HomeMy WebLinkAboutResolution - 5736 - Contract - Roche Newton & Company - Mahon Library Return Air Modifications - 01_08_1998RESOLUTION NO. 5736
Item #16
January 8, 1998
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 and all related
documents by and between the City of Lubbock and Roche Newton & Company of
Lubbock, Texas to install and furnish all materials and services as bid for the Mahon
Library return air modifications, which contract is attached hereto, which shall be spread
upon the minutes of the Council and as spread upon the minutes of taus Council shall
constitute and be a part of this Resolution as if fully copied herein in detail.
Passed by the City Council this 8th day of Tan„�, 19 98.
WINDY SITT , MAYOR
ATTEST:
Ka Darnell, City Secretary
APPRO E AS ONTENT:
Victor Kilman, Purchasing Manager
APPROVED AS TO FORM:
j—� C.t r
Anita E. Burgess, City Attorney
dp:ccdocsVochc.res
December 23, 1997
573G
CITY OF LUBBOCK
SPECIFICATIONS FOR
MAHON LIBRARY RETURN AIR MODIFICATIONS
BID #97279
M
co
rn
I
co
CITY OF LUBBOCK
Lubbock, Texas
City of Lubbock
P.O. Box 2000
Lubbock, Texas 79457
A06-767-2167
ITB 997279, Addendum 91
Office of
Purchasing
ADDENDUM 0
ITB # 97279
MAHON LIBRARY RETURN AIR
MODIFICATIONS
MAILED TO VENDOR: December 4,1997
CLOSE DATE: December 9, 1997 @ 3:00 P.M.
The following items take precedence over specifications for the above named Invitation to Bid (ITB).
Where any Item called for in the ITB documents is supplemented here, the original requirements, not
affected by this addendum, shall remain in effect.
l ; 1. Lengthen Duration of Project: All the work shall be accomplished within 45 calendar days of
notice to proceed.
2. Duct Wrap: Provide dud -wrap Insulation on all duds which had Insulation removed during
abatement. Assume the following quantities:
North:
50"x240: 50' long
C 24-x24': 40' long
12'x12": 40' long
— South:
66'x14': 10' long
52'x22': 20' long
30"x3O": 40' long
' 26'x26': 35' long
20"x14': 5' long
14'x10': 25 long
r- Note that these quantities are approximate. Contractor is encouraged to measure the
sizes and lengths personally If necessary. No change order for different quantities will
be approved.
3. South Temporary Wall: The east -wall of the south containment is approximately 6' to the east
from the location shown on the drawings.
4. Delete Fire Dampers in Wall Extensions: Delete the fire dampers shown on Section C on
drawing 3. The objective of the new wall extensions is to provide an air -movement barrier, not to
provide a fire barrier.
5. Provide Rigid Material At New Plenum Walls: Provide a rigid acoustic material at the new
plenum walls, Section B on drawing 3.
r- 97279ad1.doc
t
ITB #TrM, Addendum #1
l 6. Provide Lay -in Ceding Inside Temporary Walls: Provide new lay -in ceiling materials Inside
l the temporary wails. Reinstall existing lights in new ceiling. Provide new ceiling similar to
existing (2024, revealed edge, 1 hour fire rating). Provide 'boxes' over light factures to
maintain fire Integrity.
7. Protect Existing Wood Walls: Contractor shall protect the existing wood walls inside the
containment.
8. Ceiling Grilles: In Section 15841, page 15841-3. delete paragraph 9.3.2 and replace with the
r following:
4 ' 9.3.2'P' (Fire -Rated Perforated -Face) Retum-Air Grilles: Provide perforated face with square
housing, square or round dud connection, butterfly -type damper with fusible link.
Manufacturer Nailor--Hart 4103
Panel We: 24'x24': for T-bar ceiling
Color. White
Material: Steel
Pattern: NA
9. Work Day: The only work which has to be accomplished after-hours (between 9:00 PM and 8:00
AM) Is the removal of the temporary wall. All work behind the temporary wall may be
accomplished during the normal business day, 8:00 AM to 5:00 PM. It is imperative that noise
be kept to a minimum. If noise becomes excessive, then the contractor will be advised and it will
be expected that the noise level will be reduced Immediately. The contractor will be informed of
excessive noise two times. If there is a third occurrence of excessive noise, then the contractor
will be Instructed to cease all work during the regular business day and resume work after the
library doses. The library manager, the City's representative, or the Engineer will be the judge
of excessive noise.
10. Work Area: Contractor shall work in only one area at a time (either the north or south RA shaft).
That work shall be completed and Inspected before moving to the other area.
11. Remove Temporary Walls: Walls shall be erected by the abatement contractor but shall be
dismantled by RA contractor.
12. Patch Opening In Shaft Walls: Patch 30'x72' opening cut into shaft wall (opening cut by
abatement contractor). Provide materials compatible with 2 hour Tire rating. Finish and paint
entire wail to match existing after repairs are accomplished.
13. Replace Gypboard Ceiling In Vicinity of Return Air Shaft: Provide new gypboard ceiling to
match existing ceiling in stairwell adjacent to south return air shaft.
14. Provide and Install Floor Tile in Vestibule and Janitor Closet: Provide and Install resilient
floor tile in areas where tile Is to be abated (North Vestibule, approx. 125 sq. ft and janitor closet,
approx. 100 sq. ft). Provide Armstrong standard grade or approved equal. Also provide and
Install new vinyl base in areas receiving new floor tile.
9n7$Md1.doc
CITY OF LUBBOCK
INVITATION TO BID
FOR
TITLE: MAHON LIBRARY RETURN AIR MODIFICATIONS
ADDRESS: LUBBOCK, TEXAS
BID NUMBER: 97279
PROJECT NUMBER: 8402.9211
CONTRACT PREPARED BY: PURCHASING DEPARTMENT
INDE
1.
NOTICE TO BIDDERS
2.
GENERAL INSTRUCTIONS TO BIDDERS
3.
BID SUBMITTAL - BID FOR LUMP SUM CONTRACTS
4.
PAYMENT BOND
5.
PERFORMANCE BOND
6.
CERTIFICATE OF INSURANCE
7.
CONTRACT
8.
GENERAL CONDITIONS OF THE CONTRACT
9.
CURRENT WAGE DETERMINATIONS
10.
SPECIFICATIONS
11.
SPECIAL CONDITION
7j
F
, ro
Amok
NOTICE TO BIDDERS
I
NOTICE TO BIDDERS
BID #97279
r" Sealed bids addressed to Victor Kilman, Purchasing Manager, City of Lubbock, Texas, will be received In the
office of the Purchasing Manager, Municipal Building, 162513th Street, Room L-04, Lubbock, Texas, 79401, until 3:00
o'clock p.m. on the 9th day of December, 1997, or as changed by the Issuance of formal addenda to all planhol3e�s, to
furnish all labor and materials and perform all work for the construction of the following described project:
"MAHON LIBRARY RETURN AIR MODIFICATIONS"
After the expiration of the time and date above first written, said sealed bids will be opened in the office of the
!- Purchasing Manager and publicly read aloud.
It Is the sole responsibility of the bidder to insure that his bid Is actually in the office of the Purchasing Manager
for the City of Lubbock, prior to the expiration of the date above first written.
