WHEREOF, the said Vi tdents an [ant Secretaries have hereunto subscribed their names and affixed the Corporate Seals of the said FID ` AND DE OMPANY OF MARYLAND and/the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY this—_..-- lst_- ___________..-_day A.D. 1992 ATTEST: ELITY AND DEPOSIT COMPANI' AF 4MARND By - ---siden r COLONIAL AMERICAN CASUALTY AND TY MPANY d..5EAL18 —r'5—_ By - _- - - - - -- :" - &sistaw Secrerat ice-Presidenf — If STATE OF MARYLAND CITY OF BALTIMOR£ 55: On this 1st day of January , A.D. 19 9z before the subscriber, a Notary Public of the State of Maryland, in and for the City of Baltimore, duly commissioned and qualified, came the above -named Vice -Presidents and Assistant Secretaries of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, to me personally known to be the individuals and officers described herein and who executed the preceding instrument, and they each acknowledged the execution t� of the same, and being by me duly sworn, severalty and each for himself depowth and saith, that they are the said officers of the Companies aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hard and affixed my Oliicial f B ir. th a y irSi above written. +oraar'+ 7 ry Public CAROL J. FADER My commission expires__._ AuLust ._._ APR! t1� CERTIFICATE 1, the undersigned Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate. and I do further certify that the Vice -Presidents who executed the said Power of Attorney were Vice -Presidents specialty authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article V1. Section 2 of the respective By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY. This certificate may be signed by facsimile under and by authority of resolutions of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 16th day of July, 1969 and of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of December, 1991. RESOLVED: "That the facsimile or mechanically reproduced signature of any Assistant Secretary of the Company, whether made heretofore r or hereafter, whenever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Com- pany with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, 1 have hereunto subscribed my name and affixed the corporate seals of the said Companies, this --lMiday 19 9 2 ----X.�CTi.+.. 168-5158 ------ - -- ------ sisra---- err ----------- Assisrant Secrrtum EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice -President, or any of the Senior Vice - Presidents or Vice -Presidents specially authorized so to do by the Board of Directors or by the Executive Commmittee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice -Presidents, Assistant Vice -Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." EXTRACT FROM BY-LAWS OF COLONIAL AMERICAN CASUALTY AND SURETY COMPANY "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice -President, or any of the Senior Vice - Presidents or Vice -Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice -Presidents, Assistant Vice -Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertakings, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,... and to affix the seal of the Company thereto." L1419c(TX) -0r. r. 1 r r r i, i 1"r r i r . r .• x r i t P CERTIFICATE OF INSURANCE i ti -20- (THIS PAGE LEFT BLANK INTENTIONALLY) :h CERTIFICATE OF INSURANCE ISSUE DATE (MMro°'Yn ,, PRODUCER I THIS CERTIFIrATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATI DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE QUISENBERRY & ASSOCIATES, INC. POLICIES BELOW. 4601 66TH STREET SUITE B LUBBOCK TX 79414 COMPANIES AFFORDING COVERAGE w~ COMPANY A LETTER COMMERCIAL UNION INSURANCE COMPANY COMPANY B INSURED LETTER „� ~ COMPANY C COMFORT MASTER HEATING AND LETTER AIR CONDITIONING, INC. COMPANY "• PO BOX 93452 LETTER LUBBOCK, TX 79493-3452 COMPANYE . LETTER COVERAGES THIS IS TO CERTIFY THAT 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. j -- CO TYPE OF INSURANCE POLICY NUMBER LTR POLICY EFFECTIVE POLICY EXPIRATION LIMITS DATE (MWDD/YY) DATE (MMIDD/Yl) GENERAL LIABILITY GENERAL AGGREGATE $ 6 0 0, D Q 0. A X COMMERCIAL GENERAL LIABILITY PRODUCTS-COMPIOP AGO. S 6001,0Q0, CLAIMS MADE X occuR. CRR107016 10-01-91 10-01-92 PERSONAL & ADY. INJURY S 600,0A0.. OWNER'S A CONTRACTOR'S PROT. EACH OCCURRENCE S 6 0 0, 0 o O FIRE DAMAGE (Any one tire) S 5 O, O O 0 1. MED. EXPENSE (Any one person) f 5,000, AUTOMOBILE LIABILITY SINGLE S 600,000. LIMIT ANY AUTO f� A X ALL OWNED AUTOS BODILY INJURY >: X SCHEDULED AUTOS FRAB46498* 03-17-91 03-17-92 (Per person) X HIRED AUTOS BODILY INJURY S X NON -OWNED AUTOS �� (Per accident) GARAGE LIABILITY - - PROPERTY DAMAGE S EXCESS LIABILITY ; EACH OCCURRENCE $1T 0 0 0, Poo . A~ X_ UMBRELLA FORM TO BE ASSIGNED 02-24-92 02-24-93 AGGREGATE 61,000,0001. OTHER THAN UMBRELLA FORM WORKER'S COMPENSATION WRITTEN THRU ASSIGNED RISK POOL. STATUTORY LIMITS AND CERTIFICATE WILL BE SENT DIRECT EACH ACCIDENT f FROM INSURING CARRIER.DISEASE—POLICY LIMIT j EMPLOYERS' LIABILITY1 0— 0 3— 9 2 DISEASE —EACH EMPLOYEE S OTHER * This policy is being renewed with same coverages. ;The foregoing policies do cover all sub -contractors. DESCRIPTION OF OPERATIONS(LOCATIONS/VEHICLESISPECIAL ITEMS CERTIFICATE HOLDER IS NAMED ADDITIONAL INSURED. PROJECT 11806-HVAC RENOVATION CIVIC CENTER. CERTIFICATE HOLDER `_ CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE CITY OF LUBBOCK EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 1 0 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE BOX 2 OO O BOX 2 0 0OCK TX 79401 LUBLIABILITY LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. AUTOO ZEO EPRES�YE 7.0 ORD CORPORATION '1890 CERTIFICATE OF INSURANCE ISSUE DATE (MMIDONY) 02-26-92 PRODUCER 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 QUISENBERRY & ASSOCIATES, INC. POLICIES BELOW. 4601 66TH STREET SUITE B COMPANIES AFFORDING COVERAGE LUBBOCK TX 79414 COMPANY COMMERCIAL UNION INSURANCE COMPANY_ COMPANY CZ INSURED LETTER COMPANY c CITY OF LUBBOCK LETTER PO BOX 2000 COMPANY D LUBBOCK TX 79401 LETTER COMPANY E LETTER COVERAGES THIS IS TO CERTIFY THAT 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, LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. co TYPE OF INSURANCE POLICY NUMBER LTR POLICY EFFECTIVE POLICY EXPIRATION LIMITS DATE (MMIODfYY) DATE (MMIDDIYY) GENERAL LIABILITY GENERAL AGGREGATE 8 500,000. COMMERCIAL GENERAL LIABILITY PRODUCTS-COMPIOP AGO. S CLAIMS MADE OCCUR. PERSONAL & ADV. INJURY 3 A X OWNER'S&CONTRACTOR'SPROT. TO BE ASSIGNED 02-24-92 02-24-93 EACH OCCURRENCE s 500,000. FIRE DAMAGE (Any one fire) S MED. EXPENSE Wry one parson) S AUTOMOBILE LIABILITY COMBINED SINGLE ANY AUTO wl LIMIT ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Par POF8011) HIRED AUTOS BODILY INJURY NON -OWNED AUTOS (Per accident) i. GARAGE LIABILITY PROPERTY DAMAGE EXCESS LIABILITY EACH OCCURRENCE 3 UMBRELLA FORM AGGREGATE OTHER THAN UMBRELLA FORM WORKER'S COMPENSATION STATUTORY LIMITS EACH ACCIDENT AND DISEASE —POLICY LIMIT 3 EMPLOYERS' LIABILITY DISEASE —EACH EMPLOYEE 5 OTHER A BUILDERS' RISK TO BE ASSIGNED 02-24-92 02-214-93 $75,000. 1,000. DEDUCTIBLE DESCRIPTION OF 0 PE RATION SILOCATIONSIVEN ICLESISP ECIAL ITEMS PROJECT 11806 HVAC RENOVATION CIVIC CENTER CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE CITY OF LUBBOCK EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO PO BOX 2000 MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LUBBOCK TX 79401 LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. AUTHOR CACORD ORPORATION 1990 ' Form No. 77 Effective eas June 1, 1944 i r GENERAL CHANGE ENDORSEMENT Attached to and forming part of Policy No ... RAB.4£t .9.8-of the ...... COMMERCIAIL.-UNIO.N............._.Insurance Company of.............................._..................._......,,............................._.., issued at its .......... KITHIIQCK................. ............... .............. Texas Agency. Dated ... ..... 0.3 11-91.................... -........... ... QUI-SENBE-RRY.... &...AS_SQC-IATE.S.,....IXC...__. Agents. Insured__..C.QKFQRT_.-MASTEF,..HEATING... &._AZC... INC .............................................. ................................ :..................................... Other conditions remaining the same, this Policy is amended as of .......... 0.2 7n2m9.2..........-19......... as follows: Fer same Offico vat IT IS HEREBY UNDERSTOOD AND AGREED THAT THE CITY OF LUBBOCK IS NAMED AS ADDITIONAL INSURED.,FOR THE SPECIFIC JOB OF HVAC RENOVATION — CIVIC CENTER — PROJECT BID #11806. If premium adjustment is made 5I1 in the blanks below, in detail. ORIGINAL POLICY DATA POLICY DATE: PREMIUM ADJUSTMENT PERILS Awns oins Total Insurance Old Rate New Rate Additional Premium Return Premium F Fire R Normal j = F FR % Actual EEC. xxx :=zzx: E R Rents R TOTAL raN Location. .............................. . ................................................................................................................... ................. ......... Texas No, and Street Addition Town Lot........................ Block... .............. -...... Map Page ............... ........ File No ................ _....... Occupancy..- ...................... ....-.......... rProperty Insured .... .......... .................................................................................................................................................. .......... (State whether Building, Household Goods, stuck, Furniture, Fixtures and/or Machinery, or Content@, and _......................._................................... _..._............-..--.....-....-.-._............-........................................_.............................._............. whether Specific or Blanket. If Specific, state amount on aseh Item, if more than one,) r Prescribed by The State Board of Insurance. UNPUBLISHED Basis._-----------.___....-._ Roof ... ............. ._ Flue..»...................._..._� Tenant....-...._._ .. ._ Exposure.._.,.__.._ Key Rate._......_ Tota l...._.._...._..-_. Exper. % Annual .......... .. Term._ _..... _.......... __...— PUBLISHED Gross ............... _ Exper. % Total__., .... . ....... ti Coins Annual...._... Term r Eff--.0 Form No. 77 GENERAL CHANGE ENDORSEMENT Effective June 1, 1944 Attached to and forming part of Policy NOCRRI.Q.7.0.1.6.... of the.... COMMERCIAL....UNION ...................Insurance Company of..., _..._...... ,issued at its ............... LUBBOCK. . Texas Agency. Dated Y._...... ..Q.