Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 4545 - Contract - LDC Construction Co Inc - City Council Office Renovations - 07_14_1994
Resolution No. 4545 July 14, 1994 Item #31 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 LDC Construction Co., Inc. of Lubbock, Texas, to furnish and install all materials as bid for the City Council Office Renovations, 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. APPROVED AS TO CONTENT: Victor Purchasing Manager APPROVED AS TO FORM: Attorney DOV:js2ACC0W.M ccdocs My 6, 1994 y5�15 CITY OF LUBBOCK SPECIFICATIONS FOR CITY COUNCIL OFFICE RENOVATIONS BID #13005 rn 6y o 0 z z 0 cn cn CITY OF LUBBOCK Lubbock, Texas i CITY OF LUBBOCK REQUEST FOR BIDS FOR TITLE: CITY COUNCIL OFFICE RENOVATIONS ADDRESS: LUBBOCK, TEXAS BID NUMBER: 13008 PROJECT NUMBER: 1481-552101-9995 CONTRACT PREPARED BY: PURCHASING DEPARTMENT pw s .-0 INDEX NOTICE TO BIDDERS GENERAL INSTRUCTIONS TO BIDDERS BID PROPOSAL - BID FOR LUMP SUM CONTRACTS PAYMENT BOND PERFORMANCE BOND CERTIFICATE OF INSURANCE CONTRACT GENERAL CONDITIONS OF THE AGREEMENT CURRENT WAGE DETERMINATIONS SPECIFICATIONS SPECIAL CONDITIONS NOTICE OF ACCEPTANCE t" k r- i NOTICE TO BIDDERS BID 913008 Sealed bids addressed to Ron Shuffield, Senior Buyer, City of Lubbock, Texas, will be received at the office of the Purchasing Manager, Municipal Bldg., 1625 13th St., Room L-04, Lubbock, Texas, 79401, until 2:00 o'clock p.m. on the 6th day of July, 1994, or as changed by the issuance of formal addenda to all planholders, to furnish all labor and materials and perform all work for the construction of the following described project: CITY COUNCIL OFFICE RENOVATIONS j` After the expiration of the time and date above first written, said sealed bids will be opened by the Buyer at his office and 11 publicly read aloud. It is the sole responsibility of the bidder to insure that his bid is actually in the office of Purchasing Manager for the City of ` Lubbock, prior to the expiration of the date above first written. The City of Lubbock Rill consider the bids on the 28th day of July, 1994, at the Municipal Building, 1625 13th Street, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject: any or all bids and waive any ' formalities. The successful bidder will be required to furnish a performance bond 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 r" $25,000.00. Said statutory bonds should be issued by a company carrying a current Best Rating of B 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. PM 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 r 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. r The plans, specifications, proposal forms and contract documents may be examined at the office of the Purchasing Manager r for the City of Lubbock, Lubbock, Texas. Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in the soft 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 bidders. Each bidder's attention is further directed to provision of Article 5159a, Vernon's Ann. Civil St., and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. r- T Sam r. The City of Lubbock hereby notifies all bidders that in regard to arty contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award. There will be a pre -bid conference on 29th day of June,1994, at 10:00 o'clock a.m., in the Personnel Conference Room 108, 1625 13th Street, Lubbock, Texas. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -bid meetings and bid openings are available to all persons regardless of disability. If you would like bid information made available in a more accessible ,.. format or if you require assistance, please contact the Purchasing Department at (806) 767-2167 (Monday -Friday, 9:00 - 5:00 p.m.) a or 1625 13th Street Room L-04 at least 48 hours in advance of the meeting. ADVERTISEMENT FOR BIDS BID #13008 Sealed bids addressed to Ron Shuffield, Senior Buyer, Purchasing Department, City of Lubbock, Texas, will be received at the Purchasing Office, Municipal Building, 1625 13th Street, Room L-04, Lubbock, Texas, 79401 until 2:00 o'clock a.m. on the 6th day of July,1994, or as changed by the issuance of formal addenda to all planholders, to furnish all labor and materials and perform all work for the construction of the following described project: CITY COUNCIL OFFICE RENOVATIONS After the expiration of the time and date above first written, said sealed bids will be opened in the office of the Buyer and publicly read aloud. r" The plans, specifications, bid 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, 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 will be afforded equal opportunities to submit bids in response to this invitation and will r not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award. There will be a prebid conference on the 29th day of June,1994, at 10:00 a.m., in the Personnel Conference Room 108, 1625 13th Street, Lubbock, Texas. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -bid meetings and bid r.•, openings are available to all persons regardless of disability. If you would like bid information made available in a more accessible format or if you require assistance, please contact the Purchasing Department at (806) 767-2167 (Monday -Friday, 8:00 - 5:00 p.m.) or 1625 13th Street, Room L-04 at least 48 hours in advance of the meeting. f r i r t F ►" GENERAL INSTRUCTIONS TO BIDDERS 1. SCOPE OF WORK The contractor shall furnish all labor, superintendence, machinery, equipment and all materials necessary to complete this project in accordance with contract documents for the City Council Office Renovations. 2. CONTRACT DOCUMENTS All work covered by this contract shall be done in accordance with contract documents described in the General 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 45 (Forty -Five) calendar days from 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 determined by the City that the progress of the work is not in accordance %ith the progress schedule so submitted, the City may direct the Contractor to take such action as the City deems necessary to insure completion of the project within the time specified. 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. 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 protecting them adequately until incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and methods set forth in the contract documents provide minimum standards of quality which the Owner believes necessary to procure a satisfactory project. r 8. GUARANTEES All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within ONE year from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 9. 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 directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. 10. PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City reserves the right, after the bids have been opened and before the contract has been awarded, to require of a bidder the following information: (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 materials to be incorporated into the work without paying the tax at the time of purchase. 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 night or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense. 13. BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost ff.. 1 and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project.° r 14. EXPLOSIVES The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from the City. r In all cases where written permission is obtained for the use of explosives, the Contractor shall assume full responsibility for all damage which may occur as a direct or indirect result of the blasting. In addition, in all cases where explosives are authorized to be used, the Contractor shall use utmost care so as not to endanger life or property and the Contractor shall further use only such methods as are currently utilized by persons, firms, or corporations engaged in similar type of k 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 contract, it shall be the duty of the Contractor to notify each utility company having structures (above or below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and such notice shall be given sufficiently in advance to enable the companies to take such steps as they may deem necessary to protect their property frorn injury. Such notice, however, shall not relieve the Contractor of responsibility for any damage resulting from his blasting; operations. r15. CONTRACTOR'S REPRESENTATIVE The successful bidder shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful bidder shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. 16. INSURANCE ` The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The 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. L 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 thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in these contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under this contract requiring an inspector will not be performed on weekends or holidays unless the following conditions exist: (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 construction work requiring an inspector on weekends or holidays will be made by the Owner's Representative. In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 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 deductions (except as shown) have been made, or will in the future be made from the wages paid as shown thereon. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, ten dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. 19. PROVISIONS CONCERNING ESCALATOR CLAUSES Proposals submitted containing any conditions which provide for changes in the stated bid price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the bidder without being considered. 20. 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 numerals, for which he proposes to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the price written in words and the price written in figures, the price written in words shall govern. If the proposal is submitted by an individual, 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 compairy 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 shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and endorsed on the outside of the envelope in the following manner: (a) Bidder's name (b) Proposal for (description of the project). r , a 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. 21. BOUND COPY OF CONTRACT DOCUMENTS Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the following: r i (a) Notice to Bidders. (b) General Instructions to Bidders. (c) Bidder's Proposal. k (d) Statutory Bond (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates. All other documents made available to bidder for his inspection in accordance with the Notice to Bidders. If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by r„ reference into the aforementioned contract documents. t BID PROPOSAL BID PROPOSAL LUMP SUM PROPOSAL CONTRACT PLACE: 1625 13th Street DATE: July 6, 1994 PROJECT NUMBER: 13008 - CITY COUNCIL OFFICE RENOVATIONS Proposal of LDC CONSTRUCTION CO., 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 City Council Office Renovations having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and the site of the proposed work, and being familiar with all of the conditions surrounding 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, specifications and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required under the contract documents. MATERIALS: SERVICES: TOTAL BiD: (Amount shall be shown in both words and figures. In case of discrepancy, the amount in words shall govern.) Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written "Notice to Proceed" of the G;vner and to fully complete the project within 45 (Forty -Five) 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 FIUNDRED DOLLARS) for each 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 instruction 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 ,., schedi►icd closing time for receiving bids. A 9" The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on. which he has bid; as provided in the contract documents. Bidders are required, whether or not a payment or performance bond is required, to submit n cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or n proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (51110 ) 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. Enclosed with this proposal is a Cashier's Check or Certified Check for Dollars (S ) or a Proposal Bond in the sum of Five Percent Dollars (S 5% ), 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 contract documents made available to him for his inspection in accordance with the Notice to Bidders. (Sail if Bidder is a Corporation) ATTEST: c r Secre ry r- LDC Construction Co., Inc. C ra BY: Fred Davis, Vice President i Y i LIST OF SUBCONTRACTORS I 1. W e �, cCe z s o.. T�� :.• t 2. 4. rS. �v ��.�I �v•� w a�I 91 G. i 7. R. r 9. 4 10. a r r r Minority Owncd Yes No T V r FM r 4 i 0r, jyaarc/y 111EIVI®NMNG W, — 71bdual — BID BOND Know a I I men by these presents: That LDC CONSTRUCTION COMPANY, INC. (hereinafter called the Principal) as Principal, and the MERCHANTS BONDING COMPANY (Mutual) a corporation of the State of Iowa, with its Home Office in the City of Deb Moines, Iowa, (hereinafter called Surety), as Surety, are held and firmly bound to CTTV or T.TTRRnry (hereinafter called the Obligee) in the full and just sum of ($--------------------- ) FIVE PERCENT OF THE GREATEST AMOUNT BID--------------------------- Dollars good and lawful money of the United States of America, to the payments of which sum of money well and truly to be made, the said Principal and Surety bind themselves, their and each of their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. Signed, sealed and dated this 6TH day of JULY lg THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the Obligees shall make any award to the Principal for CITY COUNSEL OFFICE RENOVATIONS— PROJECT NO, 1481-552101-9995 according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terns of said proposal or bid and award, and shall give bond for the faithful performance thereof with the MERCHANTS BONDING COMPANY (Mutual) and Surety, or with other Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure to do so, pay to the Obligee the damages which the Obligee may suffer by reason of such failure, not exceeding the penalty of this bond, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect. IN TESTIMONY WHEREOF, the Principal and Surety have caused these! presents to be duly signed and sealed. Witness: Attest: Qui,ovi\, LDC CONSTRUCTION CO., INC, fi^-, Principal B Y ERCHANTS BONDING COM ANY (Mutual) By , ATTORNEY —IN —FACT FM t" Merchants Bonding Company (Mutual) POWER OF ATTORNEY Know All Men By These Presents, that the MERCHANTS BONDING COMPANY (Mutual] a corporation duty organized under the laws of the State of Iowa, and having its principal office in the City of Des Moines, County of Polk, State of Iowa, hath made, constituted and appointed, and does by these presents make, constitute and appoint Howard Cowan, Kevin J. Dunn or Marla Hill Of Lubbock and State of Texas its true and lawful Attorney-ir-Fact, with full power and authority hereby conferred in its name, place and stead, to sign, execute, acknowledge and deliver In its behalf as surety: Any or all bonds or undertakings provided that no bond or undertaking executed under this authority shall exceed in amount the sum of TWO MILLION ($2,000,000.00) Dollars and to bind the MERCHANTS BONDING COMPANY (Mutual) thereby as fully and to the same extent as if such bond or undertaking was signed by the duty authorized officers of the MERCHANTS BONDING COMPANY (MutuaA and all the acts of said Attorney, pursuant to the authority herein given, are hereby rated and confirmed. This Power -of -Attorney is made and executed pursuant to and 6y authorityof the following By -Laws adopted by the Board of Directorsof the MERCHANTS BONDING COMPANY (Mutual). ARTICLE 2, SECTION S. — The Chairman of the Board or President or any Vice President or Secretary shall have power and authority to appoint Attorney -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, conti actsof indemnity and otherwritings obligatory in the naturethereof. ARTICLE 2, SECTION 9. — The signature of any authorized officer and the Seal of the Company may be affixed by facsimile to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed. In Witness Whereof, MERCHANTS BONDING COMPANY (Mutual) has caused these presents to be signed by its Vice President and President, and its corporate seal to be hereto affixed, this 4th day of January A.D., 19 94 Attest: /..PoaaiWM STATE OF IOWA COUNTY OF POLK as. MERCHANTS BONDING COMPANY (Mutual) •o%G CO . B j y Kf • `_ ' 1933 J •�'ir.u..e• ter. On this 4th day of January , 19 94 , before me appeared M J. Long and W.G. Brundage, to me personally known, who being by me duly swom did say that they are Vice President and SecretarylTreasurer respectively of the MERCHANTS BONDING COMPANY (Mutual), the corporation described in the foregoing instrument, and that the Seal affixed to the said Instrument is the Corporate Seat of the said Corporation and that the said instrument was signed and sealed in behalf of said Corporation by authority of its Board of Directors. In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal, at the City of Des Moines, Iowa the day and year first above written. Notary oubft' Ionk County, lbws My Commsasion Expires 11-4-95 STATE OF IOWA COUNTY OF POLK as. I, M.J. Long, Vice President of the MERCHANTS BONDING COMPANY (Mutual) do hereby certify that the and foregoing is a true and correct copy of the POWER OF ATTORNEY, executed by said Mr;rANT� dI�DING COMPANY (Mutual, which Is still In force and effect. .'