The City of Lubbock will consider the bids on the 8th day of January. 1997, at the Municipal Building, 162513th
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 fumish a performance bond in accordance with
Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price
exceeds $100,000 and the successful bidder will be required to furnish a payment bond in accordance with Chapter 2253,
Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds
$25,000. Said statutory bonds should be issued by a company carrying a current Best Rating of P or, superior, as the
rating of the bond company is a factor that will be considered in determination of the lowest responsible bidder.
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 bid bond from a reliable surety company, payable without
recourse to the order of the City of Lubbock In an amount not less than 5% of the total amount of the bid submitted as a
guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within 10 days after notice of
award of the contract to him.
a•-R It shall be each bidders sole responsibility to inspect the site of the work and to inform himself regarding all local
j conditions under which the work is to be done. It shall be understood and agreed that all such factors have been
t thoroughly Investigated and considered in the preparation of the bid submitted. There will be a pre -bid conference on
2nd day of December, 1997, at 10:00 o'clock a.m., in the L04 - Purchasing Conference Room, Lubbock, Texas
Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages
Included in the contract documents on file In the office of the Purchasing Manager of the City of Lubbock, which
document is specifically referred to in this notice to bidders. Each bidder's attention is further directed to provision of
r•. Article 5159a, Vernon's Ann. Civil St., and the requirements contained therein concerning the above wage scale and
payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale.
The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this
�• advertisement, minority and women business enterprises will be afforded equal opportunities to submit bids in response
( to this Invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin In
l consideration for an award.
The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -bid meetings
and bid openings are available to all persons regardless of disability. If you would like bid information made available in
t a more accessible format or if you require assistance, please contact the City of Lubbock Human Relations Office at
(806) 767-2281 at least 48 hours in advance of the meeting.
CITY OF LUBBOCK
VICTOR KIL N
PURCHASING MANAGER
Bid documents may be obtained upon request from the Purchasing Department at 162513th Street,
Room L-04, Lubbock, Texas 79401; Telephone (806)775-2167/Fax (806)775-2164.
r
7A
GENERAL INSTRUCTIONS TO BIDDERS
ANN
1
E
i
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 MAHON LIBRARY RETURN AIR
MODIFICATIONS.
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.
PLANS FOR USE BY BIDDERS
It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by
the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without
charge or forfeiture of deposit. The contract documents, may be examined without charge as noted in the Notice
to Bidders.
BIDDER INQUIRIES
No bidder shall request any Information verbally. All written requests for additional information or clarification
concerning this bid must be addressed to:
RON SHUFFIELD
SENIOR BUYER
CITY OF LUBBOCK
P.O. BOX 2000 '
LUBBOCK, TX 75457
FAX (806)775-2164
TIME AND ORDER FOR COMPLETION
The construction covered by the contract documents shall be fully completed within 2UTHIRTY) consecutive
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 with 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.
6. PAYMENT
..E
i All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the
contract documents.
7. 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.
8. 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.
9. 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).
10. PLANS FOR THE CONTRACTOR
The contractor will be furnished two sets.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.
11. 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:
(ay The experience record of the bidder showing completed jobs of a similar nature to the one covered by
the intended contract and all work in progress with bond amounts and percentage completed.
(b) A sworn statement of the current financial condition of the bidder.
(c) Equipment schedule.
12. 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. ,
13. PROTECTION OF SUBSURFACE LINES AND STRUCTURES
It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents In such a
way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or
other underground structures which might or could be damaged by Contractor during the construction of the
project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the
location of all such underground lines and utilities of which it has knowledge. However, such fact shall not
relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures cut or
damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired
Immediately by Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense.
14. BARRICADES AND SAFETY MEASURES
The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals,
and shall take such other precautionary measures for the protection of persons, property and the work as may be
necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs,
and lights to protect it, and when damage is Incurred, the damaged portion shall be immediately removed and
replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of
barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of
acceptance of the project.
15. EXPLOSIVES
The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from
the City. In all cases where written permission is obtained for the use of explosives, the Contractor shall assume
full responsibility for all damage which may occur as a direct or indirect result of the blasting. In addition, In all
cases where explosives are authorized to be used, the Contractor shall .use utmost care so as not to endanger
life or property and the Contractor shall further use only such methods as are currently utilized by persons, firms,
or corporations engaged in similar type of construction activity.
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 from injury. Such notice, however, shall not relieve the Contractor of responsibility for any damage
resulting from his blasting operations.
16. CONTRACTOR'S REPRESENTATIVE
r"
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 bldder 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
x by this contract is in progress.
17. 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 Contractor
shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as
hereinafter specified. Coverage In excess of that specified herein also shall be acceptable. Such insurance shall
be carried with an Insurance company authorized to transact business in the State, of Texas and shall cover all
operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate
r
policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying
each and all coverage's shall be submitted prior to contract execution.
The insurance certificates furnished shall name the City as an additional insured. A Worker's
Compensation Coverage statement from the Contractor to the effect that no work on this particular
project shall be subcontracted will be accepted as an alternative. It shall be the contractors
responsibility to provide to the owner all proof of coverage insurance documents including workers
compensation coverage for each subcontractor
18. 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 Owners 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.
19. 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, swom, 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.
20. PROVISIONS CONCERNING ESCALATION CLAUSES
Bids submitted containing any conditions which provide for changes in the stated bid price due to increases or
decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the
bidder without being considered.
21. PREPARATION FOR BID
The bidder shall submit his bid on forms fumished by the City. All blank spaces in the form shall be correctly
filled in and the bidder shall state the price both in words and numerals, for which he intends to do the work
contemplated orfumish 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 govem. If the bid is submitted by an individual, his name must be signed by him or his duly
authorized agent. If a bid is submitted by a firm, association, or partnership, the name and address of each
member must be given and the bid signed by a member of the firm, association or partnership, or person duly .
authorized. If the bid is submitted by a company or corporation, the company or corporate name and business
address must be given, and the bid signed by an official or duly authorized agent. Powers of attorney authorizing
agents or others to sign bids must be properly certified and must be in writing and submitted with the bid. The
bid shall be executed in Ink.
Each bid shall be enclosed in a sealed envelope, addressed as specified In the Notice to Bidders, and endorsed
on the outside of the envelope in the following manner:
(a) Bidders name
(b) Bid for (description of the project).
? Bid submittals may be withdrawn and resubmitted at any time prior to the time set for opening of the bids, but no
bid may be withdrawn or altered thereafter.
22. BOUND COPY OF CONTRACT DOCUMENTS
Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the
following:
(a) Notice to Bidders. .
r" (b) General Instructions to Bidders.
(c) Bidders Submittal.
(d) Statutory Bond (if required).
(e) Contract Agreement.
(f) General Conditions.
1 ' (g) Special Conditions (if any).
(h) Specifications.
•— 01 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 reference into the aforementioned contract documents.