-O�._-.9.................................. QUISENDERRY.... &... Agents. Insured..CO.IMF:CAT... EA.STER—HE,ATIN.G._&... .......—....... ..................... ....... .............................. _......... ......... ............. ..... . Other conditions remaining the same, this Policy is amended as of ....... 2.- 2A:792................. 19......... as follows; 1 For Roma Office vn IT IS HEREBY UNDERSTOOD AND AGREED THAT THE CITY OF LUBBOCK IS NAMED AS ADDITIONAL INSURED,,FOR THE SPECIFIC JOB OF HVAC RENOVATION — CIVIC CENTER —PROJECT BID #11806. rV If premium adjustment is made fill in the blanks below, in detail. ORIGINAL POLICY DATA POLICY DATE: From ........ PREMIUM AD]USTMENT PERILS o! sins Tote] Insurance Old Rate New Rate Additional Premium Return Premium F Fire = Normal i 1 F FR qa Actual E E.C. x x Is x x x x x x E R Rents R TOTAL Location............................................................................................................................................................................... Texas No. and Street Addition Town Lot........................ Block ........................ Map Page ...................... File No ......................... Occupancy ............. ........................... PropertyInsured................................................................................................................................. (State whether Building, Household Goods, Stock, Furniture, Fixtures and/or Machinery, or Contents, and ............ ....................... ....... ...».................................................... ...................................................................... whether Specific or Blanket. If Specific, state amount on each Item, if were than one.) Prescribed by The State Board of Insurance. UNPUBLISHED Basis... ..... Roof............... Flue...... ............... _ Tenant ..... ......... ____ Exposure .............. Key Rate........-.�- Total ............. Exper. Annual......-....... Term__... . ----- - — - PUBLISHED Gross. _-...__-._............._._ Expee. � Tot si . .............. .. _..... Cans % Annual—_____ Term r r { The FIDELITY AND DEPOSIT COMPANY OF MARYLAND •' c COLONIAL AMERICAN CASUALTY AND SURETY COMPANY Cr�rrlpartfes HOME OFFICES: BALTIMORE. MD. 21203 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, corporations of the State of Maryland, by C. M. PECOT, JR. , Vice -President, and C. W. ROBBINS , Assistant Secretary, in pursuance of authority granted by Article VI, Section 2 of the respective By -Laws of said Companies, which are set forth on the reverse side he eof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute and Gha C. Quisenberry and Sandra Burdette, both of Lubbock, Texas, EACH _,eQ`z ...{�° ...... i c rue an aw u agent and Attorney -in -Fact of each, to R"execute, �d deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and takin " .EXCEPT bonds on behalf of Independent Executors, Community Survivors and ' unitr rdians Xna e execution of such bonds or undertakings in nce of t sents, shall he as binding upon said Companies, as fully and amply, to all intents and purposes, as if the e a en duly a ed and acknowledged by the regularly elected officers of the respective Companies at their offices in B e, Md., ' r qwn proper persons, This power Of attorney revokes that issued on beha Char IWIC. Quisenberry, etal, dated, April 26, 1989. IN WITNESS WHEREOF, the said Vi idents anAMPANY rant Secretaries have hereunto subscribed their names and affixed the Corporate Seals of the said FiD AND DEOF MARYLAND and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY Ilit5_ __ __t_.__ _ ______ 'i�January— --------- _____ _.-, A.D. 1991- ATTEST: ,DELITY AND DEPOSIT COMPANY MAR ' AND By ---------- ------------ -(-------- ------- _----- s rtssisGurt Secretary I ce-President COLONIAL AMERICAN CASUALTY AND TY MPANY Z� A' l SEAL;3 ih�J--�L'^�^'�'�� - - B ------ - - y-------- - - ---------------- Assistant Secretary ice Presic�edt STATE OF MARYLAND CITY OF BALTIMORE i S5: On this lst day of January , A.D. 19 9z before the subscriber, a Notary Public of the State of Maryland, in and for the City of Baltimore, duly commissioned and qualified, came the above -named Vice -Presidents and Assistant Secretaries of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, to me personally known to be the individuals and officers described herein and who executed the preceding instrument, and they each acknowledged the execution bf the same, and being by me duly sworn, severally and each for himself deposcth and saith, that they are the said officers of the Companies aforesaid. and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, 1 have hereunto set my hand and affixed my Official Fl?_.,.r�y the, a y list above written. 7 Public CAROL J. FADER 41C My commission expires_-_-- CERTIFICATE 1, the undersigned Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the COLONIAL AMERICAN k CASUALTY AND SURETY COMPANY do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the Vice -Presidents who executed the said Power of Attorney were Vice -Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2 of the r respective By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY - This certificate may be signed by facsimile under and by authority of resolutions of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 16th day of July, 1969 and of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the Sth day of December, 1991. RESOLVED: "That the facsimile or mechanically reproduced signature of any Assistant Secretary of the Company, whether made heretofore or hereafter, whenever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Com- pany with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 2 ` TH-----day of --- FEBRUARY------- ------------ 19-. 9 2 168-5158~ AsStstanr Secreran EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice -President, or any of the Senior Vice - Presidents or Vice -Presidents specially authorized so to do by the Board of Directors or by the Executive Commmittee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice -Presidents, Assistant Vice -Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,... and to affix the seal of the Company thereto." EXTRACT FROM BY-LAWS OF COLONIAL AMERICAN CASUALTY AND SURETY COMPANY "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice -President, or any of the Senior Vice - Presidents or Vice -Presidents specially authorized so to do by the bard of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice -Presidents, Assistant Vice -Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertakings, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,... and to affix the seal of the Company thereto." 1k LA t'Mrx}-ctr. CONTRACT r r l r i i r r -22- (THIS PAGE LEFT BLANK INTENTIONALLY) 7 CONTRACT STATE OF TEXAS COUNTY OF LUBBOCK r,. THIS AGREEMENT, made and entered into this March 12, 1992, by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through B.C. McMinn, Mayor, thereunto authorized to do so, hereinafter referred to as OWNER, and COMFORT MASTERS HEATING & A/C. INC. of the City of LUBBOCK, County of LUBBOCK and the State of TEXAS, hereinafter termed CONTRACTOR. r 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 CON- TRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as fol- lows: BID 9 11806 - CIVIC CENTER H.V.A.C. RENOVATIONS PROJECT IN THE AMOUNT OF $76,452.000. 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 proposal 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. ATTEST: Corporate Secretar CITY OFF LUBBOCK, TEEX/ASS (OWNER) BY��L'."1t�__.Ll��y MAYOR COMFORT 14ASTERS HEATING & A/C. INC. C T C By: jxi .•. TITLE: COMPLETE ADDRESS: PO BOX 93452 LUBBOCK, TX 79493-3452 -23- GENERAL CONDITIONS OF THE AGREEMENT a .1* -24- (THIS PAGE LEFT BLANK INTENTIONALLY) 1 . M r GENERAL CONDITIONS OF THE AGREEMENT 1. OWNER Whenever the word Owner, or the expression Party of the First Part, or First Party, are used in this con- tract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR Whenever the word Contractor, or the expression Party of the Second Part, or Second Party, is used, it shall be understood to mean the person, persons, co -partnership or corporation, to -wit: COMFORT MASTERS HEATING & �+ A/C, INC., who has agreed to perform the work embraced in this contract, or to his or their legal representative. 3. OWNER'S REPRESENTATIVE rWhenever the word owner's Representative or representative is used in this contract, it shall be understood as referring to JERRY SMITH, DIRECTOR OF BUILDING SERVICES, City of Lubbock, under whose supervision these r' contract documents, including the plans and specifications, were prepared, and who will inspect construc- tions; or to such other representative, supervisor, or inspector as may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisor or inspectors will act for the owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or men acting in behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract documents shall consist of the Notice to Bidders, General Instructions to Bidders, Proposal, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of r the Agreement (if any), Specifications, Plans, Insurance Certificate, and all other documents made available to Bidder for his inspection in accordance with,he Notice to Bidders. 5. 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, r" designation or prescription of the Owner's Representative is Intended; and similarly, the words "Approved," j "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. Whenever in the Specifications or drawings accompanying this agreement, the terms of description of various qualities relative to finish, workmanship, or other qualities of similar kind which cannot, from their na- ture, be specifically and clearly described and specified, but are necessarily described in general terms, the fulfillment of which must depend on individual judgment, then, in all such cases, any question of the fulfillment of said Specifications shall be decided by the owners Representative, and said work shall be done in accordance with his interpretations of the meaning of the words, terms, or clauses defining the character of the work. 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 pe p contemplated by these contract documents. Owner shall have no re- sponsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated r r� -25- by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor. T. 