�h P D R'yq •• In Witne Whereof, 1 have hereunto set my hand and affixed the seal of the Company, at LUBBOCK,'. this rTH day of JULY 19, 94 ' 19' �. This power of attorney expires December 31,1995. �Y' ��, •• MSC 0814 PAYMENTBOND RM r r i BOND NO. TX 493901 PAYMENT BOND STATUTORY PAYMENT BOND PURSUANT TO ARTICLE 6160 OF THE REVISED CIVIL STATUTES OF TEXAS AS AMENDED (McGregor Act —Public Works) (Penalty of this bond must be 100% of Contract amount) KNOW ALL MEN BY THESE PRESENTS: That, LDC CONSTRUCTION CO., INC. (hereinafter called the Principal), as Principal, and MERCHANTS BONDING COMPANY (Mutual), a corpo- ration organized and existing under the laws of the State of Iowa, with its principal office in the City of Des Moines, (hereinafter called the Surety), as Surety, are held and firmly bound unto CITY OF LUBBOCK (hereinafter called the Obligee) in the amount of THIRTY FOUR THOUSAND ONE HUNDRED TWENTY SIX_ AND NO1100 --------------------------------- Dollars ($ 34,126.00 ), for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 14TH day of JULY ,19 94 ,to BID #13008 CITY COUNCIL OFFICE RENOVATIONS 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 claimants 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 6160 of the Revised Civil Statutes of Texas as amended and all liabilities on this bond to all such claimants shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 14TH day of JULY , 19 94 Witness: Attest* (If Individual or Firm) 7 2� L�e � (If Corporatio �20 4 flX (L-� By (Seal) (Seal (Seal) C -CONSFRUCTION CO., INC. (Seal) Principal v 0 BONDING ROMPANY (Mutual) (Seal) 7. Merchants Bonding Company (Mutual) POWER OF ATTORNEY Know All Men By These Presents, that the MERCHANTS BONDING COMPANY (Mutual, a corporation duly organized under the laws i of the State of Iowa, and having its principal office in the City of Des Moines, County of Polk. State of Iowa, hath made, constituted and appointed, and does by these presents make, constitute and appolyd rHoward Cowan, Kevin J. Dunn or Marla Hill of Lubbock and State of Texas its tare and lawful Attcmrey-h-Fact, with full power and authority hereby conferred in its name, place and stead, to sign, execute, acknowledge and deliver in its behalf as surety; r Any or all bonds or undertakings provided that no bond or undertaking executed under this authority shall exceed in amount the sum of TWO MILLION ($2,000,000.00) Dollars and to bind the MERCHANTS BONDING COMPANY (Mutual) thereby as fully and to the same Went as If such bond or undertaking was signed by the duly authorized officers of the MERCHANTS BONDING COMPANY (Muttual� and all the acts of said Attorney, pursuant fo the authority herein given, are hereby ratified and confirmed. This Power-of•Attomey is made and executed pursuant to and by authority of the following Bylaws ad0pb3d by the Board of Directors of the MERCHANTS BONDING COMPANY (Mutual. ARTICLE 2, SECTION ®. — The Chairman of the Board or President or any Vice President or Secretary shall have power and authority to appoint Attorney -in -Fact, and to authorize them to execute on behalf of the Company, and atlacri the seal of the Companytherew, bonds and undertakings, recognizances, contractsof indemniryand otherwrtUngs obligatoryinthe naturethereof. ARTICLE 2, SECTION 9. — The signature of arty authorized officer and the Seat of the Company may be affixed by facsimile to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seat when so used shall have the same force and effect as though manually foxed. In Witness Whereof, MERCHANTS BONDING COMPANY (Mutual) has caused these presents to be signed by Its Vice President and President, and its corporate seat to be hereto affixed, this 4th day of January Am., is , 94 Attest: MERCHANTS BONDING COMPANY (Mutual) .' $4�NG . CQ�A •. PD9q rx :' By 1933 : C t9a11r•abara � - • y•''Jaeiarary/fa•rwr,' �i. STATE OF IOWA COUNTY OF POLK six • • \1• t On this 4th day of January .19 94 , before me appeared M.J. bong and W.G. Brundage, to me personally known, who being by me duly sworn did say that they are Vice President and SecretarylTreasurer respectively of the MERCHANTS BONDING COMPANY (Mutual, the corporation described in the foregoing instrument, and that the Seal affixed to the said instrument is the Corporate Seat of the said Corporation and that the said instrument was signed and sealed in behalf of said Corporation by authority of Its Board of Directors. In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal, at the City of Des Moines, Iowa the day and year first above written. I Notary Pum, Pam County. Pow. wty Comn"alon Erpina 11-4-95 STATE OF IOWA COUNTY OF POLK as. 1, M.J. tang, Vice President of the MERCHANTS BONDING COMPANY (Mutual, do hereby c foregoing is a true and correct copy of the POWER OF ATTORNEY, executed by said M COMPANY (Mutual, which is still In force and effect. In Witness Whereof, 1 have hereunto set my hand and affixed the seal of the Company, at LUBBOCK; j this 14TH dayof JULY 19• 94 .R This power of attorney expires December 31,1995. 777 MSC 0814 r IMPORTANT NOTICE To obtain information or make a complaint: You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714-9104 FAX # (512)475-1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent or the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. 7 7 PERFORMANCE BOND r BOND NO. TX 493901 Ej..)ca 1&&z .L PERFORMANCE BOND STATUTORY PERFORMANCE BOND PURSUANT TO ARTICLE 5160 OF THE REVISED CIVIL STATUTES OF TEXAS AS AMENDED 80iVD CHEp( (McGregor Act —Public Works) BEST RATING (Penalty of this bond must be 100% of Contract am UCENSO N 8Y � KNOW ALL MEN BY THESE PRESENTS: That, LDC CONSTRUCITON CO., INC. (hereinafter called the Principal), as Principal, and MERCHANTS BONDING COMPANY (Mutual), a corpo- ration organized and existing under the laws of the State of Iowa, with its principal office in the City of Des Moines, (hereinafter called the Surety), as Surety, are held and firmly bound unto CITY OF LUBBOCK (hereinafter called the Obligee) in the amount of THIRTY FOUR THOUSAND ONE HUNDRED TWENTY SIX AND NO110O -------------------------------- Dollars ($ 34,126.00 ), for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with. the Obligee, dated the 14TH day of JULY ,19 94 ,to BID #13008 CITY COUNCIL OFFICE RENOVATIONS which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 14TH day of JULY , 19 94 Witness: l Attest: (If Individual or Firm) ItAf (Seal) (Seal --7EDCCONS RUCTION CO., INC. (Seal) 14 (Seal) `PrincipaAV P RE S IDENT ME8 S BONDING MPANY (Mutual) S By Z(Seal) KEVIR J. DUNN,/ATTORNEY-IN-FACT r U F 7 I CERTIFICATE OF INSURANCE ISSUEDATE7/19/94/94,YY, PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICAT THE INWEST GROUP, INC. DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY TH 6 DESTA DRIVE, SUITE 5550 MIDLAND, TEXAS 79705 INSURED LDC CONSTRUCTION P. 0. BOX 65251 LUBBOCK, TEXAS CO., INC.. 79464 COMPANIES AFFORDING COVERAGE COMPANY A LETTER BITUMINOUS INSURANCE COMPANY COMPANY B LETTER BITUMINOUS INSURANCE COMPANY COMPANY C LETTER COMPANY D LETTER T.W.C.I.F. COMPANY LETTER E BITUMINOUS CASUALTY 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 LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION DATE (MM/DDNY) DATE (MM/DD/YY) LIMITS A GENERAL LIABILITY GENERAL AGGREGATE S 1000000 X COMMERCIAL GENERAL LIABILITY CL02139047 5/6/94 5/6/95 PRODUCTS-COMP/OPAGG. S 1000000 CLAIMS MADE X OCCUR. PERSONAL d ADV. INJURY $ 500000 OWNER'S d CONTRACTOR'S PROT. EACH OCCURRENCE a 500000 r FIRE DAMAGE (Any one fire) a 50000 i MED. EXPENSE (Any one person) $ 5000 B AUTOMOBILE LIABILITY COMBINED SINGLE S r" X AUTO ANY CAP1822167 5/6/94 5/6/95 LIMIT 500000 ALL OWNED AUTOS BODILY INJURY S SCHEDULED AUTOS (Per person) � HIRED AUTOS X BODILY INJURY S X NON -OWNED AUTOS (Per accldent) GARAGE LIABILITY PROPERTY DAMAGE $ F EXCESS LIABILITY EACH OCCURRENCE $ 500000 UMBRELLA FORM CL02139048 5/6/94 5/6/95 AGGREGATE $ OTHER THAN UMBRELLA FORM EXCESS GENERAL LIABILITY & AUTOMOBILE WORKER'S COMPENSATION STATUTORY LIMITS D TSF-111268-01 5/6/94 5/6/95 EACH ACCIDENT $ 500000 i AND DISEASE —POLICY LIMIT $ 500000 EMPLOYERS' LIABILITY DISEASE —EACH EMPLOYEE $ 500000 OTHER E BUILDER RISK CLP2139047 5/6/94 5/6/95 $500, 000 ANY ONE BUILDING $600,000 ANY ONE LOSS i F r 4 i 7 DESCRIPTION OF OPERATIONS/LOCATIONSJVEHICLES/SPECIAL ITEMS RE: CITY OF LUBBOCK — BID #13008 CITY COUNCIL OFFICE RENOVATIONS. ADDITIONAL INSURED IN FAVOR OF THE CITY OF LUBBOCK CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE TF CITY OF LUBBOCK EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR P. 0. BOX 2000 MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO TI LUBBOCK, TEXAS 79457 LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION ( LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVE AUTHORIZED REPRESENTATIVE ACORD 25-S (7/901 � ©A RIIO'EtPORATION ' CERTIFICATE OF INSURANCE CERTIFICATE 4F INSURANCE ISSUE DATE (MM/)D/YY) 7/19/94 PRODUCER THE INWEST GROUP, INC. 6 DESTA DRIVE, SUITE 5550 MIDLAND, TEXAS 79705 P" INSURED LDC CONSTRUCTION CO., P. 0. BOX 65251 r' LUBBOCK, TEXAS 79464 INC. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICAT DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THI COMPANIES AFFORDING COVERAGE COMPANY LETTER A BITUMINOUS INSURANCE COMPANY COMPANY B LETTER COMPANY `. LETTER COMPANY D 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, pow EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO LTR POLICY EFFECTIVE POLICY EXPIRATION TYPE OF INSURANCE POLICY NUMBER DATE (MM/DD/YY) DATE (MM/DD/YY) LIMITS GENERAL UABIUTY GENERAL AGGREGATE $ 500000 A X COMMERCIAL GENERAL LIABILITY **FORTHCOMING 7 / 19 / 94 7 / 19 / 95 PRODUCTS-COMPIOP AGG. S CLAIMS MADE X OCCUR. PERSONAL & ADV. INJURY S X OWNER'S 3 CONTRACTOR'S PROT. EACH OCCURRENCE S 500000 FIRE DAMAGE (Any one lire) S t MO. EXPENSE (Any one person) S AUTOMOBILE LIABILITY COMBINED SINGLE = ANY AUTO LIMIT ALL OWNED AUTOS BODILY INJURY ` SCHEDULED AUTOS (Per person) HIRED AUTOS BODILY URY en = NON -OWNED AUTOS (Per accident) GARAGE LIABILITY " PROPERTY DAMAGE S P� EXCESS LIABILITY EACH OCCURRENCE _ UMBRELLA FORM AGGREGATE If OTHER THAN UMBRELLA FORM WORKER'S COMPENSATION STATUTORY LIMITS EACH ACCIDENT i AND DISEASE —POLICY OMIT i EMPLOYERS' LIABILITY DISEASE —EACH EMPLOYEE S r OTHER NAMED INSURED: CITY OF LUBBOCK P. 0. BOX 2000 LUBBOCK, TEXAS 79457 r DESCRIPTION OF OPERATIONS/LOCATIONSIVEHICLES/SPECIAL ITEMS ` RE: CITY OF LUBBOCK - BID#13008 CITY COUNCIL OFFICE RENOVATIONS r CERTIFICATE HOLDER CANCELLATION r i r i CITY OF SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE TP P. O. BOX LUBBOCKBBOC EXPIRATION DATE THEREOF, THE: ISSUING COMPANY WILL ENDEAVOR 7 P. 0. B TEXAS 79457 MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO TF LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION C LIABILITY OF ANY KIND UPON THE COMPANY, ITS ENTS OR -REPRESENTATIVE AUTHORIZED REPRESENTATIVE rA ACORD 25-S (7/90) CA NOR 1 L_._: i._.._.:: L`.j L�.: L._.: L�� L� L..._.+ L� Lr Lr L._.= L._o L.� L_: L..�.+ L_� [�..� L._.-- r 7, CONTRACT STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 14th day of LuIL 1994, by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through David R. Langston, Mayor, thereunto authorized to do so, hereinafter referred to as OWNER, and LDC CONSTRUCTION CO., INC. of the City of Lubbock, County of Lubbock, and the State of TEM hereinafter termed CONTRACTOR WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: r 1, r� i I r BID#13008 - CITY COUNCIL OFFICE RENOVATIONS FOR S34,126.00 and all extra work in connection therewith, under the germs 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 WIIEREOF, the parties to these presents have year and day fast above written. iris; �. APPROVED •CONTENT: APPROVED•FORM: ATTEST: r � � l Corpo to Secretary agreement in Lubbock, Lubbock County, Texas in the CONTRACTOR: LD NSTRU ON CO., INC. By: _ TITLE: Q `n COMPLETE ADDRESS: P,O. Boa 65251 Lubbock, Texas 79464 GENERAL CONDITIONS OF THE AGREEMENT r. 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 contract, 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: LDC CONSTRUCTION CO., INC. who has agreed to perform the work embraced in this contract, or to his or their legal representative. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to GEORGE LISENBE, BUILDING AND ENERGY MANAGEMENT ADMINISTRATO�I City of Lubbock, under PM whose supervision these contract documents, including the plans and specifications, were prepared, and who will inspect constructions; 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 r.., The contract's 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 the Agreement (if any), Specifications, Plans, Insurance Certificate, and all other documents made available to Bidder for his inspection in accordance with the Notice to Bidders. r 5. INTERPRETATION OF PHRASES r• Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. 6. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor. 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. r 4 8. 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 documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. 9. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished 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 Owner's 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 documents. He will not be required to make exhaustive or continuous onsite 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 documents, 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 onsite 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. 