7,
23. QUALIFICATIONS OF BIDDERS
The bidder may be required before the award of any contract to show to the complete satisfaction of the City of
Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified
therein in a satisfactory manner. The bidder may also be required to give a past history and references in order
to satisfy the City of Lubbock in regard to the bidder's qualifications. The City of Lubbock may make reasonable
Investigations deemed necessary and proper to determine the ability of the bidder to perform the work, and the
bidder shall furnish to the City of Lubbock all information for this purpose that may be requested. The City of
Lubbock reserves the right to reject any bid if the evidence submitted by, or investigation of, the bidder fails to _
satisfy the City of Lubbock that the bidder is properly qualified to carry out the obligations of the contract and to
complete the work described therein. Evaluation of the bidder's qualifications shall include:
1. The ability, capacity, skill, and financial resources to perform the work or provide the service required.
2. The ability of the bidder to perform the wont or provide the service promptly or within the time specified,
without delay or interference.
3. The character, integrity, reputation, judgment, experience, and efficiency of the bidder.
4. The quality of performance of previous contracts or services.
7
Polk
F.
C
}
r.
4
r
i
l '
BID SUBMITTAL
BID SUBMITTAL
LUMP SUM BID CONTRACT
PLACE: "6,gbr•e-.
DATE: �1= e,E►�gi2, I aT
PROJECT NUMBER: BID #97279 - MAHON LIBRARY RETURN AIR MODIFICATIONS
S= t
Bid of� C�4E A I � ems! r- b" 4 & (hereinafter called Bidder)
/t 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 -?,am Ey p-,
�^ having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related
contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the
construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor,
materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents,
within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the
work required under the contract documents.
-� G1}AA 000 �=MATERIALS�)
SERVICES: t NeT)?-410u.SANf� Aty� No�oo a��G.2�' ($
TOTAL BID:N�t'1-tr ^eaS�1'� Q.ltSaY1a� AMD Ne/oo J'-Wil
(Amount shall be shown In both words and numerals. In case of discrepancy, the amount shown in words shall govem.)
Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written
"Notice to Proceed" of the Owner and to fully complete the project within 30 (THIRTY) consecutive calendar days
thereafter as stipulated in the specifications and other contract documents. Bid-er hereby further agrees to pay to Owner
as liquidated damages the sum of $200.00 (TWO HUNDRED DOLLARS) for each consecutive calendar day In excess of
the time set forth hereinabove for completion of this project, all as more fully set forth in the general conditions of the
_ contract documents.
s Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with
Instruction number 21 of the General Instructions to Bidders.
Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality In the
bidding.
_r
F,
The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days
after the scheduled closing time for receiving bids.
The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the
plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to
commence work on or before the date specified in the written notice to proceed, and to substantially complete the work
on which he has bid; as provided In the contract documents.
Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or
certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company,
payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5% ) of the total
amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds (f
required) within (ten) 10 days after notice of award of the contract to him.
Enclosed with this bid is a Cashier's Check or Certified Check for
Dollars ($ ) or a Bid Bond in the sum of Dollars
which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the bid is accepted by
the Owner and the undersigned fails to execute the necessary contract documents 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 bid; otherwise, said check
or bond shall be returned to the undersigned upon demand.
Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract
documents made available to him for his inspection in accordance with the Notice to Bidders.
fo.�..
Authoriz ignature
76 A)
r (Printed or Typed Name)
LC.4 a to V>4 .4
CompanyDD
Addr +
----------
City, Count
_. State C _ Zi Code
Telephone
Fax: ,�Q�¢— - 144 _ 423
(Seal if Bidder is a Corporation)
ATTE
1
ecretary
r THE AMERICAN INSTITUTE OF ARCHITECTS
l
AIA Document A310
Bid Bond #211745
�. KNOW ALL Co. LLMEN BY THESE PRESENTS, that we
Roche
(Here insert full name and address or legal title of Contractor)
l Lubbock, TX
as Principal, hereinafter called the Principal, and
f Credit General Indemnity Company (Here insert full name and address or legal title of Surety)
t 1200 Walnut Hill Lane, Irving, TX 75038
a corporation duly organized under the laws of the State of Texas
as Surety, hereinafter called the Surety, are held and firmly bound unto
City of Lubbock (Here insert full name and address or legal title of Owner)
Lubbock, TX
as Obligee, hereinafter called the Obligee, in the sum of Five Thousand Dollars
Dollars ($ 5,000.00 },
for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind
ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by
these presents.
WHEREAS, the Principal has submitted a bid for
(Here insert full name, address and description of projec0
Mahon Library Return Air Modification
NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract
with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding
or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt
payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to -enter
such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penatty-----_�
hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith- tontract -_
with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to female
In full force and effect
Signed and sealed this 5 day of December 1997
Roche Newton & Ca � -
(?rin 'pa (Sea!)
(Witness) I &�, n.
t Cre t�.GeneralIn ern a -
Sur
(Wftness)
Anne M. Brenn (ride) Attorney act = -
AIA DOCUMENT A310 • BID BOND • AIA ®• FEBRUARY 1970 ED • THE AMERICAN -
INSTITUTE OF ARCHITECTS, 173S N.Y. AVE., N.W., WASHINGTON, D. C. 20006
i
t
;-Nm-
own
Credit General Indemnity Company 211715
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the Credit General Indemnity Company, organized and
existing under the Laws of the State of Ohio does hereby nominate, constitute and appoint:
Anne M. Brennan and Wflliam J. Baflay and Michael J. Friedrich
of Chicago, Illinois
Its true and lawful Attomey(s)-in-Fact act to make, execute, attest, seal and deliver for and on Its behalf and as its act
and deed bonds or other writings obligatory In the, nature of the bond on behalf of said Company, as surety, bon Js,
undertakings,' and contracts of suretyship to be given to all obligees; provided, however, that no bond or undertakrig
or contract of suretyship executed under this authority shall exceed the' amount lof
One Million Two Hundred Fifty Thousand and 00 / 10a Dollars ($ —1,250,000.00—
This Power of Attomey is granted and is signed by facsimile under and'
by the authority of the following
Resolution adopted by the Board of Directors of Credit General Indemnity Company on February 1, 1991:
"RESOLVED, That any two officers of the Company shafl,have the authority to make execute a I nd
deliver a Power of Attorney constituting as Attomey(s)-in-Fact such persons, firms or corporations as m I may
be selected from time to time.
FURTHER RESOLVED, that the signatures of such officers and the. Seal of the Company may be
affixed to any such Power of Attorney or any certificate relating thereto by facsimile,, and any such Powet of
Attorney 6.r'certificate bearing such facsimile signatures of facsimile seal shaft be valid and binding up
the Company In the future with respect to any bond or undertaking to which it Is attached.
IN WITNESS WHEREOF, The Credit General Indemnity Company has caused It,,; corporate seal to be'here-
unto affixed, and these presents to be signed by two duly authorized officers this 13th day of January, A.D. 1694.
CREDIT GENERAL INDEMNITY COMPANY
By:
SUL
Robert J, Lubla, President
By:
'16091itivo Vice Presiden
THE STATE OF OHIO
CUYAHOOA COUNTY
On this 13 ' th day of January, A.D. 1994 before me personally came Robert J. Lucia and Gregory A. Fazekagh,
President and Executive Vice President, respectively, of Credit General Indemnity Company, to me known to be the
individuals and officers described herein, and who executed the preceding instrument and acknowledged the exe u-
tion of the same and being duly sworn, deposed and said that they are the officers of said Company as aforesa d,
and that the seal affixed to the preceding instrument is the corporate seal of said Company, and that said torpor e to
seal and signatures as officers were duly affixed and subscribed to the said instrument by- the authority and direction
of said Corporation, and that the, resolution of said Company referred to In the preceding instrument is now In f 11
force and effect. i �
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my official seal at Cleveland, Oh 0,
the day and year above written.