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 him who gives the notice. B. WORK Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, 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 docu- ments. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a goal 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 docu- ments 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 Owners 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 Contractors 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 with one copies of all Plans, Profiles and Specifications without expense to him and he shall keep one copy of same consistently accessible on the job site. 12. RIGHT OF ENTRY The Owners Representative may make periodic visits to the site to observe the progress of quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract docu- ments. He will not be required to make exhaustive or continuous on -site inspections to check the quality or quantity of the work, nor will he be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. His efforts will be directed towards providing assurances for the Owner that the completed project will conform to the requirements of the contract docu- ments, but he will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. On the basis of his on -site observations, he will keep the Owner informed of the progress of the work and will endeavor to guard the Owner against defects and deficiencies in the work of the Contractor. -26- r 13. LINES AND GRADES rAll lines and grades shall be furnished by the Owner's Representative whenever necessary for the commence- ment of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend his work in order to permit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Con- tractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Repre- sentative 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 him, his Subcontractors, or his employees, such stakes, marks, etc., shall be replaced by the Owner's Representa-tive 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 r, Representative shall review all work included herein. He has the authority to stop the work whenever such stoppage may be necessary to insure the proper execution of the contract. In order to permit delays and ' disputes and to discourage litigation, it is further agreed that 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 this contract. He shell determine all questions in relation to said work 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 Owner's Representative's estimates and findings shall be conditions precedent to the right of the parties hereto to arbitration or to any action on the contract, and to any rights of the Contractor to receive any money under this contract; provided, however, that should Owner's Representative render any decision or give any direction, which in the opinion of either party hereto, is not in accordance with the meaning and intent of this contract, either party may file with said Owner's Representative within 30 days his written objection to the decision or direction so rendered, and by such action may reserve the right to submit the questions so raised to arbitration as hereinafter provided. It is the intent of this Agreement that there shall be no delay in the execution of the work, therefore, written decisions or direc-tion of the owner's Representative as rendered shall be promptly carried out, and any claim arising there- from shall be thereafter adjusted to arbitration was hereinafter provided. r The Owner's Representative shall, within a reasonable time, render and deliver to both the owner and the Contractor a written decision on all claims of the parties hereto and on all questions which may arise rela- tive to the execution of the work or the interpretation of the contract, specifications and plans. Should the Owner's Representative fail to make such decision within a reasonable time, an appeal to arbitration may ;^ be taken as if his decision had been rendered against the party appealing. 15. SUPERINTENDENCE AND INSPECTION f•" ' 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 r„ may deem proper to inspect the materials furnished and the work done winder this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Con- tractor 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 r 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 six (a) days make written appeal to the Owner's Representative for his decision. -27- 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 his absence and all directions given to him shall be binding as if given to the Contractor. 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 Con- tractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives will not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of his 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 himself as to the na- ture and location of the work, the confirmation of ;the ground, the character, quality and quantity of mate- rials 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 effect the work under this contract. No verbal agreement or conversation with any officer, agent, or employee of the Owner, either before or after the execution of this contract, shall effect or modify any of the terms or obligations herein contained. 18. CHARACTER OF WORKMEN The Contractor agrees to employ only orderly and copetent men, 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 him in writing that any man or men on the work, are, in his opinion, incompetent, unfaithful, or dis- orderly, such man or men shall be discharged from the work and shall not again be employed on the work with- out the Owner's Representative's written consent. 19. CONSTRUCTION PLANT u The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecu- tion and completion of this contract where it is not otherwise specifically provided that Owner shall fur- nish same, and it is also understood that Weer 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 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 ob- servation, 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. -28- PM r 21. OBSERVATION AND TESTING r" The Owner or Owner's Representative shall have the right at all reasonable times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such obser- vation and testing at any location wherever work is in preparation or progress. Contractor shall ascertain �. the scope of any observation which may be contemplated by Owner or Owner's Representative and shall give am - pie notice as to the time each part of the work will be ready for such observation. Owner or Owner's Rep- resentative may reject any work found to be defective or not in accordance with the contract documents, re- gardless of the stage of its completion or the time or place of discovery of such errors and regardless of r* whether Owner's Observer has previously accepted the work through oversight or otherwise. If any work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Repre- sentative, be uncovered for examination at Contractor's expense. In the event that any part of the work is r" being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representa- tive 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 tocation where that part of the Ir 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. r If any 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 Represents- �.. tive, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspec- tions, 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 approval, and any work which meets the requirements of any such tests or approval but does not meet the requirements of the contract documents shall be considered defective. Such defective work shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by P_ Owner, Owner's Representative, or other persons authorized under this agreement to make such inspections, tests, or approvals shall relieve the -Contractor from his obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is further agreed that if the work or any part thereof, or any material brought on the site of the work i� for use in the work or selected for the same, shall be deemed by the Owner or owners' Representative as un- suitable or not in conformity with plans, specification and contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and re- build or otherwise remedy such work so that it shalt be in full accordance with this contract. It is fur- ther agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 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 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 in- crease 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 rwork under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In r .29- case the Owner shall make such changes or alterations as shall make useless any work already done or mate - riot already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for any actual loss occasioned by such change, due to 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, al- teration or addition to the work as shown on the plans and specifications or contract documents and not cov- ered by Contractor's proposal, 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 Represents- tive 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 com- menced, then the Contractor shall be paid the actual field cost of the work, plus fifteen (15%) per cent. In the event said extra work be performed and paid for under Method (C), then the provisions of this Para- graph 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, together with ail expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workmen's Compensation and ell 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 mat- ters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of Machin- ery 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 com- pensate him for his profit, overhead, general superintendence and field office expense, and ell other ele- ments 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 Dwner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which he should receive compensation or an adjustment in the construction time, he shall make written request to the Owner's Repre- sentative 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 in- sists 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 provided under Method (C). The Contractor will thereby preserve the right to submit