13. LINES AND GRADES All lines and grades shall be furnished by the Owner's Representative whenever necessary for the commencement of the -- work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend his work in order to permit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefiilly 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 Representative at Contractor's expense. — r" 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative 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 funiher 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 shall 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 Representatives'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 direction of the Owner's Representative as rendered shall be promptly carried out, and any claim arising therefrom shall be thereafter adjusted to P" arbitration as hereinafter provided. 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 relative 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 r- It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within six (6) days make written appeal to the; Owner's Representative for his decision. 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 Contractor 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 nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way 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 competent 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 disorderly,such man or men shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and — completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of airy' 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 pernutted 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 observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The Owner or Owner's Representative shall have the right at all reasonable times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such "observation and testing at any location wherever 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 ample notice as to the time each part of the work will be ready for such observation. Owner or Owner's Representative may reject any work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's 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 Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. FM r I 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 Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or 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 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. 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 for use in the work or selected for the same, shall be deemed by the Owner or Owners' Representative as unsuitable 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 rebuild or otherwise remedy such work so that it shall be in full accordance with this contract. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 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 inCrease the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for 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, alteration or addition to the work_ as shown on the plans and specifications or contract documents and not covered 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 Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices, or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the actual field cost of the work, plus fifteen (1 S%) per cent. In the event said extra work be performed and paid for under Method (C), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost 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 all 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 all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 1000/a, 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 (15111a) of the actual field cost to be paid to Contractor shall cover and compensate him for his profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind will be allowed unless ordered in writing by Owner'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 Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C). The Contractor will thereby preserve the right to submit the matter of payment to arbitration as herein below provided. 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 fully understands the work to be included and has provided sufficient sums in his proposal to complete the work in accordance with these plans and specifications. It is further understood that any request for clarification must be submitted no later than five days prior to the opening of bids. 26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increase 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 r,. The Contractor shall take out and procure a policy 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 shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, his sureties and insurance carriers shall defend, fm indemnify 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 sustained 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 r 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 subcontractor to provide necessary barricades, warning lights, or signs and will be required to pay arty judgment with costs which may be obtained against the Owner or any of its officers, agents, or employees including attomey's fees. r.. The safety precautions taken shall be the sole responsibility of the Contractor, in his sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the p" Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of his duty and shall not be construed as any assumption of duty to supervise &ifety precautions by either the ` Contractor or any of his subcontractors. r 28. CONTRACTOR'S INSURANCE The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as r. hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall. cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. A. Comprehensive General Liability Insurance The contractor shall have Comprehensive General Liability Insurancewith limits of $500,000 Combined Single Limit in the aggregate and per occurrence to include: Premises and Operations Explosion & Collapse Hazard Underground Damage Hazard Products & Completed Operations Hazard Contractual Liability Independent Contractors Coverage Personal Injury (with exclusion "c" waived) 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. FIR 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 and or property damage, $500,000 Combined Single Limit. This policy shall be submitted prior to contract execution. C. Comprehensive Automobile Liability Insurance The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $500,000 Combined Single Limit, . . to include all owned and nonowned cars including: Employers Nonownership Liability Hired and Nonowned 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 potential loss) naming the City of Lubbock as insured. E. Umbrella Liability Insurance The Contractor shall have Umbrella Liability Insurance in the amount of $1,000,000 on all contracts with coverage to correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverages. F. Worker's Compensation and Employers Liability Insurance Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $500,000 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 representative of the insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the bid specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. a (7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. (8) If policy limits are paid, new policy must be secured for new coverage to complete project. 29. DISABLED EMPLOYEES Contractors having more than 15 employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and r other terms, conditions, and priviliges of employment. 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN, AND FURNISHERS OF r 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. 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 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 communications between any party under this paragraph must be in writing. 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION I The contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or Owner thereof. The Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the P" Owner harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be x responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate ',. design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner harmless from any loss on account thereof. If the material or process specified or required by Owner is an infringement, the Contractor shall be responsible for such loss unless he promptly gives written notice to the Owner of such infringement. T 32. LAWS AND ORDINANCES i The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, i" which in any manner effect the contract or the work, and shall 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' r 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 shall bear all costs arising therefrom. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. 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. 34. TRAE FOR COMPLETION RAND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning 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 consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $100.00 (One Hand red) PER DAY, not as a penalty, but as liquidated damages 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 completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic change and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because of the impracticability and extreme difficulty in fixing and ascertaining actual damages the Owner would in such event sustain, 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. It is further agreed and understood between the Contractor and Owner that time is of the essence of this contract. 35. TffyIE AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute his work at such 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 contract, 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 parts of the work and estimated dates of completion of the several parts. r t 36. EXTENSION OF TDAE r► 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 r 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, walkouts, acts of God or the public enemy, fire or flood The Contractor may apply in writing for an extension of time, submitting therewith all written justification as may be required by Owner's Representative for such an r extension as requested by Contractor. The Owner's Representative within ten (10) days afb.-r receipt of a written request for an extension of time by the Contractor supported by all requested documentation shall then submit such written request to the City Council of the City of Lubbock for their consideration. Should the Contractor disagree with the action of City 7 Council on granting an extension of time, such disagreement shall be settled by arbitration as hereinafter provided. 37. HINDRANCE AND DELAYS In executing the contract agreement, the Contractor agrees that in undertaking to complete: the work within the time herein fixed, he has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays in securing material or workmen or otherwise. No charge 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 r 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. 38. 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 offered 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. r^ 39. 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 to indemnify, 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 performance of this contract, but such indemnity shall not apply to any claim of any kind arising out of the existence or character of the work 40. 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 r 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 r+ materials and all labor required for the aforesaid work, also, for all expenses incurred by him and for well and truly i i I performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 41. 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 defective 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 Contractoes 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 contract. 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. 42. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application 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 partial 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 materials 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 under 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 percentage due Contractor. 43. 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 inspect the work and within said time, if the work be found to be completed or substantially completed in accordance 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 issue a certificate of acceptance of the work to the Contractor. 44. FINAL PAYMENT 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 same to the Owner, who shall pay to the Contractor on or before 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 contract; and said payment shall become due in any event upon said performance by the Contractor. Neither the certificate of acceptance nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the special conditions (if any) of this contract or required in the specifications made a part of this contract. 45. 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 Contractor 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 all work of other contractors damaged by any such removal or d replacement. If Contractor does not remove and replace any such condemned work within a reasonable time after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. r� 46. CORRECTION OF WORK AFTER FINAL PAYMENT 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 defects with reasonable promptness. 47. PAYMENT WITHHELD r. 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 an account of: (a) Defective work not remedied. (b) Claims filed or reasonable evidence indicating possible filing of claims. r. (c) Failure of the Contractor to make payments promptly to subcontractors or for materials or labor. (d) 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 bcx~ause of them. ►-� 48. 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 r, 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 r' 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 shall be a bar to any claim by either party, except where noted otherwise in the contract documents. 49. ARBITRATION All questions of dispute under this agreement shall be submitted to arbitration at the request of either patty 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 select 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 decision 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 either party refuse or neglect to supply r., 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 arbiters, 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 r+ r QUESTION SUBMITTED TO ARBITRATION UNDER THIS CONTRACT SHALL BE A CONDITION PRECEDENT TO ANY RIGHT OF LEGAL ACTION. The arbiters, if they deem the case demands it, are authorized to award the party whose contention is sustained, such sums as they deem proper for the time, expense and trouble incident to the appeal, and if the appeal was taken without reasonable cause, they may award damages for any delay occasioned thereby. The arbiters 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 writing and shall not be open to objection on account of the form of proceedings or award. so. ABANDONMENT BY CONTRACTOR In case the Contractor should abandon and fail or refuse to resume work within ten (10) days after written notification from the Owner or the Owner's Representative,'or if the Contractor fails to comply with the orders of the Owner's Representative, when such orders are consistent with this contract, this Agreement, or 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 any rental 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 supplies 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 out 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 completed 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 completed 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 newspaper 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 issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and F 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. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the ! cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be 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 mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) days from the date of said notice the Owner may sell such. machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect The Owner shall release any machinery, equipment, tools, materials, or supplies which remain on the *jobsite and belong to persons other than the J. Contractor or his Surety, to their proper owners. 0 • 51. 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 r 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 incorporated 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 r-, of all work actually completed by said Contractor at the prices stated in the the attached proposal, the value of all partially completed work at a fair and equitable price, and the amount of all Extra Work performed at the prices agreed upon, or provided for by the terms of this contract, and a reasonable sum to cover the cost of any provisions made by the Contractor to carry the whole work to completion, and which cannot be utilized. The 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. 52. 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 statutory bonds will not be required. All bonds, if required, shall be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to do business in the State of Texas. And it is further agreed that this contract shall not be in effect until such bonds are so furnished. 53. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. 54. 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 r 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. SS. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority 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 observe 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, 5rm, or corporation. 56. 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. CURRENT WAGE DETERMINATIONS i • �; Resolution #2502 January 8, 1987 Agenda Item #18 - DGV:da RESOLUTION 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 r. , = 23, 1984; and WHEREAS, such rates need to be updatedatthe 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 Constructiori'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. Passed by the City Council this • r :Ranettd Boyd, City Secretary APPROVED T• ONTENT: • Bill- Pyne, D rector of Building Services 8th day of January , 1987. S. e. b/ G)XZ0404 B.C. McMINN, MAYOR APPROVED AS TO FORM: Do Id G. Vandiver, First Assistant City Attorney EXHIBIT A City'of Lubbock Building Construction Trades Prevailing Rates Craft Hourly Rate Acoustical Ceiling Installer $11.60 Air Conditioner Installer 8.35 Air Conditioner Installer -Helper 5.50 Bricklayer 10.50 Bricklayer -Helper 5.00 Carpenter 11.00 ' Carpenter -Helper 5.50 Cement Finisher 7.35 ' Drywall Hanger 8.70 Electrician 10.50 Electrician -Helper 5.25 Equipment Operator - Heavy 8.00 Light 5.70 Floor Installer 8.00 - Glazier 7.50 Insulator, Piping/Boiler 9.50 Insulator -Helper 5.00 Iron Worker 7.30 Laborer, General 4.75 Mortar Mixer 5.60 Painter 8.75 Plumber 9.25 Plumber -Helper 6.00 Roofer 7.65 Roofer -Helper 4.75 Sheet Metal Worker 8.75 Sheet Metal Worker -Helper 5.50 - Welder - Certified _ 8.00 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 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 . t • EXHIBIT C Electric Construction Trades Prevailing Wage `Rates Craft dourly 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 1 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.. SPECIFICATIONS City Council Office Renovations Table of Contents Section Title # of 0100 General Requirements 1 08210 Wood Doors 3 09260 Gypsum Drywall 7 09511 Acoustical Ceilings 5 09688 Carpeting 3 09900 Painting 8 09950 Wall Coverings 3 16003 Wiring Devices 3 16004 Power Distribution 3 16006 Building Lighting 2 i r- SECTION 0100 GENERAL REQUIREMENTS OCCUPANCY BY OWNER CONSTRUCTION SEOUENCING: General: During the Contractor's performance of the work of this Contract, the Owner will continue to occupy the existing facilities within the site. It will be the responsibility of the Contractors to become familiar with the Owner's operation related to new and existing facilities and site utilization prior to submission of their proposal. The Contractor shall also be required to anticipate and include in his proposal all costs required to construct work in a sequentially coordinated manner which will allow the Owner to continue his operation on the site with only "necessary" and "'reasonable disruption. During "normal business" hours, limit construction operations to those methods and procedures which will not only adversely and unduly affect the working environment of Owner's occupied spaces, including noise, dust, odors, air pollution, ambient discomfort, poor lighting, hazards and other undesirable effects and conditions. GENERAL REQUIREMENTS PAGE 1 SECTION 08210 WOOD DOORS GENERAL RELATED DOCUMENTS: The general provision of the contract, including General and Supplementary Conditions and General Requirements (if any), apply to the work specified in this section. DESCRIPTION OF WORK: The extent and location of each type of wood door is shown on the drawings and in schedules sometimes by the abbreviation WdW or other abbreviations as indicated herein. The types of doors required include the following: Solid core flush wood doors with veneer faces. Factory -fitting to frames (prefitting) and factory -preparation for hardware (premachining) for wood door is included in this section. OUALrFY ASSURANCE: General: Comply with the requirements of the following standards unless otherwise indicated. Non -fire Rated Wood Doors: NWMA Industry Standard I. S. 1 "Wood Flush Doors" of the National Woodwork Mfr's Assoc. Fire -Rated Wood Doors: Where fire -resistance classifications are shown or scheduled for wood door assemblies, provide doors which comply with the requirements of NFPA No. 80 "Standard for Fire Doors and Windows" and which have been tested and rated with single point hardware by UL. Provide UL label on each door and panel. SUBMITTALS: Mfr's Data: Submit door mfr's product data specifications and installation instructions for each type of wood door required, including other data as may be required to show compliance with specified requirements. Transmit copy of each instruction to the installer. Warran : Submit written agreement in door mfr's standard form signed by the Mfr., Installer and Contractor, agreeing to repair or replace defective doors which have warped WOOD DOORS Page 1 (bow, cup or twist) or which show photographing of construction below in face veneers, or do not conform to tolerance limitations of NWMA. PRODUCT DELIVERY, STORAGE AND HANDLING: Protect wood doors during transit, storage and handling to prevent damage, soiling and deterioration. Comply with the "On -Site Care" recommendations of NWMA pamphlet "Care and Finishing of Wood Doors" and with mfr's instructions. PRODUCTS MATERIALS AND COMPONENTS: General: Provide wood doors complying with the applicable requirements of NWMA I. S. l for the kinds and types of doors indicated and as further specified. Face Panels: Mfr's standard 2- or 3-ply face panels, unless otherwise indicated. Exaosed Surfaces: Provide the kind shown or scheduled and as further specified. Provide same exposed surface material on both faces of each door, unless otherwise indicated. Fire -rated Doors: Provide exposed faces and edges to match non -fire -rated doors r- in the same area of the building, unless otherwise indicated. Provide trim for openings (if any) which have been tested and listed for the kind of door and rating indicated. GENERAL FABRICATION REQUIREMENTS: INTERIOR FLUSH WOOD DOORS: Solid Core Wood Doors: Type H water-resistant bond. Core Construction: Solid wood block, wood particleboard, or mineral with wood lock blocks, as required by door mfr's to comply with specified warranty period. Face Panels: Mfr's standard 2- or 3-ply face panels. PREFITTING AND PREPARATION FOR HARDWARE: Prefit and premachine wood doors at the factory. Comply with the tolerance requirements of NWMA for prefitting. Machine doors for hardware requiring cutting of doors. Comply with final hardware schedules and door PW WOOD DOORS •� Page 2 frame shop drawings and with hardware templates and other essential information required to ensure proper fit of doors and hardware. Take accurate field measurements of hardware mortises in metal frames to verify dimensions and alignment before proceeding with machining in the factory. - EXECUTION INSPECTION: Installer must examine door frames and verify that'frames are the correct type and have been installed as required for proper hanging of corresponding doors and notify the Contractor in writing of conditions detrimental to the proper and timely installation of wood doors. Do not proceed with installation until unsatisfactory conditions have been _ corrected in a manner acceptable to the Installer. INSTALLATION: Condition doors to average prevailing humidity in installation area prior to hanging. Hardware: To match existing. Mfr's Instructions: Install wood doors in accordance with mfr's instructions. Prefit Doors: Fit to frames and machine for hardware to whatever extent not previously worked at factory as required for proper fit and uniform clearance at each edge. Clearance: For non -fire doors provide clearances of 1/8" at jambs and heads; 1/8" at meeting stiles for pairs of doors; and 1/2" from bottom of door to top of decorative floor - finish or covering. Where threshold is shown or scheduled, provide 1/4" clearance from bottom of door to top of threshold. Job Site Finished Doors: Match existing finish to doors. ADJUST AND CLEAN: Operation: Rehang or replace doors which do not swing or operate freely. Finished Doors: Refinish or replace doors damaged during installation. Protection and Completed Work: Advise Contractor of proper procedures required for protection of installed wood doors from damage or deterioration until acceptance of the work. WOOD DOORS Page 3 SECTION 09260 GYPSUM DRYWALL GENERAL RELATED DOCUMENTS: The general provisions of the Contract, including General and Supplementary Conditions and General Requirements (if any) apply to the work specified in this section. DESCRIPTION OF WORK: The extent of the gypsum drywall work (GypDw) is shown on the drawings and in schedules, and is hereby defined to include gypsum board work with a tape -and - compound joint treatment system known as "drywall finishing" work. The types of work required include the following: Gypsum drywall including screw -type metal support system. Exterior gypsum drywall ceiling/soffits. Drywall finishing (joint tape -and -compound treatment). QUALITY ASSURANCE: Industry Standard: Comply with applicable requirements of GA 216 "Application and Finishing of Gypsum Board" by the Gypsum Association, except where more detailed or more stringent requirements are indicated including the recommendations of the manufacturer. Allowable Tolerances: 1/8" offsets between planes of board faces, and 1/4" in 8'0" for plumb, level, warp and bow. Manufacturer: Obtain gypsum boards, trim accessories, adhesives and joint treatment products from a single manufacturer, or from manufacturer's recommended by the prime manufacturer of gypsum boards. e- GYPSUM DRYWALL r" PAGE 1 SUBMITTALS: Manufacturer's Data, Gypsum Drywall: For information only, submit 2 copies of manufacturer's product specifications and installation instructions for each gypsum drywall component, including other data as may be required to show compliance with these specifications. Distribute an additional copy of each installation instruction to the Installer. PRODUCT HANDLING: Deliver gypsum drywall materials in sealed containers and bundles, fully identified with manufacturer's name, brand, type and grade; store in a dry, well ventilated space, protected from the weather, under cover and off the ground. JOB CONDITIONS: Installer must examine the substrates and the spaces to receive gypsum drywall, and the _ conditions under which gypsum drywall is to be installed; and shall notify the Contractor, in writing, of conditions detrimental to the proper and timely completion of the work. Do not proceed with the installation until unsatisfactory conditions have been corrected in a manner acceptable to the Installer. Maintain ambient temperatures at not less than 55 degrees F., for the period of 24 hours before drywall finishing, during installation and until compounds are dry. PRODUCTS METAL SUPPORT MATERIALS: General: To the extent not otherwise indicated, comply with Gypsum Association Specification GA-203 `Installation of Screw -Type Steel FramingMembers to Receive Gypsum Board" (as specified and recommended) for metal system support gypsum drywall work. Ceiling Suspension Main Runners: 1-1/2" steel channels, 0.475 lb. per ft., cold -rolled. Hanger Wire: ASTM A 641, soft, Class 1 galvanized, pre -stretched; sized in accordance with GA-203. Hanger Anchorage Devices: Size for 3 x calculated loads, except size direct -pull concrete inserts for 5 x calculated loads. GYPSUM DRYWALL PAGE 2 Studs: ASTM C 645; 25 gage x 3-5/8" deep, except as otherwise indicated. t- Runners: Match studs; type recommended by stud manufacturer for floor and ceiling support of studs, and for vertical abutment of drywall work at other work. �- Stud System Accessories: Provide stud manufacturer's standard clips, shoes, ties, I reinforcements, fasteners and other accessories as needed for a complete stud system. Furring Members: ASTM C 645; 25 gage, hat -shaped. Fasteners: Type and size recommended by furring manufacturer for the substrate and application indicated. GYPSUM BOARD PRODUCTS: General: To the extent not otherwise indicated, comply with GA-216 as specified and recommended. Exposed Ggpsum Board (QTBd) (Also known as gypsum wallboard). Regular type with tapered long edges. Edge Profile: Special rounded or beveled edge. Sheet Size: Maximum length available which will minimize end joints. r. Thickness: 5/8", except where otherwise indicated. E TRIM ACCESSORIES: General: Manufacturer's standard galvanized steel beaded units with flanges for concealment in joint compound, including corner beads, edge trim and control joint; except provide semi -finishing type (flange not concealed) where indicated. Exterior Trim: Zinc -alloy, except as otherwise indicated. JOINT TREATMENT MATERIALS: General: ASTM C 475; type recommended by the manufacturer for the application indicated, except as otherwise indicated. Joint Tape: Perforated type. GYPSUM DRYWALL PAGE 3 Joint Compound: Ready -mixed vinyl -type for interior use. MISCELLANEOUS MATERIALS: General: Provide auxiliary materials for gypsum drywall work of the type and grade recommended by the manufacturer of the gypsum board. Laminating Adhesive: Special adhesive or joint compound specifically recommended for laminating gypsum boards. Fastening Adhesive (for Wood): ASTM C 557. Gvnsum Board Fasteners: Comply with GA-216. Concealed Acoustical Sealant: Mastic type; non -shrinking, non-drying, non -migrating and non -staining. Exposed Acoustical Sealant: Latex, acrylic, or acrylic -latex type; permanently elastic and paintable. Sound Attenuation Blankets: FS 11114-521, Type I; semi -rigid mineral fiber blanket without membrane, Class 25 flame -spread, thickness as indicated. EXECUTION INSTALLATION OF METAL SUPPORT SYSTEMS: General: to the extent not otherwise indicated, comply with GA-203, and manufacturer's instructions. Furnish concrete inserts, steel deck hanger clips, and similar devices to other trades for installation well in advance of time needed for coordination with other work. Do not bridge building expansion joints (ExpJt) with support system, frame both sides of joints with fiming and other support as indicated. Space ceiling suspension main runners 4'0" o.c. and space hangers as indicated ori if not otherwise indicated, at 4'0" o.c. along runners; coordinate with structure. Isolate stud system from transfer to structural loading to system, both horizontally and vertically. Provide slip or cushioned type joints to attain lateral support and avoid axial loading. GYPSUM DRYWALL PAGE 4 r OM Install runner tracks at floors, ceiling and structural walls and columns where gypsum drywall stud system abuts other work. Extend partition stud system through acoustical ceilings and elsewhere as indicated to the structural support or substrate above the ceiling. Space studs 16" o.c., except as otherwise indicated. Door Frames: Install additional jamb studs at door frames as indicated, but not less than 2 studs at each jamb. Space jack studs over door frames at same spacing as partition studs. Space ceiling furring members 16" o.c., except as otherwise indicated. Wire -tie or clip furring members to main ceiling runners and to other structural supports PM as indicated. Space wall furring members 16" o.c., except as otherwise indicated. Nail or screw furring members to structural support where possible; otherwise wire -tie or clip as recommended by manufacturer. Install supplementary framing, runners, furring, blocking and bracing at opening and - termination in the work, and at locations required to support fixtures, equipment, services, heavy trim, furnishings and similar work which cannot be adequately supported directly on gypsum board alone. GENERAL GYPSUM BOARD INSTALLATION REQUIREMENTS: General Standards: In addition to compliance with GA-216, comply with manufacturer's instructions and requirements for fire -resistance ratings (if any), whichever is most stringent. Install ceiling boards in the direction and manner which will minimize the number of end - butt joints, and which will avoid end joints in the central area of each ceiling. Stagger end joints at least 1'0". Install sound attenuation blankets as indicated, prior to gypsum board unless readily installed after board has been installed. Install wall/partition boards vertically to avoid end -butt joints wherever possible. At stairwells and similar high walls, install boards horizontally with end joints staggered over studs. GYPSUM DRYWALL PAGE 5 Form control joints (Ctdt) and expansion joints (ExpJt) with space between edges of boards, prepared to receive trim accessories. Cover both faces of steel studs with gypsum board in concealed spaces (above ceilings, etc.), except in chase walls, which are properly braced internally. Except where concealed application is required for sound, fire, air or smoke ratings, coverage may be accomplished with scraps of not less than 8 sq. ft. area, and may be limited to not less than 75% of full coverage. Isolate perimeter of non -load -bearing drywall partitions at structural abutments. Provide 1/4" to 1/2" space and trim edge with J-type semi -finishing edge trim. Seal joints with acoustical sealant. Do not fasten drywall directly to stud system runner tracks. Floating Construction: Where feasible, including where recommended by manufacturer; install gypsum board with "floating" internal corner construction, unless isolation of the intersecting boards is indicated or unless control or expansion joints are indicated. Space fasteners in gypsum boards in accordance with GA-216 and manufacturer's recommendations, except as otherwise indicated. SPECIAL GYPSUM BOARD APPLICATIONS: Single -Layer Ceilings: Install exposed gypsum board `prior to wall/partition board installation. Fasten°with screws, or with nails where permitted. Single -Laver Walls and Partitions: Install exposed gypsum board. Fasten with screws, or with nails where permitted. Wall Tile Base: Where drywall is base for thin -set ceramic tile and similar rigid applied wall finishes, install gypsum backing board. At showers, tubs and similar `vet" areas, install water-resistant backing board. Apply with un-cut long edge at bottom of work, and space 1/4" above fixture lips. Seal ends, cut -edges and penetrations of each piece with water-resistant sealant before installation. GYPSUM DRYWALL PAGE 6 PM INSTALLATION OF DRYWALL TRIM ACCESSORIES: r General: Where feasible, use the same fasteners to anchor trim accessory flanges as required to fasten gypsum board to the supports. Otherwise, fasten flanges by mailing or stapling in accordance with manufacturer's instructions and recommendallons. Install metal corner beads at external corners of drywall work. Install metal edge trim whenever edge of gypsum board would otherwise be exposed or semi -exposed, and except where plastic trim is indicated. Provide'type with face flange to receive joint compound except where semi -finishing type is indicated. Install L-type trim r where work is tightly abutted to other work, and install special kerf-type where other work is kerfed to receive long leg of L-type trim. Install U-type trim where edge is exposed, revealed, gasketed, or sealant -filled (including expansion joints). Install J-type semi -finishing trim where indicated, and where exterior gypsum board edges are not covered by applied moldings. Install metal control joint (beaded -type) where required. INSTALLATION OF DRYWAL L FINISHING: General: Apply treatment at gypsum board joints (both directions), flanges of trim accessories, penetrations, fasteners heads, surface defects and elsewhere as required to prepare work for decoration. Prefill open joints and rounded or beveled edges, using type r• of compound recommended by manufacturer. Apply joint tape at joints between gypsum boards, except where a trim accessory is indicated. Apply joint compound in 3 coats (not including prefill of openings in base), and sand between last 2 coats and after last coat. PROTECTION OF WORK: Installer shall advise Contractor of required procedures for protection of the gypsum C drywall work from damage and deterioration during the remainder of the construction period. i GYPSUM DRYWALL "' PAGE 7 SECTION 09511 ACOUSTICAL CEILINGS GENERAL RELATED DOCUMENTS: Drawings and general provisions of Contract, including General and Supplementary Conditions (if any), apply to work specified in this section. DESCRIPTION OF WORK: Extent of each type of acoustical ceiling (AcClg) is shown on the drawings and in schedules. Types of acoustical ceilings specified in this section include the following: Acoustical panel ceilings, exposed suspension. QUALITY ASSURANCE: Subcontract the installation of acoustical ceilings to an experienced installation firm which is acceptable to the manufacturer of the acoustical units, as shown by current written statement from the manufacturer. Standards for Terminology and Performance: Applicable publications by the Acoustical and Insulating Materials Association (AIMA), including `Performance Data, Architectural Acoustical Materials. " FM Compliance: Class I. Fire Resistance Rating: UL tested, listed and labeled for the UL design and hours of resistance as indicated. SUBMITTALS: Manufacturer's Data, Acoustical Ceilings: For information only, submit 2 copies of manufacturer's product specifications and installation instructions for each acoustical ceiling material required, and for each suspension system, including certified laboratory test reports and other data as required to show compliance with these specifications. Distribute one additional copy of each installation instruction to the Installer. ACOUSTICAL CEILINGS PAGE 1 f rk �., Include manufacturer's recommendations for cleaning and refinishing acoustical units, including precautions against materials and methods which may be detrimental to finishes and acoustical performances. Maintenance Stock, Acoustical Ceilings. r,. At time of completing the installation, deliver stock of maintenance material to the Owner. Furnish full size units matching the units installed, packaged with protective covering for storage, and identified with appropriate labels. Acoustical Units: Furnish an amount equal to 1.0% of the amount installed. l JOB CONDITIONS: Space Enclosure: Do not install interior acoustical ceilings until space has been enclosed and weather -tight, and until wet -work in space has been completed and nominally dry, and until work above ceilings is complete, and until ambient conditions of temperature and �. humidity will be continuously maintained at values near those indicated for final occupancy. r. PRODUCTS CEILING UNITS: i. Acoustical Tile (AcTI): General: Except as otherwise indicated, provide manufacturer's standard tile units prepared for the mounting system indicated, and of the type recommended by the manufacturer for the application indicated. Acoustical Panels (AcPnl): r General: Except as otherwise indicated, provide manufacturer's standard lay -in panels of the type recommended by the manufacturer for the application indicated. Color to match existing color. CEILING SUSPENSION MATERIALS: General: Comply with ASTM C 635, as applicable to the type of suspension system required for the type of ceiling units indicated. Coordinate with other work supported by or penetrating through the ceilings, including light fixtures, HVAC equipment, and partition system (if any). Structural Class: Intermediate -duty system. r ACOUSTICAL CEILINGS !` PAGE 2 Attachment Devices: Size for 5 times the design load indicated in ASTM C 635, Table 1, Direct Hung. Hanger Wires: Galvanized carbon steel, ASTM A 641, soft temper, pre - stretched, yield -stress load of at least 3 times design load, but not less than 12 gage (0.106"). e of System: Either direct -hung or indirect -hung suspension system, at Contractor's option. System Manufacturer: Same as acoustical unit manufacturer or one of the following: Chicago Metalic Corp. Conn Products, Inc. Flangeklamp Industries, Inc. Howmet Corp. Lok Products Co. Mid -Western Industries National Rolling Mills Co. Roper Eastern Bldg. Systems Edge Moldings: Manufacturer's standard channel molding for edges and penetrations of ceiling, with a single flange of molding exposed, white baked enamel finish unless otherwise indicated. Snap -In Pan Suspension System: Manufacturer's standard galvanized steel "T" bar system, concealed. Exposed Suspension System: Manufacturer's standard exposed runners, cross -runners, and accessories, of the types and profiles indicated, with exposed cross -runners coped to lay flush with main runners. Finish: Manufacturer's standard baked enamel finish, color as selected by Architect. MISCELLANEOUS MATERIALS: Edge Trim Moldings: Metal, of types and profiles indicated, white finish unless otherwise indicated. Concrete Inserts: Type recommended by suspension system manufacturer, sized for pull- out resistance of not less than 5-times the hanger design load for structural classification indicated (ASTM C 635, Table 1, Direct Hung). Fore wire -type inserts, provide units of not less than 8-gage galvanized wire construction. ACOUSTICAL CEILINGS PAGE 3 PAN EXECUTION INSPECTION AND PREPARATION WORK: Supports in Metal Decking: Furnish layout of required clips or slots to decking installer well in advance of decking installation. Installer must examine the conditions under which the acoustical ceiling work is to be performed and notify the Contractor in writing of unsatisfactory conditions. Do not proceed with the work until unsatisfactory conditions have been corrected in a manner acceptable to the Installer. ,,. Measure each ceiling area and establish layout of acoustical units to balance border widths 4 at opposite edges of each ceiling. Avoid the use of less -than -half width units at borders, and comply with reflected ceiling plans wherever possible. INSTALLATION: �. General: Install materials in accordance with manufacturer's printed instructions, and to comply with governing regulations, fire -resistance rating requirements as indicated, and industry standards applicable to the work. Arrange acoustical units and orient directionally -patterned units (if any) in manner to match existing. Install tile with pattern running in one direction. Install suspension systems to comply with ASTM C 636, with hangers supported only from building structural members as indicated. Locate hangers near each end and spaced 4V along each carrying channel or direct -hung runner, unless otherwise indicated. F Secure wire hangers by looping and wire -typing, either directly to ` structures or to inserts, eye -screws, or other devices which are secure and ,— appropriate for the substrate, and which will not deteriorate or fail with age or elevated temperatures. Install edge moldings of the type indicated at edges of each acoustical ceiling area, and at locations where edge of units would otherwise be exposed after completion of work. Secure moldings to building construction by fastening with screw -anchors into the substrate, through holes drilled in vertical leg. Space holes not more than 3" from each end and not more than 16" o. c. along each molding. ACOUSTICAL CEILINGS PAGE 4 Level moldings with ceiling suspension system, to a level tolerance of 1/8" in 12'0". Miter corners of moldings accurately to provide hair -line joints, securely connected to prevent dislocation. Cope exposed flanges of intersecting suspension system members, so that flange faces will be flush (cope flange of member supported by other member). Install acoustical panels in coordination with suspension system with edges concealed by _ support of suspension members. Install hold-down clips in areas indicated, and in areas where required by governing regulations or for fire -resistance ratings; space as recommended by panel manufacturer, unless otherwise indicated or required. Scribe and cut panels to fit accurately at penetrations. Install edge trim moldings where indicated, and elsewhere as needed to conceal edges of acoustical units which would otherwise be exposed to view after completion of the work. Anchor with fasteners or, if not possible, secure in place with permanent adhesive. CLEANING AND PROTECTION: Clean exposed surfaces of acoustical ceilings, including trim, edge moldings, and suspension members; comply with manufacturer's instructions for cleaning and touch-up of minor finish damage. Remove and replace work which cannot be successfully cleaned and repaired to permanently eliminate evidence of damage. The Installer shall advise the Contractor of required protection for the acoustical ceilings, including temperature and humidity limitations and dust control, so that the work will be without damage and deterioration at the time of acceptance by the Owner. ACOUSTICAL CEILINGS PAGE 5 I t FOR f SECTION 09688 CARPETING GENERAL RELATED DOCUMENTS: The general provisions of the Contract, including General and Supplementary Conditions and General Requirements, apply to the work specified in this section. DESCRIPTION OF WORK: The extent of each type of carpeting is indicated on the drawings, and includes carpet and accessories. OUALTTY ASSURANCE: Installer: Firm with not less