LOS A. MER - Notsy Public
MyCXMMWWWU2_1&" N6dry -Public. State of OIQCK
1, Barry W. Moses, Secretary of Credit General Indemnity Company, do hereby certify that the above and
foregoing is a true and correct copy of a Power of Attorney issued by Credit General Indemnity Company, and that
the same remains in full force and effect and has not been revoked; and furthermore, that the Resolution of the
Board of Directors, as set forth above, remains in full force and effect and has not been revoked.
In Witness Whe4of, I have hereunto set my hand and affixed the seal of said Company at Beachwood,
Ohio, this, 5 day of DeCert)er A.D., 97 titut ED)
Za
asAy ic Bar W. Ues, secretary
12/05/1997 12:46 4092911217 WYATT AGENCY PAGE 01
r
r
t
c
r
CITY OF LUBBOCK
INSURANCE REQUIREMENT AFFIDAVIT
To Be Completed by Appropriate Insurance AgenVBroker
Prior to Award of Contract
I, the undersigned AgenV13roker, certify that the insurance requirements contained In this bid document have
been reviewed by me with the below identified Contractor. It the below Identified Contractor is awarded this
contract by the City of Lubbock, I will be able to, within ten (10) days after being nMfled of such award by
contractor, furnish a valid insurance certificate to the Vty meeting all of the requirements defined In this
bid/proposal.
Shawn Wyatt
Agent (Signature) Agent (Print)
Name of Agent/Broker: The Wyatt Agency
Address of Agent/Broker: 1300 11th St Ste. 305-E
City/State/Zip- Huntsville, Tx 77340
AgenVE3roker Telephone Number ( 409 ) 291-3074
Date: 12/5/97
CONTRACTOR'S NAME: ASAI/Roche Newton & Co.
(Print or Type )
CONTRACTOR'S ADDRESS: 1007-25tb
Lu boc x -79405
1 NOTE TO AGENT/8ROKER I
If this time requirement Is not met, the City has the right to reject this bidlproposal and award the
contract to another contractor, If you have any questions concerning these requirements, please
contact the PurchaSina Manaagr for the City of Lubbock at (8061775 Zi 65,
BID 997278 - ACM ABATEMENT AT MAHON LIBRARY
City of Lubbock
P.O. Box 2000
Lubbock, Texas 7J457
606-767-2167
ITB #97Z79, Addendum #1
Office of
Purchasing
ADDENDUM Of
ITB # 97279
MAHON LIBRARY RETURN AIR
MODIFICATIONS
MAILED TO VENDOR:
CLOSE DATE:
December 4, 1997
December 9, 1947 @ 3:00 P.M.
The following Items take precedence over specifications for the above named Invitation to Bid (ITB).
Where any item called for in the ITB documents is supplemented here, the original requirements, not
affected by this addendum, shall remain In effect.
1. Lengthen Duration of Project: All the work shall be accomplished within 45 calendar days of
notice to proceed.
2. Duct Wrap: Provide duct -wrap insulation on all duds which had Insulation removed during
abatement. Assume the following quantities:
North:
50"x24': 50' long
24'x24': 40' long
12"x12': 40' long
South:
66'x14': 10' long
52'x220: 20' long
30'x301: 40' long
26"x26': 35' long
20'x14': V long
14'x10": 25 long
Note that these quantities are approximate. Contractor Is encouraged to measure the
sizes and lengths personally If necessary. No change order for different quantities will
be approved.
3. South Temporary Wall: The east -wall of the south containment is approximately V to the east
from the location shown on the drawings.
4. Delete Fire Dampers In Wall Extensions: Delete the fire dampers shown on Section C on
drawing 3. The objective of the new wall extensions Is to provide an air -movement barrier, not to
provide a fire barrier.
5. Provide Rigid Material At New Plenum Walls: Provide a rigid acoustic material at the new
plenum wails, Section B on drawing 3.
97279ad1.doe
p
ITS #97279, Addendurn fit
6. Provide Lay4n Ceiling Inside Temporary Wails: Provide new lay -in ceiling materials inside
the temporary walls. Reinstall existing lights in new ceiling. Provide new ceiling similar to
existing (24x24, revealed edge, 1 hour fire rating). Provide "boxes" over light fixtures to
maintain fire integrity.
7. Protect Existing Wood Walls: Contractor shall protect the existing wood walls inside the
containment.
8. Ceiling Grilles: In Section 15841, page 15841-3, delete paragraph 9.3.2 and replace with the
following:
9.3.2 "P" (Fire -Rated Perforated -Face) Retum-Air Grilles: Provide perforated face with square
housing, square or round dud connection, butterfly -type damper with fusible link.
Manufacturer .Nailor--Hart 4103
Panel Size: 24"x24': for T-bar ceiling
Color. White
Material: Steel
Pattern: NA
r„ 9. Work Day: The only work which has to be accomplished after-hours (between 9:00 PM and 8:00
AM) Is the removal of the temporary wall. All work behind the temporary wail may be
accomplished during the normal business day, 8:00 AM to 5:00 PM. It is imperative that noise
be kept to a minimum. If noise becomes excessive, then the contractor will be advised and it will
be expected that the noise level will be reduced immediately. The contractor will be Informed of
excessive noise two times. If there is a third occurrence of excessive noise, then the contractor
will be Instructed to cease all work during the regular business day and resume work after the
r.. library closes. The library manager, the City's representative, or the Engineer will be the judge
{ of excessive noise.
10. Work Area:. Contractor shall work in only one area at a time (either the north or south RA shaft).
That work shall be completed and Inspected before moving to the other area.
11. Remove Temporary Walls: Walls shall be erected by the abatement contractor but shall be
dismantled by RA contractor.
12. Patch Opening In Shaft Walls: Patch 301x72' opening cut into shaft wall (opening cut by
abatement contractor). Provide materials compatible with 2 hour fire rating, Finish and paint
entire wall to match existing after repairs are accomplished.
13. Replace Gypboard Ceiling in Vicinity of Return Air Shaft: Provide new gypboard ceiling to
match existing ceiling in stairwell adjacent to south return air shaft.
14. Provide and Install Floor Tile In Vestibule and Janitor Closet: Provide and Install resilient
floor tile in areas where the is to be abated (North Vestibule, approx. 125 sq. ft and janitor closet,
approx. 100 sq. ft). Provide Armstrong standard grade or approved equal. Also provide and
Install new vinyl base in areas receiving new floor tile.
r
rw
i
6" 97279ad1.doc
ITS #97279, Addendum #1
r
All requests for additional information or clarification must be submitted in writing and directed to:
I Ron Shuffield, Senior Buyer
City of Lubbock
P.O. Box 2000
r Lubbock, Texas 79457
Questions may be faxed to: (806)775-2164
'- or Email to: RShuffield@mali.cl.lubbock.bc.us
F
YOU
Ron Shuffield
` Senior Buyer
r, PLEASE RETURN ONE COPY OF THIS ADDENDUM WITH YOUR BID.
t
r
t
b
j�
i
t
f
1
t
h
r
r
1
l -
97279ad1.doc
rr
1.