the matter of payment to arbi- tration as herein below provided. -30- i 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of this contract that all work described in the proposal, 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. If the Contractor finds any discrepancies or omissions in these plans, specifications, or contract documents, he should notify the Owners' Representative and obtain a clarification before the bids are received, and if no such request is received by the owner's Representative prior to the opening of bids, then it shall be considered that the Contractor full understands the work to be included and has y provided sufficient sums in his proposal to complete the work in accordance with these plans and specifications. It is further understood that any re- quest for clarification must be submitted no later than five days prior to the opening of bids. 26. RIGHT OF OWER TO MODIFY METHODS AND EQUIPMENT P 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 speci- fied, the Contractor shall, if so ordered in writing, increase his 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 The Contractor shall take out and procure a )Doticy or policies of Workmen's Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workmen's Compensation laws of the State of Texas. The Contractor shell at ell times exercise reasonable r precaution for the safety of employees and others on or near the work and shell comply with all applicable provisions of federal, state and municipal laws end building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Marvel of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, his sureties and insurance carriers shall defend, indem- nify and save harmless the Owner and all of its officers, agents and employees from all suits, actions, or • claims of any character whatsoever, brought for or on account of any injuries or damages received or sus" ►-� tanned by any person or persons or property, on account of any negligent act or fault of the Contractor or any subcontractor, their agents or employees, in the execution and supervision of said contract, and the project which is the subject matter of this contract, on account of the failure of Contractor or any subcon- tractor to provide necessary barricades, warning lights, or signs and will be required to pay any judgment with costs which may be obtained against the owner or any of its officers, agents, or employees ircluding attorney's fees. The safety precautions taken shalt be the sole responsibility of the Contractor, in his sole discretion as an Independent Contractor; inctusion 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 pro- gresses, are intended as reminders to the Contractor of his duty and shall not be construed as any assump- tion of duty to supervise safety precautions by either the Contractor or any of his subcontractors. r -31- 28. CONTRACTOR'S INSURANCE The Contractor shall procure and carry at his sole cost and expense through the life of this contract, in- surance protection as hereinafter specified. Such insurance shall be carried with an insurance company au- thorized 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. Comprehensive General Liability Insurance The contractor shall have Comprehensive General Liability Insurance with limits of $300,000 Bodily Injury and $300,000 Property Damage per occurrence to include: Premises and Operations Explosion 8 Collapse Hazard Underground Damage Hazard Products 6 Completed Operations Hazard Contractual Liability Independent Contractors Coverage Personal Injury (with exclusion 110 waived) i The City is to be named as an additional insured on this policy for this specific job, and copy of the endorsement doing so is to be attached to the Certificate of Insurance. B. Owner's Protective or Contingent Public Liability Insurance and Property Damage Liability Insurance. The Contractor shall obtain an owner's Protective or Contingent Public Liability Insurance policy naming the City of Lubbock as insured and the amount of such policy shall be as follows ` For bodily injuries, including accidental death, $500,000 per occurrence, and $100,000 for Property Damage. C. Comprehensive Automobile Liability Insurance The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury $250/500,000 Property Damage $100,000 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 and copy of the endorsement doing so is to be attached to the Certificate of Insurance. D. Builder's Risk insurance The Contractor shall obtain a Builder's Risk policy in the amount of (100% of poten- tial loss) naming the City of Lubbock as insured. -32- F E. Excess or Umbrella Liability Insurance The Contractor shall have Excess or Umbrella Liability Insurance in the amount of (S1,000,000 minimum) with coverage to correspond with Comprehensive General Liability and Comprehen- sive Automobile Liability coverages, The City is to be named as an additional insured on this policy for this specific job and copy of the endorsement doing so is to be attached to the Certificate of Insurance. J F. Worker's Compensation and Employers Liability Insurance As required by State statute covering all employees whether employed by the Contractor or any Sub- PM contractor on the job with Employers Liability of at least S100,000 limit. G. 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 r 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 in- sured at the address shown in the bid specifications. (b) 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) con- tained in the job specifications. No substitute of nor amendment thereto will be accept- able. 29. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS, LABORERS, MATERTALMEN LAND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES The Contractor agrees that he will"indemnify and save the Owner harmless from all claims growing out of any demands of subcontractors, laborers, workmen, mechanics, materialmen and furnishers of machinery and parts thereof, equipment, power tools, all suppliers, including commissary, incurred in the furtherance of the performance 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. r If during the progress of the work, Contractor shall allow any indebtedness to accrue for work furnished by any of those designated in the preceding paragraph and shall fail to pay and discharge any such indebtedness within five (5) days after demand is made, then Owner may, during the period for which such indebtedness -33- shall remain unpaid, withhold from the unpaid portion of this contract, a sum equal to the amount of such .unpaid indebtedness or may apply the sum so withheld to discharge any such indebtedness. Any and all camvunications between any party under this paragraph must be in writing. 30. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The contractor shall pay all royalties and license fees, and shall provide for the use of any design, de- vice, material or process covered by letters patent or copyright by suitable legal agreement with the Paten- tee or Owner thereof. The Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner 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 speci- fied or required in these contract documents by Owner; provided, however, if choice of alternate design, de- vice, material or process is allowed to the Contractor, then Contractor shall indemnify and save owner harm - Less from any loss on account thereof. If the material or process specified or required by owner is an in- fringement, the Contractor shall be responsible for such loss unless he promptly gives written notice to the owner of such infringement. 31. 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 effect the contract or the work, and shaft indemnify and save harmless the Owner against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor or his employees. If the Contractor observes that the plans and specifications are at variance therewith, he shall promptly notify the Owners' Representative in writing and any necessary changes shall be adjusted as provided in the contract for changes in the work. If the Contractor performs any work knowing it to be contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, he shalt bear all costs arising therefrom. The Owner is a municipal corporation of 4he State of Texas and the law from which it derives its powers, in- sofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. ° 32. ASSIGNMENT AND SUBLETTING The Contractor further agrees that he will retain personal control and will give his personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from his full obligations to the Owner, as provided by this contractual agreement. 33. TIME FOR COMPLETION AND LIQUIDATED DAMAGES it is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of begiming and time for completion as specified in the contract of'work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced on a date to be specified in the Notice to Proceed. If the Contractor should neglect, fail, or refuse to complete the work within the time herein specified, or any proper extension thereof granted by the Owner, then the Contractor does hereby agree as part of the car sideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $100.00 (ONE HUNDRED DOLLARS) PER DAY, not as a penalty, but as liquidated damages MM PM ` for the breach of the contract as herein set forth for each and every calendar day that the Contractor shall be in default after the time stipulated for completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the com- pletion of the work described herein is reasonable time for the completion of the same, taking into consid- eration the average climatic change and conditions and usual industrial conditions prevailing in this Local-ity. The amount Is fixed and agreed upon by and between the Contractor and the Owner because of the impractica- bility and extreme difficulty in fixing and ascertaining actual damages the Owner would in such event sus- tain, and the amount is agreed to be damages the owner would sustain and shall be retained by the Owner from current periodical estimates for payments or from final payment. r It is further agreed and understood between the Contractor and Owner that time is of the essence of this contract. f� 34. TIME AND ORDER OF COMPLETION it is the waning and intent of this contract, unless otherwise herein specifically provided, that the Con- tractor shall be allowed to prosecute his work at such time and sessions, in such order of precedence, and In such manner as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, In accordance with this contact, the plans and specifications, and within the time of completion designated in the proposals; provided, also, that when the Owner is having other work done, either by contract or by his own force, the Owner's Representative may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor proposes to carry on the work, with dates at which the Contractor will start the several partq of the work and estimated dates of completion of the sev- eral parts. 