than 2 years of carpeting experience, similar to work of this section. Manufacturer: Firm with not less than S years of production experience with carpet similar to types specified in this section; and whose published product literature clearly indicates compliance of product with requirements of this section. General Standard: Comply with recommendation of "Carpet Spec fier's Handbook" by The Carpet and Rug Institute, which can be reasonably applied to types of carpeting required. Maintenance Materials: Deliver specified overrun (if any) and usable scraps of carpet to Owner's designated storage space, properly packaged and identified Usable scraps are defined to include roll ends of less than 9'0" length, and pieces of more than 3 sq. ft. area and more than 8" wide. Dispose of smaller pieces. SUBMITTALS: Mfr's Data: Submit data to show compliance with requirements. Include test laboratory reports and mfr's certifications and installation/maintenance instructions and recommendations. PRODUCT DELIVERY AND STORAGE: Deliver carpeting materials in protective wrapping, and store inside, protected from weather, moisture and soiling. e CA"EnNG PAGE 1 WARRANTY: Provide special warranty, signed by Contractor, Installer and Mfr. (Carpet Mill), agreeing to repair or replace defective materials and workmanship of carpeting work during 1-year warranty period following acceptance. Attach copies of product warranties. PRODUCTS: CARPET: Carpet Fiber ilamentt To match existing. Carpet Face Yarn: To match existing. Caret Color. Pattern. Texture: To match existing. Carpet Construction: To match existing. FRPT Rating: To match existing. CARPET ACCESSORIES: Carpet Edge Guard, Metal: Extruded aluminum bend -down type edge guard, with concealed gripper teeth and punched anchorage flange; anodized aluminum finish of colors selected by Architect from among standard colors available within the industry (any mfr.). Installation Adhesive: Water-resistant type as recommended by carpet or cushion mfr., and which complies with flammability requirements for installed carpet. Seaming Cement: Hot -melt seaming adhesive or similar product recommended by carpet mfr., for taping seams and buttering cut edges at backing to form secure seams and prevent pile loss at seams. Miscellaneous Materials: As recommended by mfrs. of carpet and other carpeting products; and selected by Installer to meet project circumstance and requirements. CARPETING PAGE 2 EXECUTION PRE -INSTALLATION REQUIREMENTS: Installer must examine substrates for moisture content and other conditions under which carpeting is to be installed, and notify Contractor in writing of conditions detrimental to proper completion of the work Do not proceed until unsatisfactory conditions have been corrected. Clear away debris and scrape up cementitious deposits from surfaces to receive carpeting; vacuum clean immediately before installation. Check concrete surfaces to ensure no "dusting" through installed carpet; apply sealer where required to prevent dusting. t.. Sequence carpeting with other work so as to minimize the possibility of damage and soiling of carpet during the remainder of the construction period. INSTALLATION• General: Comply with mfr's instructions and recommendations for seam locations and direction of carpet; maintain uniformity of direction and lay of pile. At doors, center seams under doors; do not seam in traffic direction at doorways. Extend carpet under open -bottomed obstructions and under removable flanges and furnishings, and into alcoves and closets of each space. Provide cut-outs where required, and bind cut edges properly where not concealed by protective edge guards or overlapping flanges. Install carpet edge guard where edge of carpet is exposed; anchor guards to substrate. Glue -Down Installation: Fit sections of carpet into each space prior to application of adhesive. Trim edges and butter cuts with seaming cement. Apply adhesive uniformly to substrate in accordance with mfr's instructions. Butt carpet edges tightly together to form seams without gaps. Roll lightly to eliminate air pockets and ensure uniform bond Remove adhesive promptly from face of carpet. CLEANING AND PROTECTION: Remove debris, sorting pieces to be: saved from scraps to be disposed of. Vacuum carpet using commercial machine with facebeater element. Remove spots and replace carpet where spots cannot be removed. Advise Contractor of protection methods and materials needed to ensure that carpeting will be r- without deterioration or damage at time of acceptance. r CARPETING PAGE 3 SECTION 09900 PAINTING GENERAL RELATED DOCUMENTS: The general provisions of the Contract, including General and Supplementary Conditions and General Requirements (if any), apply to the work specified in this section. DESCRIPTION OF WORK: Extent of painting work is shown on the drawings and schedules, and as herein specified. The work included painting and finishing of interior and exterior exposed items and surfaces throughout the project, except as otherwise indicated. "Paint" as used herein means all coating systems materials, including primers, emulsions, enamels, stains, sealers and fillers, and other applied materials whether used as primer, intermediate or finish coats. Paint exposed surfaces whether or not colors are designated in "schedules", except where the natural finish of the material is specifically noted as a surface not to be painted. Where items or surfaces are not specifically mentioned, paint these the same as adjacent similar materials or areas. If color or finish is not designated, the Architect will select these from standard colors available for the materials systems specified. PAINTING NOT INCLUDED: The following categories of work are not included as part of the field -applied finish work, or are included in other sections of these specifications. Shop Priming_ Unless otherwise specified, shop priming of ferrous metal items is included under the various sections for structural steel, miscellaneous metal, hollow, metal work, and similar items. Also, shop -fabricated or factory -built mechanical and electrical equipment or accessories. Pre -finished Items: Unless otherwise indicated, do not include painting when factory - finishing or installer finishing is specified for such items as (but not limited to) metal toilet PAIN NG PAGE 1 7 enclosures re -finished partition systems, acoustic materials, architectural woodwork and �P P Y casework, finished mechanical and electrical equipment including light fixtures, switchgear and distribution cabinets, elevator entrance frames, doors and equipment. Concealed Surfaces: Unless otherwise indicated, painting is not required on surfaces such as walls or ceilings in concealed areas and generally inaccessible areas, foundation spaces, furred areas, utility tunnels, pipe spaces, duct shafts and elevator shafts. 7 Finished Metal Surfaces: Metal surfaces of anodized aluminum, stainless steel, chromium plate, copper, bronze and similar finished materials will not require finish painting, unless otherwise indicated. .• Operating Parts and Labels: Moving parts of operating units, mechanical and electrical parts, such as valve and damper operators, linkages, sinkages, sensing devices, motor and r fan shafts will not require finish painting, unless otherwise indicated. Do not paint over any code -required labels, such as Underwriters' Laboratories and Factory Mutual, or any equipment identification, performance rating, name, or nomenclature plates. SUBMITTALS: Manufacturer's Data: Submit mfr's technical information including paint label analysis and application instructions for each material proposed for use. Samples: Submit samples for Architect's review of color and texture only. Provide a listing of the material and application for each coat of each finish sample. On actual wood surfaces, provide two 4" x 8 samples of each natural and stained wood finish as required. Label and identify each as to location and application. r On actual wall surfaces and other exterior and interior building components, duplicate painted finishes of the prepared samples. On at least 100 sq. ft. of surface as directed, provide full -coat finish samples until required sheen, color and texture is obtained; simulate finished lighting conditions for review of in -place work. DELIVERY AND STORAGE: Deliver all materials to the job site in original, new and unopened packages and containers bearing mfr's name and label, and the following information. Name or title of material Fed. Spec. number, if applicable Mfr's stock number and date of mfr. r PAINTING .-0 PAGE 2 Mfr's name Contents by volume, for major pigment and vehicle Constituents Thinning instructions Application instructions Color name and number JOB CONDTI'IONS: Apply water -base paints only when the temperature of surfaces to be painted and the surrounding air temperatures are between 50 degrees F. and 90 degrees F. unless otherwise permitted by the paint mfr's printed instructions. Apply solvent -thinned paints only when the temperature of surfaces to be painted and the surrounding air temperatures are between 45 degrees F. and 95 degrees F. unless otherwise permitted by the paint mfr's printed instructions. Do not apply paint in snow, rain, fog or mist; or when the relative humidity exceeds 85%; or to damp or wet surfaces; unless otherwise permitted by the paint mfr's printed ` instructions. Painting may be continued during inclement weather only if the areas and surfaces to be painted are enclosed and heated within the temperature limits specified by the paint mfr. during application and drying periods. PRODUCTS: COLORS AND FINISHES: Prior to beginning work, furnish color chips for surfaces to be painted. Use representative colors when preparing'samples for review. Final acceptance of colors will be from samples applied on the job. Color Pigments: Pure, non -fading, applicable types to suit the substrates and service indicated. Lead content in the pigment, if any, is limited to contain not more than 0.5% lead, as lead metal based on the total non-volatile (dry -film) of the paint by weight. This limitation is extended to all interior surfaces and those exterior surfaces, such as stairs, decks, porches, railings, windows, and doors which are readily accessible to children under seven years of age. Paint Coordination: Provide finish coats which are compatible with prime paints used. Review other sections of these specifications in which prime paints are to be provided to ensure compatibility of total coatings system for various substrates. Upon request from PAINTING PAGE 3 i other trades, furnish information on characteristics of finish materials proposed for use, to ensure compatible prime coats are used. Provide barrier coats over incompatible primers or remove and reprime as required. Notify the Owner in writing of any anticipated problems using specified coating systems with substrates primed by others. MATERIAL OUALTTY: Provide best quality grade of the various types of coatings as regularly manufactured by acceptable paint materials mfr's. Materials not displaying the mfr's identification as standard, best -grade product will not be acceptable. Federal Specifications establish the minimum acceptable quality for paint materials. Provide a written certification from the paint mfr. that materials provided meet or exceed these minimums. ' Provide undercoat paint produced by the same mfr. as the finish coats. Use only thinners approved by the paint mfr., and use only within recommended limits. t I INTERIOR PAINT SYSTEMS: i Provide the following paint systems for the various substrates, as indicated. ftsum Drywall Systems: lP -11: 1 st Coat Latex primer (TT P-650) 2nd Coat Alkyd enamel (TT-E-509) 3rd Coat Alkyd enamel (TT-E-509) Not less than 2.5 mils dry film thickness Ferrous Metal: IP -20: 1st Coat Red lead primer (TT-P-86) 2nd Coat Enamel undercoater (TT-E-543) 3rd Coat Semi -gloss enamel (TT-E-509) First coat not required on items that are shop printed. Not less than 2.5 mils dry film thickness. r• Painted Woodwork and Hardboard: i IPS-25: 1st Coat Enamel undercoat (TT-E-543) 2nd Coat Semi -gloss enamel (TT-E-509) . 3rd Coat Semi -gloss enamel (TT-E-509) r• .PAINTING PAGE 4 Stained Woodwork: IP -27: 1st Coat Interior oil stain (TT-S-711) 2nd Coat Bleached shellac (TT-S-300) 3rd Coat Rubbing varnish (TT-V-86) 4th Coat Rubbing varnish (TT-V-86) Fill open grained wood with filler complying with RR-F-336, and wipe before first varnish coat. (Above may be revised on job as directed by Owner to achieve desired results). EXECUTION INSPECTION: Applicator must examine the area and conditions under which painting work is to be applied and notify the Contractor in writing of conditions detrimental to the proper and timely completion of the work. Do not proceed with the work until unsatisfactory conditions have been corrected in a manner acceptable to the Applicator. Starting of painting work will be construed as the -Applicator's acceptance of the surfaces and conditions within any particular area. Do not paint over dirt, rust, scale, grease, moisture, scuffed surfaces, or conditions otherwise detrimental to the formation of a durable paint film. SURFACE PREPARATION: General: Perform preparation and cleaning procedures in strict accordance with the paint mfr's instructions and as herein specified, for each particular substrate conditions. Remove all hardware, hardware accessories, machined surfaces, plates, lighting fixtures, and similar items in place and not to be finish -painted, or provide surface -applies protection prior to surface preparation and painting operations. Remove, if necessary, for the complete painting of the items and adjacent surfaces. Following completion of painting of each space or area, reinstall the removed items by workmen skilled in the trades involved. Clean surfaces to be painted before applying paint or surface treatments. Remove oil and grease prior to mechanical cleaning. Program the cleaning and painting so that contaminants from the cleaning process will not fall onto wet, newly -painted surfaces. Wood: Clean wood surfaces to be painted of all dirt, oil, or other foreign substances with scrapers, mineral spirits, and sandpaper, as required. Sandpaper smooth those finished surfaces exposed to view, and dust off. Scrape and clean small, dry, seasoned knots and apply a thin coat of white shellac or other recommended knot sealer, before application of PAINTING PAGE 5 i �a the priming coat. After priming, fill holes and imperfections in finish surfaces with u P g P g� P putty or plastic wood -filler. Sandpaper smooth when dried. Prime, stain, or seal wood required to be job -painted immediately upon delivery to job. Prime edges, ends, faces, undersides, and backsides of such wood, including cabinets, counters, cases, paneling, etc. When transparent finish is required, use spar varnish for backpriming. Backprime paneling on interior partitions only where masonry, plaster, or other wet wall construction occurs on backsides. Seal tops, bottoms, and cut-outs of unprimed wood doors with a heavy coat of varnish or equivalent sealer immediately upon delivery to job. MATERIALS PREPARATION: Mix and prepare painting materials in accordance with mfr's directions. Store materials not in actual use in tightly covered containers. Maintain containers used in storage, mixing and application of paint in a clean condition, free of foreign materials and residue. Stir materials before application to produce a mixture of uniform density, and stir as required during the application of the materials. Do not stir surface film into the material, Remove the film and if necessary, strain the material before using. APPLICATION: General: Apply paint in accordance with