2.
3.
4.
5.
6.
7.
lom
8.
9.
10.
LIST OF SUBCONTRACTORS
Minority Owned
Yes
No
0
0
0
0
0
0.
0
0
0
0
0
0
0
0
0
0
0
0
0
0
PAYMENT BOND
BOND CHECK
BEST RATING
LICEN=IN
01116119911 14:119 4092911217 WYATT AGENCY PAGE 06
i .11 1 - -," . I , i \-, ---L/ V%.K/ - YZc-l., r . ,
STATUTORY PAYMENT BOND PURSUANT TO SECTION 2n3.o21(a)
OF THE TEXAS GOVERNMENT CODE #NBB2017352
(CONTRACTS MORE THAN $25,000)
�KNOW ALL MEN BY THESE PRESENTS, that Roche Newton & Co. (hereinafter called the Principal(s), as
Principal(s), and Reliance Insurance Company
(hereinafter celled the Sure1YY(s as Spret (s are held and f1 I and unto the C' nfL ck (hereinafter called the
Obligee), in the amount of Fity Eighhousand & t�l- — Dollars (S���•,_,) lawful money of the
l United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators,
executors, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the principal has entered into a certain written contract with the Obligee, dated the 8th day of
s Jar _ . 19 `� , to
Mahon Library Return Air Modifications — No. 97279
and said Principal under the law Is required before commencing the work provided for In Said contract to execute a bond
in the amount of said contract which Contract is hereby referred to and made a pad 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 shelf pay all
claimants wipplying labor and material to him or a subcontractor in the prosecution of the work provided for in said
contract, then, this obligation shall be void: otherwise to remain in full force and effect;
PROVIDED. HOWEVER, that this bond Is executed pursuant to the provisions of Section 2253.021(a) of the
Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said
Article to the same extent as if it were copied at length herein.
16thN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this
day of January 1998
Reliance Insurance
,Samy/ -
--.B A/
�lT,h1t�)
I
Roche Newton & Co.
Principal
B
(Title
By; - -
(Title)
8—
(Title)
r
JAN-23-98 10:06 FROM -BONDING INS +312-427-4581 T-222 P.02/02 F-915
81116/:998 1d:159 4092911217 WYATT AGENCY OAT 65
T+,c uncfer3jsnC:3 sacety CQMPany MFraSRntS lust It IN duly gWZAIlbd to W CuSiri= In TCX=. Olin RereOy
Ces+pn8tes Walxer MtcaliFn agam MSiQeM'fl LubbocK CCarny to whom any rCgws�te nag= ray be 4elivereq anti
on w7%cm %emoce ci process mdy t39 naa ut tTldttcR /rss% Cut at 64ett suretyship.
Reliance Insl==ance
SurSir '7
t •SY
Atco V-In-Faci
Apptaosc s3 to Farm
Gsy o' LrDbock
City 1'S�:nry
• N3te +. E 4nra t y an aflcer of the Suiraty Company, tt7CM max 04 an fla a carttia4 a-dmct from the by -taws anawirq
tr+z: the ycmvn nas aatha.,Vy Is sign satin cvlglGon. if signed by 8n Antmey in Fau. we rlu u Piave =my of paweroi
stoney ,or ocr files.
f
t
I .
01-23-98 10:59 RECEIVED FROM:+312 427 4581
P-02
RELIANCE INSURANCE COMPANY
UNITED PACIFIC INSURANCE COMPANY
HEAD OFFICE: PHILADELPHIA, PENNSYLVANIA Bond #NBB2017352
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS, that RELIANCE INSURANCE COMPANY and UNITED PACIFIC INSURANCE COMPANY are corporations duly
�rganized under the laws of the State of Pennsylvania (herein collectively called 'the Companies'), and that the Companies by virtue of signature and
eals do hereby make, constitute and appoint Michael J. Friedrich, Anne M. Brennan, William J. Ballay and John J. Kuenster of Chicago, Illinois their
rue and lawful Attorney(s)-in-Fact, to make, execute, seal and deliver for and on their behalf, and as their act and deed any and all bonds and
undertakings of Suretyship and to bind the Companies thereby as fully and to the same extent as if such bonds and undertakings and other writings
bligatory in the nature thereof were signed by an Executive Officer of the Companies and sealed and attested by one other of such officers, and hereby
atifies and confirms all that their said Attorneys) -in -Fact may do in pursuance hereof.
E
This Power of Attorney is granted under and by authority of Article VII of the By -Laws of RELIANCE INSURANCE COMPANY and UNITED
PACIFIC INSURANCE COMPANY which provisions are now in full force and effect, reading as follows:
ARTICLE VII - EXECUTION OF BONDS AND UNDERTAKINGS
1. The Board of Directors, the President, the Chairman of the Board, any Senior Vice President, any Vice President or Assistant Vice President
�r other officer designated by the Board of Directors shall have power and authority to (a) appoint Attorneys -in -Fact and to authorize them to execute
m behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and (b)
,o remove any such Attorney -in -Fact at any time and revoke the power and authority given to him.
2. Attomeys-in-Fact shall have power and authority, subject to the terms and limitations of the power of attorney issued to them, to execute
nd deliver on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof.
he corporate seal is not necessary for the validity of any bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory
in the nature thereof.
rw
3. Attorneys -in -fact shall have power and authority to execute affidavits required to be attached to bonds, recognizances, contracts of
idemnity or other conditional or obligatory undertakings and they shall also have power and authority to certify the financial statement of the Company
and to copies of the By -Laws of the Company or any article or section thereof.
F:his power of attorney is signed and sealed by facsimile under and by authority of the following resolution adopted by the Executive and Finance
ommittees of the Board of Directors of RELIANCE INSURANCE COMPANY and UNITED PACIFIC INSURANCE COMPANY by Unanimous Consent dated
is of February 28, 1994.
"Resolved, that the signatures of such directors and officers and the seal of the Company may be affixed to any such power of
attorney or any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile
signatures or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by facsimile
signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to
which it is attached."
N WITNESS WHEREOF, the Companies have caused these presents to be signed and their corporate seals to be hereto a ad, this 15th day of January,
1997.
1
ysva�'
RELIANCE
:at�•�" UNITED Pi
`q�1
_..:L L .
Dennis
STATE OF NEW YORK t ss.
OUNTY OF NEW YORK `
t[ Jn this 15th day of January, 1997, personally appeared Dennis A. Busti to me known to be the Senior Vice President of the RELIANCE INSURANCE
COMPANY and the UNITED PACIFIC INSURANCE COMPANY, and acknowledged that he executed the foregoing instrument and affixed the seals of said
orporations thereto, and that Article VII, Section 1, 2, and 3 of the By -Laws of the Companies and the Resol n, set forth therein, are still in full force.
CARMINE J. MAGAZINO ,
Notary Public. State of New York
My Commission Expires: No.01MA7661460 1✓ �
anuary 3, 1999 Qualified In New York County Notary Public in a for tat f ew York
Commis ion Expires Jan. 3.1999
I, Paul R. Spector, Assistant Secretary of RELIANCE INSURANCE COMPANY and UNITED PACIFIC INSURANCE COMPANY, do hereby certify that the
bove and foregoing is a true and correct copy of a Power of Attorney executed by said Companies, which is still in full force and effect.