35. EXTENSION OF TIME The Contractor agrees that he has submitted his proposal in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 33 hereinabove set forth and that he shall not be entitled to, nor will he request, an extension of time on this contract, except when his work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the owner or other contractors employed by the owner, or by changes ordered in the work, or by strike, walk -outs, acts of God or the public enemy, fire or flood. The Contractor may apply in writing for an ex- tension of time, submitting therewith all written justification as may be required by Owner's Representative r for such an extension as requested by Contractor. The Owner's Representative within ten CIO) days after re- ceipt of a written request for an extension of time by the Contractor supported by all requested docu- mentation shell then submit such written request to the City Council of the City of Lubbock for their con- sideration. Should the Contractor disagree with the action of City Council on granting an extension of time, such disagreement shall be settled by arbitration as hereinafter provided. 36. HINDRANCE AND DELAYS In executing the contract agreement, the Contractor agrees that in undertaking to complete the work within ri the time herein fixed, he has taken into consideration and made allowances for all hindrances and delays in- cident to such work, whether growing out of delays In securing material or workmen or otherwise. No charge r+� -35- shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the judgment of the owner's Representative that is caused by such stoppage shall be paid by owner to Contractor. 37. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then owner and Contractor agree that this contract, Including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their proposals of- fered for the work. It is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project. 38. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and he shall be Liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. The Contractor agrees tofindertnify, save and hold harmless the Owner against any claim or claims for damages due to any injury to any adjacent or adjoining property, arising or growing out of the perfor- mance of this contract, but such indemnity shall not apply to any claim of any -kind arising out of the exis- tence or character of the work. 34. PRICE FOR WORK in consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by him and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owne N s Representative. 40. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of de- fective work. Contractor shall at any time requested during the progress of the work furnish the owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy owner, by affidavit or otherwise, that there are no outstanding liens against owner's premises by reason of any work under the con- tract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner which have not theretofore been timely filed as provided in this contract. -36- .. ' 41. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an applica- tion for partial payment. Owner's Representative shall review said application for partial payment and the progress of the work made by the Contractor and if found to be in order shall prepare a certificate for par- tial payment showing as completely as practical the total value of the work done by the Contractor up to and Including the last day of the preceding month; said statement shall also include the value of all sound ma- terials delivered on site of the work that are to be fabricated into the work. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner Lander the terms of this agreement. It is understood, however, that in case the whole work be near to completion, and this fact is certified to by owner's Representative and some unexpected and some unusual delay occurs due to no fault or negligence on the part of the Contractor, the Owner may upon written recommendation of Owner's Representative pay a reasonable and equitable portion of the retained per- centage due Contractor. 42. FINAL COMPLETION AND ACCEPTANCE Within thirty-one (31) days after the Contractor has given the Owner's Representative written notice that the work has been completed or substantially completed, the owner's Representative and the Owner shall in- spect the work and within said time, if the work be found to be completed or substantially completed in ac- cordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor his certificate of completion, and thereupon it shall be the duty of the owner within thirty-one (31) days to r^ issue a certificate of acceptance of the work to the Contractor. 0 43. FINAL PAYMENT r Upon the issuance of the certificate of completion, the Owner's Representative shall proceed to make final measurement and prepare a final statement of the,.value of all work performed and materials furnished under the terms of the agreement, and shall certify some to the Owner, who shall pay to the Contractor on or be- fore the 31st day after the date of certificate of completion, the balance due Contractor under the terms of this agreement, provided he has fully performed his contractual obligations under the terms of this con- tract; and said payment shall become due in any event upon said performance by the Contractor. Neither the certificate of acceptance nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the special condi- tions (if any) of this contract or required in the specifications made a part of this contract. 44. CORRECTION OF WORK BEFORE FINAL PAYMENT FOR WORK Contractor shall promptly remove from Owners' premises all materials condemned by the owner's Representative on account of failure to conform to the contract, whether actually incorporated in the work or not, and Con- tractor shall at his own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract. Contractor shall also bear the expense of restoring ali work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such r^ 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. r 45. CORRECTION OF WORK AFTER FINAL PAYMENT a s 4 Neither the final payment nor certificate nor any provision in this contract shall relieve the Contractor of responsibility for faulty materials or workmanship, and he 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 substantial completion. The Owner or the Owner's Representative shall give notice of observed de- fects with reasonable promptness. 46. PAYMENT WITHHELD The Owner may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certificate to such extent as may be necessary to protect himself from loss on account of: Defective work not remedied. Claims filed or reasonable evidence indicating possible filing of claims. Failure of the Contractor to make payments promptly to subcontractors or for materials or labor. Damage to another contractor. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, which will protect the Owner in the amount withheld, payment shall be made for amounts withheld because of them. 47. TIME OF FILING CLAIMS 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) days after the Owner's Representative has given any directions, order or instruction to which the Contractor desires to take exception. The Owners' Representative shall reply to such written exceptions by the Contractor and render his final decision in writing. In case the Contractor should appeal from the decision of the Owner's Representative, any demand for arbitration shall be filed with the Owner's Representative and the Owner in writing within ten (10) days after the date of delivery to Contractor of the final decision of the Owner's Representative. It is further agreed that final acceptance of the work by the owner and the acceptance by the Contractor of the final payment shalt be a bar to any claim by either party, except where noted other- wise in the contract documents. 48. ARBITRATION All questions of dispute under this agreement shall be submitted to arbitration at the request of either party to the dispute.. The parties may agree upon one arbitrator, otherwise, there shall be three; one named In writing by each party and the third chosen by the two arbiters selected; or if the arbiters fail to se- lect a third within ten (10) days, he shall be chosen by the District Judge, 72nd Judicial District of Texas. Each arbiter shall be a resident of the City of Lubbock. Should the party demanding arbitration fail to name an arbiter within ten (10) days of the demand, his right to arbitrate shall lapse, and the de- cision of the owner's Representative shall be final and binding on him. Should the other party fail to choose an arbiter within ten (10) days, the Owner's Representative shall appoint such arbiter. Should ei- ther party refuse or neglect to supply the arbiters with any papers or information demanded in writing, the arbiters are empowered by both parties to take Ex Parte Proceedings. The arbiters shall act with promptness. The decision of any two shall be binding on both parties to the contract, unless either or both parties shall appeal within ten (10) days from date of the award by the ar- biters, and it is hereby agreed that each party shall have the right of appeal and all proceedings shall be according to and governed by Arbitration Statutes of Texas, being Article 224, et seq., Vernon's Annotated Civil Statutes. THE DECISION OF THE ARBITERS UPON ANY QUESTION SUBMITTED TO ARBITRATION UNDER THIS CONTRACT SHALL BE A CONDITION PRECEDENT TO ANY RIGHT OF LEGAL ACTION. -38- Pon The arbiters, if they deem the case demands it, are authorized to award the party whose contention is sus- tained, such sums as they deem proper for the time, expense and trouble incident to the appeal, and If the t^ appeal was taken