the mfr's directions. Use applicators and techniques best suited for the substrate and type of material being applied. Apply additional coats when undercoats, stains or other conditions show through the final I coat of paint, until the paint film is of uniform finish, color and appearance. ,Give special attention to insure that all surfaces, including edges, comers, crevices, welds, and exposed fasteners receive a dry film thickness equivalent to that of flat surfaces. Paint surfaces behind movable equipment and furniture the same as similar exposed surfaces. Paint surfaces behind permanently -fixed equipment or furniture with prime coat only before final installation of equipment. Paint interior surfaces of ducts, where visible through registers or grilles, with a flat, non- specular black paint. r Paint the back sides of access panels, and removable or hinged covers to match the exposed surfaces. PAINTING PAGE 6 Finish exterior doors on tops, bottoms and side edges the same as the exterior faces, unless otherwise indicated. Sand lightly between each succeeding enamel or varnish coat. Omit the first coat (primer) on metal surfaces which have been shop -primed and touch-up painted, unless otherwise indicated. SchedulingPainting: ainting Apply the first -coat material to surfaces that have been cleaned, pre- treated or otherwise prepared for painting as soon as practicable after preparation and before subsequent surface deterioration. Allow sufficient time between successive coatings to permit proper drying. Do not recoat until paint has dried to where it feels firm, does not deform or feel sticky under moderate thumb pressure, and the application of another coat of paint does not cause lifting or loss of adhesion of the undercoat. Nnimum Coating_ Thickness: Apply each material at not less than the mfr's recommended spreading rate, to establish a total dry film thickness as indicated or, if not indicated, as recommended by coating mfr. Prime Coats: Apply a prime coat of material which is required to be painted or finished, and which has not been prime coated by others. Recoat primed and sealed surfaces where there is evidence of suction spots or unsealed areas in first coat, to assure a finish coat with no burn -through or other defects due to insufficient sealing. Stipple Enamel Finish: Roll and redistribute paint to an even and fine texture. Leave no evidence of rolling such as laps, irregularity in texture, skid marks, or other surface imperfections. Pigmented (Opaque)Finishes: Completely cover to provide an opaque, smooth surface of uniform finish, color, appearance and coverage: Cloudiness, spotting, holidays, laps, brush marks,. runs, sags, ropiness or other surface imperfections will not be acceptable. Transparent Clear) Finishes: Use multiple coats to produce glass -smooth surface film of even luster. Provide' a finish free of laps, cloudiness, color irregularity, runs, brush marks, orange peel, nail holes, or other surface imperfections. Provide satin finish for final coats, unless otherwise indicated. CLEAN UP AND PROTECTION: Clean-up: During the progress of the work, remove from the site all discarded paint materials, rubbish, cans and rags at the end of each work day. PAINTING PAGE 7 Upon completion of painting work, clean window glass and other paint -spattered surfaces. Remove spattered paint by proper methods of washing and scraping, using care not to scratch or otherwise damage finished surfaces. Protection: Protect work of other trades, whether to be painted or not, against damage by painting and finishing work. Correct any damage by cleaning, repairing or replacing, and repainting, as acceptable to the Architect. Provide "Wet Paint" signs as required to protect newly -painted finishes. Remove temporary protective wrappings provided by others for protection of their work, after completion of painting operations. At the completion of work of other trades, touch-up and restore all damaged or defaced painted surfaces. PAINTING PAGE 8 SECTION 09950 WALL COVERINGS GENERAL RELATED DOCUMENTS: Drawings and general provisions of Contract, including General and Supplementary Conditions and Division-1 Specification sections, apply to work of this section. DESCRIPTION OF WORK: Extent of wall coverings requires is indicated on drawings and in schedules. OUALIW ASSURANCE: Fire Hazard Classification: Provide materials bearing UL label and marking, indicating fire hazard classification of wall covering, as determined by ASTM E 84. Provide materials complying with the following fire hazard classifications: Flame spread not more than 25. Fuel contributed not more than 15. Smoke developed not more than 25. SUBMITTALS: Certification: Submit mfr's certification that all materials furnished for the work comply in all respects with requirements specified. Maintenance Instructions: Submit mfr's printed instructions for maintenance of installed work, including precautions for use of cleaning materials which could damage wall covering. DELIVERY AND STORAGE: Deliver materials to project site in original packages or containers clearly labeled to identify mfr., brand name, quality or grade, and fire hazard classification. Store materials in original undamaged packages or containers. Do not store wall covering fabric in an upright position. Maintain temperature in storage area above 40 degrees F (4 C). WALL COVERINGS PAGE 1 r JOB CONDITIONS: Maintain constant minimum temperature of 60 F (16 C) at areas of installation for at least 72 hours before and 48 hours after application of materials. Illuminate areas of installation using building's permanent lighting system; temporary lighting alone will not be acceptable. PRODUCTS: MATERIALS: Vinyl and paper wall coverings are specified on the drawings or schedules. Color and Pattern or Texture: Match existing. Medium Duty: Type II; total weight not less than 13 oz. per sq. yd. with minimum vinyl coating (less fabric) 7 ox. per sq. yd. Stain -Resistant: Type II with delustered clear polyvinyl fluoride film not less than 0.0005"' (1/2 mil) thick as top coating. Do not include weight of stain -resistant coating as part of required vinyl coating weight or total fabric weight. Mildew Resistance: Provide vinyl wall covering with fabric backing and vinyl coating treated with fungicides to inhibit growth of mildew. Color and Pattern or Texture: Match existing. Adhesive: Mfr's recommended adhesive, primer, and sealer, mfr expressly for use with �- selected vinyl wallcovering. Provide materials which are mildew -resistant and non- staining to wall covering. Release Coat: Oil base sealer or enamel undercoater for drywall substrates. t. Adhesive and Molding: Provide a contact adhesive recommended by molding mfr. to t' firmly bond moldings to substrate materials and complying with FS MMM-A 130. INSPECTION: Installer must examine areas and conditions under which wall covering is to be installed and must notify Contractor in writing of conditions detrimental to proper and timely completion of work. Do not proceed with work until unsatisfactory conditions have been corrected in manner acceptable to Installer. I WALL COVERINGS *" PAGE 2 PREPARATION: Acclimatize wall covering materials by removing from packaging in area of installation not less than 24 hours before application. Remove switchplates, wall plates, and surface -mounted fixtures in areas where wall covering is to be applied. Prime and seal substrates in accordance with wall coverings mfr's recommendations for type of substrate. Apply surface sealer to gypsum drywall which will permit subsequent removal of wall covering without damage to paper facing Drywall preparation is included in Division 09260 drywall section. Moisture Content: Verify that surfaces to be covered with vinyl wall covering do not exceed 4% moisture content. INSTALLATION: Wall Covering: Place wall covering panels consecutively in order cut from rolls, including filling of spaces above or below openings. Hang by reversing alternate strips except on match patterns. Apply adhesive to back of wall covering and place in accordance with mfr's instructions. Install seams plumb, and at least 6" away from corners. Horizontal seams are not permitted. Overlap seams and double -cut to assure tight closure. Toll, brush, or use broad knife to remove air bubbles, wrinkles, blisters, and other defects. Cut wall covering evenly to edges of outlet boxes or support. Trim selvages as required to assure color uniformity and pattern match. Remove excess adhesive along finished seams while it is still wet using warm water and clean sponge, and wipe dry. Install wall covering with intimate substrate bond, smooth, clean, and without wrinkles, gaps, and overlaps. Replace removed plates and fixtures; verify cut edges of wall covering are completely concealed. CLEANING: Remove surplus materials, rubbish, and debris resulting from wall covering installation upon completion of work, and leave areas of installation in neat, clean condition. WALL COVERINGS PAGE 3 k SECTION 16003 WIRING DEVICES GENERAL DESCRIPTTON OF WORK: r- Types of electrical wiring devices in this section include the following: r- Receptacles Switches Wall plates OUALM ASSURANCE: NEC Compliance: Comply with NEC as applicable to construction and installation of electrical wiring devices. UL Compliance and Labeling: Provide electrical wiring devices which have been UL- listed and labeled. NEMA Compliance: Comply with NEMA standards for general and specific purpose wiring devices. SUBMITTALS: Product Data: Submit manufacturer's data on electrical wiring devices. PRODUCTS FABRICATED WIRING DEVICES: General: Provide factory -fabricated wiring devices, in types, colors, and electrical ratings for applications indicated and complying with NEMA Stds Pub No. WD 1. Where types and grades are not indicated, provide proper selection as determined by Installer to fulfill wiring requirements, and complying with NEC and NEMA standards for wiring devices. Receptacles: r., Specification -Grade Duplex or Simplex: Provide duplex or simplex specification -grade type receptacles, 2-pole, 3-wire grounding, with green hexagonal equipment ground screw, ground terminals and poles internally connected to mounting yore, 20-amperes, •- 125 volts, with metal plaster ears, side wiring NEMA configuration 5-20R unless otherwise indicated. Provide all nylon face and bodies, flat face with body color -coded for n WIRING DEVICES •� PAGE 1 rating. Provide Leviton "Spec Master" model 5362 (duplex) and model 5361 (simplex) with limited ten-year warranty or approved equal. Ground -Fault Circuit Interrupter Duplex: Provide duplex receptacle having feed-thru and terminal capabilities to interrupt the circuit when a fault to ground exceeds the predetermined limit. Comply with UL 943,'Class A Provide UL listed as "Hospital - Grade". Provide with all nylon designer -style faces, indicator light (showing the circuit is powered) and test switch. Provide Leviton GFCI or approved equal. Specification -Grade Simplex: provide simplex specification -grade type receptacles, 2- pole, 3-wire grounding, with green hexagonal equipment ground screw, ground terminal internally connected to mounting yoke, 50-amperes, 250 volts, with metal plaster ears, side wiring NEMA configuration 6-50K Hospital -Grade Isolated Ground Duplex or Simplex: Provide duplex or simplex hospital - grade type receptacles, 2-pole, 3-wire grounding, with green hexagonal equipment ground screw, 20-amperes, 125 volts, with metal plaster ears, side wiring NEMA configuration 5- 20R unless otherwise indicated. Provide UL-listed as "Hospital Grade' and as "Isolated Ground". Provide all nylon face and bodies, flat orange -colored face with body color - coded for rating, with mounting straps fully insulated from grounding path created through metal boxes. Provide Leviton "Spec Master" model 5362-IG (duplex) and model 5361-IG (simplex) with limited ten-year warranty or approved equal. Switches: Snap: Provide specification -grade flush single and double -pole, two, three and four way, toggle or key switches, 20- or 30-ampere, 125/277-volt AC, quiet operation, green grounding screw, with mounting yoke insulated from mechanism, equip with plaster ears, switch handle, and back or side -wired screw terminals. Provide with urea molded parts, color -coded for rating. Provide Leviton "Spec Master" with ten year limited warranty, model 1221 or approved equal. WIRING DEVICE ACCESSORIES: Lighting and Power Wall Plates: Provide single -switch, duplex, or simplex outlet wall plates for wiring devices, of types, sizes, and with ganging and cutouts to match existing. Construct with metal screws for securing plates to devices; screw heads colored to match finish of plates. Provide wall plates possessing the following additional construction feature: Material and Finish: 0.04" thick, type 302 satin finished stainless steel Telephone Wall Plates: Provide similar to above except with single bushing outlet. Similar to Hubbell #SM2SS. WIRING DEVICES PAGE 2 r 7 EXECUTION f ' INSTALLATION OF WHUNG DEVICES: r Install wiring devices as indicated, in compliance with Manufacturer's written instructions, ' applicable requirements of NEC and NECA's"Standard of Installation", and in accordance with recognized industry practices to fulfill project requirements. Coordinate with other work, including painting, electrical box and wiring work, as necessary to interface installation of wiring devices with other work. Install wiring devices only in electrical boxes which are clean and free from excess building materials, dirt, and debris. Delay installation of wiring devices until wiring work is completed. Delay installation of wall plates until after painting work is completed. G ' PROTECTION OF WALL PLATES AND RECEPTACLES: r" Upon installation of wall plates and receptacles, advise Contractor regarding proper and cautious use of convenience outlets. At time of Substantial Completion, replace those items which have been damaged, including those burned and scored by faulty plugs. GROUNDING - Provide electrically -continuous, tight grounding connections for wiring devices, unless otherwise indicated. TESTING: - f Prior to energizing circuitry, test wiring devices for electrical continuity and proper i polarity connections. After energizing circuitry, test wiring devices to demonstrate compliance with requirements. VaMG DEVICES '"' PAGE 3 SECTION 16004 POWER DISTRIBUTION GENERAL DESCRIPTION OF WORK: Types of power distribution components specified in this section include the following: Panelboards OUALITY ASSURANCE: Special Use -Markings: Provide panelboards, constructed for special use, with UL marks indicating that special type usage. UL Compliance: Comply with applicable UL safety standards pertaining to panelboards and accessories, and enclosures; provide units which have been UL-listed and labeled. NEC Compliance: Comply with NEC as applicable to installation of panelboards, cabinets, and cutout boxes. UL Compliance: Comply with applicable requirements of UL 489, "Molded -Case Circuit Breakers and Circuit Breaker Enclosures ". Provide overcurrent protective devices which are UL-listed and labeled. NEC Compliance: Comply with NEC as applicable to construction and installation of service -entrance equipment and accessories. UL Compliance: Comply with applicable requirements of UL standards pertaining to service entrances. Provide service -entrance equipment and accessories which are UL- listed and labeled, and equipment marked, "Suitable for Use as Service Equipment". NEC Compliance: Comply with NEC as applicable to electrical grounding and ground - fault protection systems. SUBMITTALS: Product Data: Submit manufacturer's data including specifications, installation instructions and general