.N WITNESS WHEREQF, I Neva-�reunto sat my hand and affixed the seals of said Companies this 16th day of January
, 19_�.
rE J ry` .
Assistant Secretary
PERFORMANCE BOND
BONE) CHECK
BEST RATING - A
LICENS D I EXAS
DATE % BY
01/16/1998 14:09 4092911217 WYATT AGENCY PAGE 04
.. .. r. ter. • •.ii ♦r.n•/ • •vwr, ! rr.• , •...• r VVV • +�� .LJ , • V
STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a)
OF THE TEXAS GOVERNMENT CODE #N13132017352
(CONTRACTS MORE THAN $1 00,000)
Roche Newton & Co.
KNOW ALL MEN BY THESE PRESENTS, that (hereinafter called the Ptincipal(s), as Principal(s), and
Reliance Insurance Company
(hereinafter called the Surety(s), as SurEty(s}, are held and firmly bound unto the C-i-ty of Ls
Obligee), In the amount of E dmt d & OD/lOD- - - - - Dollars ($ '00D•C
United States for the payment whereof, the said Principal and Surety bind themselves, and
executors, successors and assigns, jointly and severally, firmly by these presents,
K (hereinafter called the
lawful money of the
heirs, administrators,
WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 8thday of
January , 16 9$ to
Mahon Library Return Air Modifications = No. 97279
and said principal under the law is required before commencing the work provided for In said contract to execute a bond
In the amount of said contract which contract is hereby referred to and made a pan 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
r faithfully perform the worst in accordance with tltie plans, spedriications and contract documents, then this obligation shall
li be void; otherwise to remain in full force and effect,
r':,
PROVIDED. HOWEVER, that tnis bond is executed pursuant to the provisions of Section 2253.021(a) of the
Texas Government Code, and all liabilities on this bond shall be determined in a=rdant a with the provisions of said
article to the same extent as if it were copied at length herein.
IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed tnls instrument this 16th
day Of •Tang As 98.
Reliance Insurance o ny
Surat
Y84
i
Roche Newton & Co.
Von �.:..�/...
By:
(Title) - -
By:
(Title)
JAN-23-98 10:06 FROM -BONDING INS +312-427-4581 T-222 P.02/02 F-915
D1I16/:998 14:89 4892911217 � - � - WYATi AGEKO PAT 85
Tlse Lnaersignect sun:ty camPafly MFMSRnt6 1114t it Is Cuty qu3ptlfid LD 00 t:us'mass In Tax=. Orn Rerepy
Ces pnetas Walxer tfttcaj Fn apsttt resiGent 0 LubboeK Cct)M to r harn any e9gW3 to notuss n'►ay be deihft: *nd
r oN�
n ++�Ofi SC�4i pfCCe55 J714y GD naa d1 etldttcR lnsd%g Out Of tyc sunrtyship.
kt Reliance Insurance
012
Surety '7
1 •Sr
' ode A It COZT1ey-Yn—Fac is
t ` AppMveo 03 to Form
sty 17SG�'►"•'Y
t • N ee �- s yore ty an 0 leer of the Surety Carn�ny, tAem m%= Doan flea wrtriv4 axtr ct from the by -taws aN:j,4rq
f ine: inns �:crsvn nas ovrt�o:�ty tc slgrt earn ces��auo�. tt a�pned by an RaGrnep �n Fjet, wr cAest n0ve copy at pervreroi
�aoneY or ocr files.
l
r I
i;
4
i
4 '
01-23-98 10:59
RECEIVED FROM:+312 427 4581 p.62
CERTIFICATE OF INSURANCE
r,
-123-1998
11:16AH
FROM ASAI/ROCHE
NEWTON 806 744 4223
01/16/1999
15:10
4e92911217
WYATT AGZI'CY
PAGE 01
[ —1
q w
PROM=
TMS GMTIFICAM 12 146LIED AS A MATTER OF NOORMATSM
OWY AND CONFERS NO RIGHTS UPON Tm CERTLMOATE
THE YffATT AGENCY
130011 T14 STREET
stirm 305-C
"MMEP- THIS CMW=TZ OM NOT AMEND} EXTEND OR
ALTER THE COMETRA-9E 8EEMEQ BY THE PMOC11M UAL=
RVMFANIF-S AFFORDING COVERAGE
A TIG SPECIALTY INSURANCE COMPANY
HUNTSVILLE, YX 77340
ASAYROCHE NEWTON & CO
PA. BOX 1040
"MANY
LUBBOCK. TX 7940F
c
MWANY
Ir.
"'frP41"t
TM;VTQC,ftRTlFY THAT THE PCXlC=CW'*=FW4CEtfSTUO BELOW kAVC WENC'SUMT07M VZUMV NWZOAW%fflP0ATI4E POLICY PER=
lh=ATtD Np07VATI.TANWD rl AW RtQVRENCENT. TERNAGR CONDMON Or ANY COMPACTOR OTHM DOGMMT WITH RESPECT TO WN101 TIO-5
CERMCAT'Ek-AYIDS =VWQR VARY PERTAM, THE kN3VWCf-AFFORDED 8y THE POW6-TES MORMM "! REM = VAVECT TO ALL THE TERMS.
E=L*6b ANO C;ONDrrK)Ns of 5;LPPI POLICIES, LWTS 4.140VM WAY HAVE SEEN REDUCM BYF= CLAM.
cc
LTR
Y-ft Cf d4&UPJ0=
Foucy NLmvt
POLICY KPR=m
! virrx vamoonr)
FCLICY Expmmw
PaTit Immax"
LMT3
GlnM L"IMY
Cermo;.%L AccAg"TL
9 210001M
TsvG�"m
T I.Mol
A
X COmmW—" UL WQePAL L0ZVw
CLAiMSMAW r7xocuupt
PER30NAL & AM KRAZY
* 1,000, QD
X M-thEws & CMTaA[;rOR* DROFr
ffAC"CCM=0Q0E
X ASIDESTOSILEAD
t4Avom"I
5 50,=
1 ASATP-MENT
0".mvw"
5-
AUMMUMI
LY—MUTY
VOIAMEDSINGLE urmr
a
ANY AUTO
bomylNjufty
ALL CrNNCD AV=
SCHEMZOAVTVrr
90DkY hAlRY
f� wootwo
HrFZCQ AVTOZ
- -
GARAGE j,IItQILLSY
AUTO ft&V - EA A=NVWr
I
OroffR TIWl AUM DULY.
ANY AL"O
- wACc9XNr
EXCESS LtQMI-rY
EACH OCCOM2ENCE
3
kA45RELLA FORM
014L'R T-AATJ LA Fcq
s
viqw-evktwz Cow 2N"noN AND
Ts
EL EACH A-L-VENT
9
emmoy0tv CAMITY
j
?wpw'-;uEmnf Rrp,
GoopceK
tt
f
Q-D=.Au-pOucviNrr
6
OT"m
I
i
i i
OMMOTOR w Q!:
MAHON U13RARY RETURN AIR MODIFICATIONS
CERTIFICATE HOLDER IS AN ADDITIONAL INSURED WITH A WAIVER OF SUBROGATION IN THEIR FAVOR.