without reasonable cause, they may award damages for any delay occasioned thereby. The ar- biters shall fix their own compensation, unless otherwise provided by agreement, and shall assess the costs and charges of the arbitration upon either or both parties. The award of the arbiters must be made in writ-ing and shall not be open to objection on account of the forms of proceedings or award. f c 49. ABANDONMENT BY CONTRACTOR r In case the Contractor should abandon and fail or refuse to resume work within ten (10) days after written notification from the owner or the Owner's Representative, or if the Contractor fails to comply with the or- ders of the Owner's Representative, when such orders are consistent with this contract, this Agreement, or I� the Specifications hereto attached, 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. After receiving said notice of abandonment, the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive err/ rrental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In case the Surety should fail to commence compliance with the notice for completion hereinbefore provided for within ten (10) days after service of such notice, then the owner may provide for completion of the work in either of the following elective manners: (a) The owner may employ such force of men and use of machinery, equipment, tools, materials and sup- plies as said owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner trout of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense Is less than the sum which would have been payable under this contract, if the same had been com- pleted by the Contractor, then said Contractor shall receive the difference. In case such expense Is greater than the sum which would have been payable under this contract, if the same had been com- plated by said Contractor, then the Contractor and/or his Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspa- per having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. However, should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. . When the work shall have been substantially completed, the Contractor and his Surety shall be so notified and certificates of completion and acceptance, as provided in paragraph 42 hereinabove set forth, shall be m� issued. A complete itemized statement of the contract accounts, certified to by owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, whereon the Contractor or his Surety, or the owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certificate of completion. PM -39- In the event the statement of accounts shows that the cost to complete the work is less then that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After maiting, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety subject only to the duty of the owner to exercise ordinary care to protect such property. After fifteen (15) days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machin- ery, equipment, tools, materials, or supplies which remain on the *jobsite and belong to persons other than the Contractor or his Surety, to their proper owners. 50. ABANDONMENT BY OWNER In case the Owner shall fail to comply with the terms of this contract, and should fail or refuse to comply with said terms within ten (10) days after written notification by the Contractor, then the Contractor may suspend or wholly abandon the work, and may remove therefrom all machinery, tools, and equipment, and all materials on the ground that have not been included in payments to the Contractor and have not been incorpo- rated into the work. Thereupon, the Owner's Representative shall make an estimate of the total amount earned by the Contractor, which estimate shall include the value of all work actually completed by said Con- tractor at the prices stated in the fthe attached proposal, the value of all partially completed work at a fair and equitable price, and the amount of all Extra York performed at the prices agreed upon, or provided for by the terms of this contract, and a reasonable sum to cover the cost of any provisions made by the Con- tractor to carry the whole work to completion, and which cannot be utilized. The owner's Representative shall then make a final statement of the balance due the Contractor by deducting from the above estimate all. previous payments by the owner and all other sums that may be retained by the Owner under the terms of this Agreement, and shall certify same to the Owner who shall pay to the Contractor on or before thirty (30) days after the date of the notification by the Contractor the balance shown by said final statement as due the Contractor, under the terms of this Agreement. 51. BONDS The successful bidder shall be required to furnish a performance bond and payment bond in accordance with Article 5160, Vernon's Annotated Civil Statutes in the amount of 100% of the total contract price, in the event said contract price exceeds $25,000.00. If the contract price does not exceed $25,000.00, the statu- tory bonds will not be required. All bonds, if required, shall be submitted on forms supplied by the Owner, and executed by an approved Surety Corpany authorized to do business in the State of Texas. And it is fur- ther agreed that this contract shall not be in effect until such bonds are so furnished. 52. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special con- ditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. -40- 53. LOSSES FROM NATURAL CAUSES Unless otherwise specified herein, all loss or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the same, or from unusual obstructions or difficulties which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 54. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and au- thority to direct, supervise, and control his 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 ob- serve Contractor's work during his 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. 55. 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 he shall remove all such debris and also his 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. J -41- 46 CURRENT WAGE DETERMINATIONS i .42- (THIS PAGE LEFT BLANK INTENTIONALLY) Fw— DGV:da RESOLUTION Resolution #2502 January 8, 1987 Agenda Item #18 WHEREAS, the City Council has heretofore established the general -- prevailing rate of per diem wages for each craft or type of workmen or mechanics needed to execute public works contracts for the City of Lubbock "in accordance with the provisions of Vernon's Ann.Civ.St., Art. 5159a; and 'WHEREAS, such wage rates were established by Resolution No. 719 enacted February 12, 1981, updated by Resolution No. 1590 enacted February .:23, 1984; and WHEREAS, such rates need to be updated at the present time in order to reflect the current prevailing rate of per diem wages; NOW THEREFORE: BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the general prevailing rate of per diem wages for public works ,contracts shall be as set forth in the following named exhibits, which exhibits shall be attached hereto and made a part hereof for all intents and purposes: Exhibit A: Building Construction Trades ' Exhibit B: Paving and Highway Construction Trades Exhibit C: Electrical Trades Exhibit D: Overtime Rate Exhibit E: Weekend and Holiday Rate Such wage rates are hereby Found and declared'to be the general prevailing rate of per diem wages in all localities where public works are undertaken on behalf of the City of Lubbock and such wage rates shall be included in all public works contracts as provided by law. y Passed by the City Council this 8th day of January 1987. . iTE' • Ranette..Boyd, City Secretary Y APPROVED T ONTENT: , Bill- P yne, 0 rector of Building Services B.C. McMINN, MAYOR APPROVED AS TO FORM: Do I G' Vandiver, First Assistant City Attorney EXHIBIT A City of Lubbock Building Construction Trades Prevailing Rates Craft Acoustical Ceiling Installer Air Conditioner Installer Air Conditioner Installer -Helper Bricklayer Bricklayer -Helper Carpenter Carpenter -Helper Cement Finisher Drywall Hanger Electrician Electrician -Helper Equipment Operator Heavy Light 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 Hourlv Rate $11.60 8.35 5.50 10.50 5.00 11.00 5.50 7.35 8.70 10.50 5.25 8.00 5.70 8.00 7.50 9.50 5.00 - 7.30 4.75 5.60 8.75 9.25 6.00 _ 7.65 4.75 8.75 5.50 8.00 r., i .- PM EXHIBIT B Paving and Highway Construction Prevailing Wage Rates Craft Asphalt Heaterman Asphalt Shoveler Concrete Finisher Concrete Finisher -Helper Electrician Flagger Form Setter Form Setter -Helper Laborer, General Laborer, Utility Mechanic Mechanic -Helper POWER EQUIPMENT OPERATORS Asphalt Paving Machine Bulldozer Concrete Paving Machinist Front End Loader Heavy Equipment Operator Light Equipment Operator Motor Grade Operator. Roller Scraper y Tractor Truck Driver - Light Heavy Hourly Rate $5.25 4.75 7.35 4.75 10.50 4.75 6.50 5.50 4.75 5.80 6.50 6.00 6.00 5.25 6.50 5.85 6.40 6.40 8.00 5.25 5.25 5.50 5.25 5.25 EXHIBIT C Electric Construction Trades Prevailing Wage Rates Craft Hourly Rate Power Line Foreman $11.00 Lineman Journeyman 10.45 Lineman Apprentice Series 8.90 Groundman Series 7.25 EXHIBIT D Prevailing Wage Rates Overtime Rate The rate for overtime (in excess of forty hours per week) is l 1/2 times base rate. EXHIBIT E Prevailing Wage Rates Weekend and Holiday Rate The rate for weekend and holiday is.l 1/2 times base rate. F r 4 SPECIFICATIONS r s 4 r r r f 1 r' -43- (THIS PAGE LEFT BLANK INTENTIONALLY) n F- BID ITEM #1 SPECIFICATIONS FOR CIVIC CENTER PACKAGED ROOFTOP MAKEUP AIR UNIT GENERAL Furnish and install a completely factory assembled, self-contained Packaged Rooftop Makeup Air System as manufactured by Governair Corporation and as specified herein. Units which meet the scheduled performance and conform to the following minimum construction requirements as manufactured by Miller Picking or Buffalo Forge may be submitted for consideration as equals. Each unit shall be shipped as a single piece fully assembled, factory run tested, integral unit with all controls pre -wired. UNIT BASE AND FRAME Each unit base will be manufactured of electrically welded structural steel tubing or wide flange beams with electrically welded structural steel cross members from which all major components shall be supported. Each unit's upper frame will be manufactured of electrically welded 71 structural steel tubing or angles, then electrically welded to the unit base to form a rigid unitized frame. The entire structural steel frame shall be finished with a rust -inhibiting epoxy paint. The base shall be r. equipped with lifting lugs. ` UNIT HOUSING Unit housing shall be constructed of a minimum 20 gauge galvanized steel, formed exterior panels, coated on both sides with a baked on epoxy primer. All panels shall be fastened to unit frame with one -inch r round clips and self -tapping screws. Pop riveted or spot welded fastenings are not acceptable. 