recommendations, for each component required. Shop Drawings: Submit dimensioned drawings of panelboards and enclosures showing accurately scaled layouts of enclosures and required individual panelboard devices, including but not necessarily limited to, circuit breakers, fusible switches, fuses, ground - fault circuit interrupters, and accessories. POWER DISTRIBUTION PAGE 1 7, r CIRCUIT BREAKER PANELBOARDS: General: Except as otherwise indicated, provide panelboards, enclosures and ancillary, components, of types, sizes, and ratings indicated, which comply with manufacturer's standard materials, design and construction in accordance with published product information; equip with number of unit panelboard devices as required for complete installation. Where types, sizes, or ratings are not indicated, comply with NEC, UL and established industry standards for applications indicated. Interiors: All interiors shall be completely factory assembled. They shall be so designed that switching and protective devices can be replaced without disturbing adjacent units and without removing the main bus connectors, so that circuits may be changed without machining, drilling or tapping. Branch circuits shall be arranged using double row construction except when narrow column panels are indicated. A nameplate shall be provided listing panel type and ratings. Unless otherwise noted, full size insulated neutral bars shall be included. Bus bar taps for panels with single pole branches shall be arranged for sequency phasing of the branch circuit devices. Neutral bussing shall have a suitable lug for each outgoing feeder requiring a neutral connection. A ground bus will be included in all panels. Boxes: Boxes shall be at least 20 inches wide made from galvanized steel. Provide minimum gutter space in accordance with National Electric Code. Where feeder cables supplying the mains of a panel are carried through its box to supply other electrical equipment, the box shall be sized to include the additional required wiring space. At least four interior mounting studs with adjustable nuts shall be provided. PM No "lard centers" will be accepted. Trim: Switching device handles shall be accessible. Doors and panelboard trims shall not r uncover any live parts. Doors shall have flush type cylinder lock and catch except doors over 48 inches in height shall have auxiliary fasteners top and bottom of door in addition to the flush type cylinder lock and catch. Panelboard switching devices with individual dead front doors shall be acceptable in lieu of standard door in trim design. Panelboard trim clamps shall be of the indicating type. Door hinges shall be concealed. All locks shall be keyed alike; directory frame and card having a transparent cover shall be funnished with each door. r' The panelboard front shall provide door -and -door construction consisting of hinged inner dead -front shield and a formed door over the entire panelboard. The front shall be tamper resistant and shall not be removable with the door locked. POWER DISTRIBUTION PAGE 2 All exterior and interior steel surfaces of the trim shall be properly cleaned, primed with a rust inhibiting phosphatized coating, and finished with a gray ANSI 61 paint. After installation, trim clamps shall not be accessible when the panel door is closed and locked. Conductors: All main bus bars shall be copper or aluminum, sized in accordance with UL standards to limit the temperature rise on any current carrying part to a maximum of 50 deg. C above an ambient temperature of 40 deg. C maximum_ Lighting and Appliance Panelboards: Panels where shown for use at 240 volts maximum shall be UL listed with integrated assembly rating of 22K k1C. and shall be Square D. type NQOD or approved equal. Panels where shown for use with 480 volts maximum shall be UL listed with integrated assembly rating of 22 A.I.C. and shall be Square D NEHB or approved equal. INSTALLATION OF PANELBOARDS: General: Install panelboards and enclosures where indicated in accordance with Manufacturer's written instructions, applicable requirements of NEC and NECA's "Standard of Installation ", and in compliance with recognized industry practices to ensure that products fulfill requirements. Coordinate installation of panelboards and enclosures with cable and raceway installation work. Anchor enclosures firmly to walls and structural surfaces, ensuring that they are _ permanently and mechanically secure. Provide electrical connections within enclosures. Fill out panelboards' circuit directory cards upon completion of installation work. Only type -written circuit directories will be accepted. Connect circuitry within panelboard in the same order as shown on the panel schedule. :POWER DISTRIBUTION PAGE 3 A SECTION 16006 BUILDING LIGHTING GENERAL DESCRIPTION OF WORK: Types of lighting fixtures in this section include the following: r Fluorescent I OUALITY ASSURANCE: NEC Compliance: Comply with NEC as applicable to installation and construction of building lighting fixtures. NEMA Compliance: Comply with applicable requirements of NEMA Std Pub Nos. LE 1 and LE 2 pertaining to lighting equipment. ANSUIES Compliance: Comply with ANSI 132.1 pertaining to lighting fixtures. UL Compliance: Provide interior lighting fixtures which have been UL-listed and labeled. CBM Labels: Provide fluorescent -lamp ballasts which comply with Certified Ballast Manufacturers Association standards and carry the CBM label. SUBMITTALS: Product Data: submit manufacturer's data on lighting fixtures. Shop Drawings: Submit fixture shop drawings in booklet form with separate sheet for each fixture, assembled in luminaire."type" alphabetical order, with proposed fixture and accessories clearly indicated on each sheet. r PRODUCTS: ,. LIGHTING FIXTURES: General: Provide lighting fixtures, of sizes, types and ratings indicated; complete with, but not necessarily limited to, housings, lamps, lamp holders, reflectors, ballasts, starters and I : wiring. 6. Fluorescent -Lamp Ballasts: Provide fluorescent -lamp ballasts, capable of operating lamp types indicated; with high power factor, rapid -start, and low -noise features; Type 1; Class II � P; sound -rated A, and with internal thermal protection. BUILDING LIGHTING �' PAGE 1 LIGHTING FIXTURES: `B" See finish schedule A. "E" See finish schedule A EXECUTION INSTALLATION OF LIGHTING FIXTURES: Install lighting fixtures at locations and heights as indicated, in accordance with fixture manufacturer's written instructions, applicable requirements of NEC, NECA's "Standard of Installation", NEMA standards, and with recognized industry practices to ensure that lighting fixtures fulfill requirements. Coordinate with other electrical work as appropriate to properly interface installation of interior lighting fixtures with other work. Fasten fixtures securely to indicated structural support; and check to ensure that solid pendant fixtures are plumb. ADJUST AND CLEAN: Clean lighting fixtures of dirt and debris upon completion of installation. Protect installed fixtures from damage during remainder of construction period. Contractor shall include in bid the cost to adjust the pole and/or ground mounted fixture aiming point one time (within the first year) after Owner takes possession of building. FIELD QUALITY CONTROL: Upon completion of installation of lighting fixtures, and after building circuitry has been energized, apply electrical energy to demonstrate operation. Where possible, correct malfunctioning units at site, then retest to demonstrate compliance; otherwise, remove and replace with new units, and proceed with retesting. PROJECT CLOSE-OUT: At the time of Substantial Completion, replace lamps in interior lighting fixtures which are observed to be noticeably dimmed after Contractor's use and testing, as judged by Owner. GROUNDING: Provide tight equipment grounding connections for each interior lighting fixture installation where indicated. BUILDING LIGHTING PAGE 2 C elm City Council Office Renovations List of Drawings b 7 t i 1. Electrical Panel Diagram 2. Floor Plan 3. Mechanical 4. Lighting Plan 5. Power Plan _ _�. ; ._� ,._�_ __._�, . _..fir �,..��-__...��-_�� _-�_ . -� --_ .�..r.._ �-�_i..�:_" _ �..�� _ __.��• .___ L_ ,+� - __ . ---1 ��_� -7 _ H a F E D FUTURE DEVELOPMENT f 261 " N �i • i w� is #3 n Cie d 4j "1t.• H FREIGHT ELEVATOR _tN CITY COUNCIL -e OFFICE RENOVATIONS ELECTRICAL PANEL DIAGRAM Scale: 1/8".. 1.0" 4,z N) B OFFICE 255 e OTEB: I. Exlati4 pw4l !MR 2"/400, 400A 30 bd from bossmtnt. E 2Q Existing panel 2 OPL 120/206 400 A 391 fed from basement. Q Existing panel 2 LC 120/208 100A 30 fed from panel 2 OPL. . 1 Q New papal 2LP94 120/208 R l 100 A 30, 30 slats to be fed E I from panel 2 OPL . a �I S I a , R 1 i OF it A. . y B COMfr ��� • :'t OFFICE OFFICE OFFICE 263 A 2638 1 263 C 10% 0" 12!- 0" EXISTING CONFERENCE 1 l CORRIDOR 238 A 5-0 — 11'-0"-- COUNCIL 241 A — I V- 0"— COUNCIL 240 A LJ CITY COUNCIL OFFICE RENOVATIONS FLOOR PLAN W III-0" 15,-0" O — COUNCIL 0: 239 A V i NOTES: O. Close existing back wall of closet. O2 install owner furnished door and frame. OAII walls shall have 3.1/2" insulation for soundproof Ing wit backing. Scale: 1/8"= I'-0�� ® N)> x•. 100 CFM �•` Bx8 S-1 � It-- IWO EXISTING CONR'�I�ENCE 150 CFM p�,M 6. V z 1 13 - r n`� 10 Q w = 829s-1 ex48.1 K 250 CFM 250 CFM JL ., - • Wiz= COY COUNCIL OFFICE RENOVATIONS MECHANICAL O f 5oc M Is a @x@ 8.1 250 CFM 7Exhtlea sAir Supply 14" /4" i -E3- , Q . O V terminal box scMduh "C" Ibr d"*. O Two 3%4" ball vatwi. scale: 1/8 "-- 1'- 0" N))O, A —A cc 0 a cc Ic 0 0 EXISTING CONFERENCE [I 2"p 2 NOTES: I lift (I. " finish $the" W., "" — 111ming and hyj to this wn. (DO lights. m LJ CIJ.Y, COUNCIL OFFICE RENOVATIONS LIGHTING PLAN Scale: 1/8"-- " 1'-0. e / 1 0 mom rc cc 0 u 'I 0 EXISTING CONFERENCE 2LP94.4 2LP94-? 2LP94-5 4 Computer outlet 40 0 Telephone outlet Conduit to be ll%lad, 12 above coging 1e11m., 0 0 0( 2LP94.1 2LP9+2 CITE COUNCIL OFFICE RENOVATIONS ELECTRICAL POWER PLAN ZLP94-6 "A R P.HP FTS -E3- c 0 O cc 0 0 Fi Scale: 1/8". I'-0". M�- 4A' City Council Office Renovations List of Schedules 1. Finish Schedule A (Light Fixtures, Air Grilles) 2. Finish Schedule B (Floor, Base, Wall & Ceiling) I Fan Terminal Box Schedule C (Mechanical) Finish Schedule A LZGUFVX NPI-NM QRM - tBAffiPLE 0IU3P3PLY J&XIM GFXtTT •T sWIS Roam # Type ?Mg m W0 # m Volts//HZ Lamps Remarks Qty Type Location Frame Finish Mr ® Size Remarks 241 A B Recessed Lithonia 2GC44ORWA12-277 277/1/60 41740W Air Handling I Supply Ceiling TB White Metal Aire 24" x 24" 7000 POS EXT' 013D2 240A B Recessed Lithonia 20C44ORWA12-277 277/1/60 4F40W Air Handling I Supply Ceiling TB White Metal Aire 24" x 24" 7000 POS. EX14 0131)2 239A B Recessed Lithonia 2GC44ORWA12-277 277/1/60 4F40W Air Handling 1 Supply Ceiling TB White Metal Aire 24" x 24" 7000 PO& EX1408D2 238A E Recessed Lithonia 2GC244ORWA12-277 277/1/60 2FU40W Air Handling I Supply Ceiling TB White Metal Airs 24" x 24" 7000 POS EX14 OBD2 263A B Recessed Uthonia 2GC44ORWA12-277 277/1/60 4F40W Air Handling 1 Supply Ceiling TB White Metal Aire 24" x 24" 7000 EX74 OBD2 263B B Recessed Lithonia 2GC44ORWA12-277 277/l/60 4F40W Air Handling 1 Supply Ceiling TB White Metal Airs 24" x 24" 7000 Ore OBD2 263C B Recessed Lithonia 2GCG44ORWA12-277 277/1/60 4F40W Air Handling 1 Supply Ceiling TB White Metal Aire 24" x 24" 7000 POS EX74 OBD2 NOTES: m EXT = Extractor ® OBD = Opposed Blade Damper m Or Approved Equal Finish Schedule B Floor Bsraa VWan Ccilin0. IWIMual Room 4 Material m Finish Material Finish ® Location Material Finish m Material ® Finish Height ® Reference to Rm 241 A Carpet Vacwm Oak S + V W N E S 51r Gyp 51r Vinyl Woven Fabric M Non -woven Fabric 2'x2' Acom Farrel None 910" 241 Council 240 A Carpet Vacuum Oak S + V W KFLS 51r Gyp 51r GYP Vinyl Woven Fabric Vinyl NonAvoven Fabric 2'x2' Axons Panel Nara 910" 240 Council 239 A Carpet Vaamat Oak S + V W N S 51r Gyp 51r GYP Vinyl Woven Fabric Virtyl Non -woven Fabric 2'x2' Aoous Panel None 910" 239 Council 238 A Carpet VACUUM Oak S + V W N S 51r Gyp 519" M"i Woven Fabric Vi Non -woven Fabric 2'x2' Axons Panel None 910" 238 Corridor 263 A Carpet Vac mn 4" Vinyl ® None I All SW Gyp Vinyl Fabric 2'x2' Acars Panel None 910" 269 Office 263 B Carpet Vacuum 4" Vinyl None All 518" GYP Vinyl Fabric 2'x2' Aoous Panel None 910" 269 Office 263 C Carpet Vacmrm 4" Vinyl None I All 5/8" Gyp 2'x2' Mons Panel None TV 269 Office NOTES: m Owner shall select final color for fabric type and style shall be similar to visual reference room ® Stain and varnish. m Owner to select color and style. ® To match existing ceiling. Hot WATER C-ML Fan Terminal Box Schedule C PW116 M.0 & i— F3ai.L rwl_�E Ujiltow C HOT WATER COIL PIPING DIAGRAM NO SCALE 1. AN doM vshv4 coadW wo. shay be sew. 2. Aff tdatsd eanhol. shop be aMmod erd set hbr pwpw opaatioe 3. New fits terminal boor shay be as Mo m Is. M%ns-9 . or egsel iatamiwnt fitspowered, eerie. lfow Peesme mdepeeQeet"*Mk i mpd hM water col of teq apcky emd petfix oe a apeei&ed b Fan taminaL Wo ft tba heaver shelf be designed burltamd UL fished os a single mmbbmtdm trait o. Unit aaoeg sbad be 22 gsoge mmimnm ph enured seed sad shell be My Grad wiffi 3N" 40 density mmhador. 7le fi6a0rss iesab6oa shell eomply wilt UL suodard 181 far aoeior sad N"A 90A for fire resistivity. Any edges of Sbereess exposed to do moving ek oheem shop be coated whNFPA 90 Smog MMIML d. All wh .sings step bs. teoesse . botlaa moms dears wish wry opeeieg brt be. to slow for setet of coohols Bkwedmotar assembly Ad Bide on fisr servieieg of ®it witboat disturbing dva conreaiom. a. Air flow meeso ft ups wed flow clert shop be smpptied florets of sateag or chsn&g air fiow. L Ile aormelly open prhowy sir valve will be hctory set at 10%(a*rh bla) mieimam sir flow and mndmam CFM a indawd. g Blower shop be constructed of bevy gemp sled and bated eumel finish. h shap bs ibi rm oared, ap steel, dyeemweQy bsbtsoed %beds with direct dine moor. Mo1cr AA have 277V single ph@se power Moeore shop hue thamd ovurlaad peoteeoy sleeve type besr®p stud lootM split espeamr. L Fan temimd boa speei5a6on es per fin test box 8dwdale C. L Provide three speed toed On speed owti for souring saersram sad minimum blower speeds and for field adjsfmcat of f m CiM against aueod downahesm dotx sWic twesemes j. Provide an ahneieam boot -draft damper with blade gaaI and Bide scope to pnveot cool av from esapmg thsoogh the fits scot" into the pI t. Headeg eel shall be ofthe wotertrbs type iat.g to the snit. 7be roil shag have copper tubas with dominom fim. L A l" dmwmwoy Ater dap be hwWW in the fan ... flow idea Flew slap be howfled for ass of removaL m. Hamrg water roe "be 3/4" copper with bap vats and &4eetrk aeiorta Len shop be bwdated. 4. AN ebctrial smd mechanical worts shop be as per City coda and eged to khashy srandads. S. Unit shop be tested sod popes airflow and temp notora"be rated far eeeh wom of service. 6. Owner slap have the right to reject any work which does sot meet lhas speaScedom, 7. Unlaaa odwmise shred, ap pats smd Mw dwff bo wurran<ed for a period ofome year after find scceptence of Oaaer. SPECIAL CONDMONS 7, r !'t t t NOTICE OF ACCEPTANCE TO. i� The City of Lubbock, having considered the proposals submitted and opened on the dw, of 199_, for work to be done and materials to be furnished in and for: 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 day of 199 at the bid price contained therein, subject to the execution of and furnishing of all contract documents, bonds, certificates of insurance, and 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 (S%) 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 r- contract documents and bonds within the time limit specified, said bid security will be retained by the City of Lubbock. CITY OF LUBBOCK Ownces Representative