WEE
SmOuLo J'NYW ImE ABOVE 066CAum pauccs at cmcmm *WqW Tme
CrTY OF LUBBOCK
ExPRATivow cart TNOWOF. THE w3ma CouvAfty wo.L mgAwcm ro m&&
-Lo- oAn *-nm Konm To ur wmmmr mLam kAmm vo Tm ws,
P.O. BOX 2000
LUEZOCK TX 79457
GUT 9AILLmr 70 kt49L such *on= omftL Wrow No all TLgry OR LIANUTT
AHr w"D UPOR nm cowy Arfr- fm AG
A raRFPRiS
r01-23-98 12:03 RECEIVED FROM:806 744 4223
p - 05
1-23-1998 11:13At-I FROtl ASAI/ROCHE NEWTON 806 744 4223
P- 2
A CERTIFICATE -OF11ABUTY-VINSURANC
DATE 00AMM
NO
01/23/98
PRGDUCER
THIS CERTIFICATE IS ISSUED AS A MATTER OMFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
c= ramuin insurance Agency
HOLDS-R. THIS CERTMATE DOES NOT AMEMD, EXTEND OR
R 0 Box 6745
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
COMPANIES AFFORDING COVERAGECam
Lubbock TX 79493-6745
C014�Alr(
A Trinity Univc=xal Ins Co
Fannin Insurance
ph—wo. $06-747-4422 c.xm. 806-747-3040
COWAN,'
MURED
IB
ROC21C mwton 4 ccaparly
C
P. O. Box 1049
Cowme
Lubbock TX 79408-1049
THIS I& TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE AM ISSUED TO THE MURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED, NOTWITHSTANDING MY REQUIRIEMENTTERM OR CCMOITION OF ANV CONTRACT OR OTHER DOCUMEW WITH RESPECT TO WHICK THIS
CERTIFICATE MAY UE ISSUED OR MAY PERTAIN, THE 04WRANCE AFFORDED SY THE POLICIES OFSCRISED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LUTE ESHOM MAY HAVE BEEN REDUCED BY PAID CLAIMS.
co
LTR
TWE OF
POLICY
MFECTM POLICY EMRATION
0= PS=FN) DATC ommomn
GENERAL LLAIRLITY
SENER
5793205-04
21/05/971 11/05/918
A-Gc- Is 2000000_1
OCCUR CLAMS WZE
PEPSOWL a ADV IN_ -rR'v
11 1000000
I
OirffifrZ 8 l:C47rRA---TQF'3 PRAT
FPCHOCCURP.H.-Z
FIRE CAMV4Z. fAn mro ftro)i
3 50000
'ED Exp 'Arry one pw--n)
5 5000
AUMICSILF
LIABILITY
ANY ALMD
ALL CPVNM ALM5
SO�EDLLEDALfrC'S
Ky
H:R� AtfrOS
-jo, "Nwr� NJTCI9
(per wclo-rAI
GARAGE L"ILITY
AlJT0 OtJ-Y - F-4 ACCCFfIT j S
OTHER71j A? I Allf6iA - V
Accz-ar
vxCm LIADILIrr
I
r.AL-4 f)L�ctr4r.txc
MFIXERSCOMPENSATMAND
ITOR% LIMrrS rp
i
EWLMRS'LIARILITY
- k.L
F1 Y)I.V W ASr ACY1,1.11T
EL DISEASE - FA CWl-UME
i I;
07HER
DESCWTM OF OPERATXMILOtATPXCWVDCCLESMPECLAL ITEMS
Reatinq/Air Conditioning systems w/imstallattou/no LPG
- Elahan Library a.,Lr
.TQb return modification
IMEOC4 SHOULD AIRY OF TNr. AROVC MSCM12121) POLICLS; SE CAW=LED BEFORE THE
EXPMTM DATE 7149tEOF. THE MMPJG COUPAPIV 011-L FWMAVOA TO MAII,
-1-0— mAys wftmm mmer To THE ccRwjcxrr= muwz nAmw -ra THE LEFT,
• City or Lubbock
Building Inspection Dept CUT FADAMI&E TO KNL SUCH NONCE 8WLL XW(M; NO OBLIGATION OR L"ILITY
P. 0. Box 2000 OF AW I= UPON THE COMPANY, IM AWMN OA: REMEMWArVES-
Lubbock 13C 79408 ALIT"ardwo
Cam Tannin Xnxuxauce
ACORD254 ("61 t,ACORn C.ORPORATM IISS9
01-23-98 12:05
RECEIVED FROH:806 744 4223
P-02
1-26-1998 5:07PM FROM ASAI/ROCHE NEWTON 806 744 4223
P_ 2
F
DATE (MMIDCYYYI
rA 01126/99
PROM)CM
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY A14D CONFERS 140 RIGHTS UPON THE CERTIFICATE
Cam, >rauanin Inaurance Agency
HOLDER. TM5 CERTIFICATE DOES NOT AMEND, EXTEND OR
P O Sox 674E
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Lmbbock = 79493-6'145
COMPANIES AFFORDING COVERAGE
Cam Fannin Inaurauce
P mewe, 806-747-4422 Puna. 806-747-3o4a -.,_
COMPANY
A Soathe'ru County mitual
...._._...�-.__.
COMPANY
B
ASAZ a.. Corporation
2LAAX/Rocbe 1QeTiton
Cr�IvIRaf1Y
C
V. O. Box 1049
Lubbock TX 79400-1049
COMPANY
D
Cf7YEliACtES - .
•,
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED
BELOW KkA BEEN ISSUED TO THE WSURED NAHIED Ai I;' FOR THE POLICY PERIOD
INDICATED, NOTWITTRA HSTANIMNO ANY REQUIREMENIT, TERM OR CONDITION OF ANY CONGT OR OTHER DOCUMENT WIYM RESPECT TO 1NHiGH THIS
CERTIFICATE MAY BEISSLIED OR MAY PERTAW, THE RZURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWfO MAY HAVE BEEN REDUCED BY PAID CLAIMS.
CO
TYPE OF INSURANCE
POLICYNWBER
OA IMIII��
PDWYEXPIRATION OWMWYY
r—_ Llwl's
GENERAL
UABILAY
-
GENERAL AGGREGATE
S
PRODUm"; CrAAPK>-AGG
COMlWOCIALGENERAL LIA&1LITY
-
CLAIMS MODE OCCi1R
PERSONAL 8 AJJV IN.nUkr
EACH Oi;Cl1RRENCE
•
$
OMTIE:YS 8 CCWTPA41C48 PRQr
><
FIRE DAW X (Ally one hra)
—----.--.... -
MED EYR (AnY one pur.onj
$ —_ - .�.••
A
AUTOMOBILE
LIABILITY
AhW AUTO
7390736
01/05/98
01/05/99
COMBINED sINGLE LIti11T
$ i0QQQ25
BODILY INJLRY
(Per per90nj
$
�'
All OLVIIED AUTOS
SCHEIKJIED AUTO,`;
BODILY INJURY
(ForaCCiOero
$
X
HIRED AUTOS
3
PROPERTY Of m<-i:
$
2
GARAGZ LIA61 "
AUTO ONLY - EA ACCIDENT
6
OTH__R Tt{MI AUTO eAk Y:
ANY AUTO
EEACHACCIOPW
3
-
AGGREGATE
$ .�
E"T=LIABILTTY
EACH OCCtPPIPNCV
S
ACGRECATE
E
UWPELLA FORM
i
OT)JERTHAIJLIMBRELLAFORM
WORKERS COWVMATIDNAM
VMLOYERB• LIpmLTTY .