7 Roof shall have a minimum pitch of 1/2 inch per foot. Recessed panel joints shall be mastic coated, insulated with fiberglass insulation and covered with a removable panel cap fastened with cadmium -plated screws. Exterior casing screws shall have cup washers with neoprene -grommets to r prevent damage to paint finish and to form a weatherproof seal. All exterior panel to panel joints shall be caulked for water and air tightness. Unit housing shall be provided with man size access doors for access to all internal components. Doors shall be hinged with galvanized steel piano hinges and provided with a minimum of two Ventlock #333 latches. All access doors shall be of double wall type construction with Trimseal A-100-1/16 inch rubber gasket. r' Floor shall be lined with 16 gauge steel liner for walk-in servicing. The entire unit exterior shall be completely cleaned and finished with air dried enamel. Color as selected by Owner. The complete unit shall be insulated with 1 inch thick, 1-1/2 pound density neoprene -coated fiberglass insulation. Smoke and flame spread ratings shall be in accordance with NFPA 90-A. Insulation shall be mechanically fastened into place with welded stick pins and clips on 12- inch centers. Polyurethane and polystyrene insulations are not acceptable. HEATER SECTION Include for heating an Integral Face & Bypass hot water coilas manufactured by Control Air or Wing. Coil shall have the scheduled capacity and of construction type as herein specified. Coil shall be designed and constructed to maintain +/- 20F leaving air temperature with -in the control range and +/- 5% constant air pressure drop through full modulation. Coils shall be freeze proof type with a low limit fan lockout switch. Coil shall operate with wild water flow below 65QF (adjustable). SUPPLY FAN Fan shall be double width, double inlet, air foil or backward inclined with belt drive as required for.the scheduled performance. The fan curves must be submitted with the unit with a detailed calculation of all unit pressure losses. Motor shall be Open Drip Proof, High Efficiency with Class B insulation capable of operating in temperatures of up to 150°F. Bearings shall be lubricated ball bearing type rated for 100,000 hours and low maintenance operation. Motor shall be TWO SPEED, TWO WINDING, wound for 460 volt 3 phase service and shall be equipped with automatic reset thermal overload protection. Fan shall be UL or CSA tested and approved, shall be AMCA certified for performance and shall have THREE YEAR WARRANTY. EVAPORATIVE AIR WASHER SECTION Evaporative section shall include a 12" deep media constructed of cellulose paper impregnated with insoluble anti -rot salts and solidifying saturates. The media shall have an evaporative cooling effectiveness of 89%. Evaporative section housing and sump shall be constructed of 304 stainless steel with a schedule 40 PVC distribution header, make-up line and level controls, bleed line and submersible recirculating pump with epoxy coated cast iron housing, permanently oiled, screened intake, non -clog impeller and low water level shut off. Provide with a low limit control to drain the sump and de -energize all Evaporative section controls below 757 intake temperature. RETURN/OUT-SIDE AIR SECTION Provide Low Leak (5 cfm per sq.ft.) dampers for return air/intake air openings. Provide controls to operate the dampers. Refer to sequence of controls to verify requirements. 2 rZ ro FILTER SECTION Filter section shall be supplied complete with a galvanized steel filter rack as an integral part of the unit. Filters shall slide into the rack and be accessible. Filter face velocity shall not exceed that indicated on the schedule. Filter shall be 4 inch FARR 30/30's. Provide TWO SPARE SETS of filters. r' INLET/EXHAUST/RETURN DAMPERS Dampers shall be fabricated from heavy gauge galvanized steel. Dampers shall be of the opposed blade low leakage construction type rated for not more than 5 cfm per square foot of surface area at 4 inches W.G. static pressure. e ROOF CURB Roof curb shall be 12 inch galvanized steel for mounting and support of unit. The roof curb shall be of the perimeter type with complete perimeter support of the entire unit including air washer section. Gaskets shall be provided. r CONVENIENCE LIGHTS AND OUTLETS Provide one marine light with "on -off" switch per section. The switch shall be mounted in the section with the light. Also provide one weather proof convenience outlet for operation of power tools. r- These outlets and lights shall be on a 120 volt electrical circuit separate from the unit power service. CONTROL PANEL r, The complete unit shall be tested at the factory before shipment. Wiring shall comply with the requirements of the latest N.E.C. issue. r' Where applicable U.L.-listed components shall be utilized. Components and wires shall be labeled and numbered with a control wiring diagram with corresponding labels and numbers. The unit shall be provided with 7 a single point power wiring terminal strip which feeds a unit disconnect I that will disconnect unit power and control power.' A separate 120 volt ` power circuit shall be provided for convenience outlets and section lights. The control panel shall contain all starters, fuses, overloads, control power transformers and control components required to accomplish the control sequence that follows. SEQUENCE OF OPERATION Unit shall be complete with packaged controls as follows. Each unit r. shall contain smoke detector, safeties, transformers, fuses, etc. as required and terminate each field connection at a terminal strip for access at the job site. Provide each unit delivered to job site with the controls factory run tested. i 3 Smoke detectors shall be located in the unit inlet and discharge and shall be connected to shut down the unit fan when smoke is detected. The safety low limit thermostat shall be activated at all times and shall control the hot water supply valve so that the valve shall be OPEN, drain the sump and makeup water line and de -energize the spray water pump when the outside air temperature reaches 40°F, whether the fan is in operation or not. The fan shall be OFF, when the leaving air temperature reaches 35°F. The control system shall be interlocked with the unit power system so that the operating control system shall be ON, when the fan is ON .and OFF when the fan is OFF. The switch on the Kitchen wall that operates the exhaust fans shall be connected so that the makeup air unit fan shall operate in LOW SPEED, when one exhaust fan is ON and in HIGH SPEED, when both exhaust fans are ON. The exhaust fan serving the Dish washing area will be operated from its wall switch, but will not be connected to the makeup air unit. Provide and install a thermostat on the wall adjacent to the exhaust fan switches. When the outside air temperature is below 65°F (Adjustable), the hot water coil supply valve shall be OPEN, the return air damper shall be CLOSED and the outside air damper shall be OPEN, when the fan is ON. The temperature in the Kitchen space will be controlled by the thermostat by modulating the face and bypass dampers on the hot water coil. When the outside air temperature falls below 40OF the return air damper shall OPEN and the outside air damper shall close to 50% OPEN. When the outside air temperature rises above 70°F, the return air damper shall be CLOSED and the outside air damper shall be OPEN, when the fan is ON. When the outside air temperature rises above 75°F, the return air damper shall be CLOSED and the outside air damper shall be OPEN and the spray water pump in the air basher shall be ON, when the fan is ON. INSTALLATION The unit shall be installed on the roof and the outlet connected to serve the existing supply ducts to the kitchen and dish washing area. The existing gas supply line shall be removed and capped below the roof. Return outlets shall be installed in the existing ceiling and connected with ductwork to the return air inlet through the roof to the unit. Hot water supply and return shall be connected from the building mains to the unit. Domestic water supply and drain shall be connected to the unit for makeup water and drain from the air washer section. Electric power supply shall be connected for power and control. Ductwork shall meet SMACNA standards. Hot water piping shall be schedule 40 black steel to match existing. Makeup water and drain shall be Type L copper to match existing. Insulation shall match existing. Electrical work shall meet National Electrical Code. END OF SECTION 4 BID ITEM #2 LUBBOCK MEMORIAL COLISEUM/AUDITORIUM REPAIR, ADJUST AND TEST BURNERS/CONTROLS GENERAL REQUIREMENTS The three existing high firebox boilers, Model DM182 manufactured by Fitzgibbons shall have their firebox insulation repaired and their Webster Kinetic burners repaired, adjusted and tested. r BURNER AND CONTROLS Clean the Kinetic Burner tubes and pilots. Clean the master pneumatic pilot and check the pressure gages. Furnish and install Honeywell RA89OF Protectorelay for Boiler #3. Reconnect cable from Series 14 Fuel Governor to uptake damper for Boiler #3. FIREBOX INSULATION Reset loose firebrick on top of furnace sidewalls and on checker or target wall. Replace broken or loose firebrick with No. 1 quality APG Empire S. Use Demon A-S ref Factory cement at sidewalls. r- COMBUSTION TEST AND PERFORMANCE Fire all boilers individually and check all burner operating and safety controls for proper operation. Any faulty devices are to be replaced at an agreed cost approved by the Engineer. Fire all boilers in pairs (IE: #1 & #2, #2 & #3, and #1 & #3) and adjust r' the fuel/air ratio for the most efficient combustion available over the full range of firing. Adjustment to be made utilizing a Bachrack digital Model 200 or equal flue gas analyzer. Log all readings of 02, CO2, CO, stack temperature and calculated combustion efficiency and submit the final typed report to the Engineer in triplicate. BOILER INSULATION r Loose asbestos boiler insulation has been abated and the remaining asbestos boiler insulation has been contained with a seal coat by an 7 asbestos abatement contractor. This Contractor shall replace the missing insulation on east side of the (west) boiler #3 with 1 1/2" thick T-12 blocks of Calcium Silicate secured with welded pins, stainless steel bands and poultry netting. Fill voids with cut sections of block insulation and cover the surface with 1/2 "thick coat of insulating cement troweled on. The jacket shall be 8 ounce heavy canvas secured in place with adhesive and sealed with Childers CP-50. END OF SECTION 7 (THIS PAGE LEFT BLANK INTENTIONALLY) 4 ' ALTERNATE BID ITEM #1 LUBBOCK MEMORIAL COLISEUM/AUDITORIUM REPLACE, ADJUST AND TEST BURNERS/CONTROLS GENERAL REQUIREMENTS Furnish and install 3 Underwriters' approved fuel burning systems in full compliance with the requirements of the State of Texas and Lubbock codes, the local gas utility and other applicable regulatory bodies. The complete fuel burning systems shall further meet the requirements of Improved Risk Insurers (IRI). The fuel burner systems shall be installed on three (3) existing high firebox boilers, model DM182 manufactured by Fitzgibbons. Remove existing atmospheric burners and certain gas piping as described in the following Paragraph: GAS VALVE TRAIN FOR EACH BURNER Each existing boiler is mounted on a 17 inch high steel base. The fuel burner shall be installed to fire through the front of this base. The existing combustion chamber shall be repaired and reused in accordance with the burner manufacturer's recommendations. The repair consists primarily of resetting and/or replacing existing firebrick backed up with 1-1/2" 1700° block insulation on new 10 ga. steel base front plate. Some bricks on the checker wall and side walls must be reset and/or replaced. BURNER DESCRIPTION Furnish and install 3 gas burners each having a rated capacity to burn 6,OOOCFH of 1,000 BTU per cu. ft. of natural gas at a pressure of 14 inches of water column at inlet of the burner gas control train. The burners shall be Webster Cyclonetic forced draft type, model JB2'G'30. All combustion air shall be furnished by the burner fan which shall be an integral part of the burner. The HP of each burner motor shall not be larger than 3 HP and wound for 208 Volts/60Hertz/3 phase. The gas burners shall burn the specified quantity of natural gas fuel without objectionable vibration, noise or pulsation with not more than 20% excess air and no CO in the products of combustion. (In addition, r when firing gas, the burner shall be guaranteed to produce less than 90 PPM NOX emissions and further shall be designed for future field conversion to operate at 40 PPM NOX emissions or less without replacing the complete burner assembly.) r l 1 The burner shall incorporate a stainless steel flame retention type combustion head for long life and efficient operation. Combustion head shall be symmetrically round with internal gas pilot system, and with extended nose length to allow clearance for full opening of furnace doors. Primary -Secondary air control shall be a design function of the combustion head. Combustion heads requiring an internal adjustment will not be accepted. The burners are to be equipped with a cast blower housing with integral fan scroll. Sheetmetal fabricated housings will not be acceptable below 12,000 MBH input. A permanent observation port shall be provided in the burner to allow observation of both the pilot and main flame. GAS VALVE TRAIN FOR EACH BURNER Shall consist of existing IRI gas valve (SAFETY) train which shall remain in place. All piping and valves to the burner shall be removed, which are located downstream from the existing IRI motorized gas valve (SAFETY) train (including the HI and LO gas pressure controls). Existing pilot solenoid valve shall be removed with existing pilot gas line and shall be reconnected to pilot solenoid valve on new burner. BURNER CONTROLS The on -off operation of the burners shall be controlled by steam pressure by means of existing pressure control. An additional high limit safety pressure control of the manual reset type shall be provided to control each burner. Pre -purge and post -purge operation of the burner fan shall be provided. A manual restart of the burner shall be necessary in the event of shutdown due to flame failure. All three-phase motors shall be controlled and protected by an automatic starter with three thermal overloads for protection. Starter shall be interlocked to prevent burner operation when overload relays are tripped OFF. Supply for each burner a mounted diaphragm air flow switch to prevent the energization of the main fuel valves in the event of insufficient combustion air. A factory prewired control cabinet shall be supplied with each burner. Cabinet shall be mounted on burner. Cabinet shall house the flame safeguard control, programming purge timer, burner motor starter, fuses, controlswitches and alarm bell, with automatic reset silencing switch, to ring on low water or flame failure, indicating lamps as specified hereinafter and any relays that may be required. 2 r FS Provide an engraved nameplate permanently affixed to the front of the cabinet with the following information. Installing Contractor Burner Manufacturer Date of Installation Provide in each control cabinet seven individual lights with nameplates to indicate "power on", "call for heat", "ignition", "main fuel valve", "pilot failure", "low water", and "main flame failure". Provide manual -auto selector switch and manual potentiometer for manualcontrol of modulating fuel -air drive motor. The burners shall be equipped with suitable fuel and air controls to assure smooth main flame ignition. Fuel -air control must be synchronized. The fuel air drive unit shall be provided with a position indicating switch which shall be interlocked with the flame safeguard system to assure starting at the low fire position. The flame safeguard system shall further program this drive unit to provide a full open louver purge of 30 second minimum duration or sufficient time to provide a four air change pre-ignition purge of the combustion chamber, heat exchanger, and flue passages. Pre-ignition purge air flow rate shall not be less than 60%.maximum firing rate air flow. Interlocks shall be provided to monitor and provide 60% airflow purge when air inlet louvers are automatically opened to obtain this purge rate. r Modulation of fuel input shall be provided. A dual potentiometer modulating pressure control shall be supplied and mounted on common steam header to modulate burner mounted damper motors controlling both r fuel and air supply bymeans of mechanical linkage on any two of the three burners in unison along with one manual selector switch. Electronic safety combustion controls shall be supplied to monitor the pilot and main flame. Detection will be by ultra -violet radiation. The programming control shall be Honeywell R4140. COMBUSTION TEST AND PERFORMANCE Fire all boilers individually and check all burner operating and safety �^ controls for proper operation. Any faulty "existing to be reused" devices are to be replaced at an agreed cost approved by the Engineer. r.. Fire all boilers in pairs (IE: #1 & #2, #2 & #3, and #1 & #3) and adjust the fuel/air ratio for the most efficient combustion available over the full range of firing. Adjustment to be made utilizing a Bachrack digital Model 200 or equal flue gas analyzer. Log all readings of 02, r' CO2, CO, stack temperatureand calculated combustion efficiency and i submit the final typed report to the Engineer in triplicate. i 3 The Contractor, upon completion of the fuel burning system, shall submit a written report on the operation of each burner to the engineer and will include the following information: Webster Engineering and Manufacturing Company's Warranty Validation Field Start-up Report Form No. 113. Boiler uptake dampers shall be locked in position after completion of each test. FIREBOX INSULATION Reset loose firebrick on top of furnace sidewalls and on checker or target wall. Replace broken or loose brick with No. 1 quality APG Empire S. Use Demon A-S refractory cement at sidewalls. BOILER INSULATION Loose asbestos boiler insulation has been abated and the remaining asbestos boiler insulation has been contained with a seal coat by an asbestos abatement contractor. This Contractor shall replace the missing insulation on the east side of the (west) boiler #3 with 1 1/2" thick T-12 blocks of Calcium Silicate secured with welded pins, stainless steel bands and poultry netting. Fill voids with cut sections of block insulation and cover the surface with 1/2 "thick coat of insulating cement troweled on. The jacket shall be 8 Ounce heavy canvas secured in place with adhesive and sealed with Childers CP-50. END OF SECTION . L 4 SPECIAL CONDITIONS -44- (THIS PAGE LEFT BLANK INTENTIONALLY) d PM City of Lubbock P.O. Box 2000 Lubbock. Texas 79457 3. 606--767-2167 r- COMFORT MASTERS HEATING & A/C, INC. r PO BOX 93452 ! ATTN: GLENN DAVIS " LUBBOCK, TX 79493-3452 r r r SUBJECT: H.V.A.C. Renovations March 19, 1992 Office of Purchasing The City of Lubbock, having considered the proposals submitted and opened on the 26th day of February, 1992, for work to be done and materials to be furnished in and for: City of Lubbock Bid # 11806 HVAC Renovations as set forth in detail in the Specifications, Plans, and Contract Documents for such work for the City of Lubbock; it appearing that your proposal is fair, equitable and to the best interest of said City, please take notice that said proposal was accepted by the City Council of the City of Lubbock on the March 12, 1992, at the bid price contained therein, subject to the execution of and furnishing of all other documents specified and required to be executed and furnished under the contract documents. It will be necessary for you to execute and furnish to the City of Lubbock all such documents within ten (10) days from your receipt of this Notice. The five percent (5q) bid security, submitted with your proposal, will be returned upon the execution of such contract documents and bonds within the above specified ten (10) day period. In the event you should fail to execute and furnish such contract documents and bonds within the time limit specified, said bid security will be retained by the City of Lubbock. CITY OF LUBBOCK Gene ads, C.P.M. Purchasing Manager