TOPY WC ATU_ FR
EL EACH AO-WhIA
$
THE PROPRIETW INCL
PARTNERWEYECLJTivE
EL DISC • POIACY ! IMrY
S --
EL, 01,StA6E- EA EMPLOYEE
dR
pFFICERS ARE. EXCL.
OTHER
msuwnom OF OPERAT10N6$ OCATWk£NEHICLF=PECLAL TTENS
CXTY .Or TAIMOCK IS ALSO SHOM AS AN ADDITIONAL INSURZD FOR THIS POLICY jM0 A
V06r= OF SE7BROGAATION Is ATUCHED Its THEIR !I' VOR
1
CE[tTIFiCA aunl=x ...;.:::
CAA[GFJ.LAWN
LLWOC4 94OULD ANY DI:'" ABOVE DE$CPmGD PW0G* 6E CANCELLED BEFORE THE
EXPIRATION DATE TaeAUQF, THE L't UNG COMPANY VML V OLAVOR TO MAUL
City of LiUbboek
Suil4ilag InapOetion Dept
P . 0. Box 2000
U bAYB YYRaTEN NOTICE TD THE CERTIFICATE MOLDER NAMED TO THE LEFY,
6LM FAILURE TO VAL VJCH NOTICE SHALL IWMIE NO OBLIGATION OR LMLYTY
OF ANY IQND UPON THE COMPANY. US AGENTS aR REPREEENTATTYES.
Lubbock TX 79408
ALM40ft=tfMPFICSENTA7W
Cain FaAnin 2nzurance
ACORD2S�+at15"st;�':-. .::, :z:>. :'•.. -..:` ..::.<:
::. ..':.:::.... I<- - '',':. ':;i .. �S:A�RRRCORP.QRf(?fbblt�8..;.
01-26-93 17:53 RECEIVED FROM:806 744 4223 P.02
-1-23-1998 11:14AH FROM ASAI/ROCHE NEw70N 806 744 4223
P. 3
ID
mowa : CERTIFICATE.-OFY. 'I OF LIABILITNSURANC Pget'. DATE(i1MJ3/9
PR=UCEa THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Cam Fannin Insurance Agency HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
P O Box $745 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW -
Lubbock TX 79493-6745 COMPANIES AFFORDING COVERAGE
Cam tannin Insurance ` °P"`N
ft—.�w. 806-747-4422 i.xNa.806-747-3040 A Southern County Mutual
4KSCN`.EO
! �L'f+F$egY ��
ASA3 A Corporation
,
ASAI/Roche Newton
C
P. O. Sox 1049
Lubbock TX 79406-1049
O
CQVERAGFS ._ .... , ... >.. ., . .... _
.
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE RMRED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED, NUTWITKWANDING ANY REQUIREMENT, TERIA OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY 4E ISSUEOOR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED "EREIN IS SUBJECT TO ALL THE TERMS,
EXCLMONC AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN UAY HAVE BEEN REDUCED BY PAID CLAIMS.
LTR
TYPE OP rMSURANCE
POLICY NUMBER
POLC.YEFF6CT;VE
OATE MM W" I
POLICY E7(PR/IT1ON I Limns
DATE (W410O/W}
GENERAL
LIABILITY
C'MN=F71'L �Lh�Fi�.U•Fli.hl
I W-NERaL Aai 3Fc70ATE
GF�GUGT5 CC�I.AF�6F AGG..
t
a._
C.iJf;"5 A1ACE ;� C`!'UR
�
!'E"�.^fJAi. 8 AC:' p•IAIFY—�
S
0;1d,FR'FA rC. JTRJJL'r.:R'S r-,CT
FllrF CANP:iE: jA1 y Mid It(y,
s
NED F.Yr , Ajr:' one pars:n)
i
x
AIfTOLIOWLE LIABILITY
A'Y-,v.)
7390736
01/05/99
01/05/99 �Ot•nrGr,rr3L'Li/.rri
41000025
X SCHECLLEC pr_TrY--
6P.ilLP I!JJLX'Y
b
X nlf�G.�11G�
JL
P(XA; V v; ! A
C.)M
F_�EkIti CoiuGE
---
t.ARAC.£LW84fT1'
ALI'C_ONLr . I -A ACClrL-.T
ANYA'_M
�
` I07EATFAJNPJtJ:CLf
E7ICE35 LIAQh.TTY—�--
1
bA:} Or,�Fii2Et: E
S
IR'12'.liL�f`hR�•�
i
j
4Gs `FEGn"!C` _
_
� _
•_
II
O Kn W&I I ONO-RELLA T :=M
f 1YOi *U COMPENSATIOry Ar1O
I EMPLOY'EATLJAeJLrtY
IHE WOMZTO '
It
TOFv L.nr t5 .... r_K
�-�♦-=-Gi-±-F7 F � ICE�NT���_$�
, r r.;gtL (C`' L aa7
I • I
— I
S
(u'I k;'jelo A.X Lyn
I EL DIZ&GE - F_J•.CMFt4tit:Y
O 14M
f`
OESCR&TION OF OPERATtOW.P.00ATIONS,'VEHICLESMMCUIL ITEMS
CERTIFICATE HOLDER CANCELLATION. . .
$1401AD ANY OF THE ABOVE DESC1116[D POLICIES PE CANCIML90 BEFORE THE
EYPRAT" DATE THERZOF• THE 156W54 C9MPAIY WILL ENDEAVOR TO MAIL
City of LubbccSc 10 OAYB W WTTEM NOTICE To THE cERT,RcA-rg w *rt wja =D To Ym LEFT,
BUT FAILURE TO MAIL M1CH NOTICE SHALL W tM: NO OBLIGATION OR LUFi1LIfY
Buiidilag Xaspectioa Dept
P. 0- Sox 2000 OF ANY KIND UPON THE COWAW. ITS AGEtM OR REPRCSEMrATIvEB.
Lubback TX 79408 AUTHOMMO REPRESENTATIVE
Cann Fannin Insurance
-ACORD2.5-S VMS) .. ... :: _ .. • .. ? ' : CACORI7 C0RPORATIOtd1988
01-23-98 12:06 RECEIVED FROM:806 744 4223 P.03
1-26-1998 5_08PM FROM ASAI/ROCHE NEWTON 806 744 4223 P.3
Jan-ze-9j3 a5 i 4ap loss cantro l cart i'F icatEas E317 283 26G1 tt+ P.01
Ywut k%r. Mw ♦ r> DATE HAkUDDrYI
> xw....wwa..AF:J ...www rr.r..c w.rA, ♦wa._..
� w ..G ... �iurbPb s:�".i'sk•.>�°dt-K<.�s:.
T14S CERTIFICATE 15 SSSUEO AS A MATTER OF WFORMATIOiN
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Hanafin Bates & A560C . , InC.
HOLDER. T14S CEIZUrICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POI.11C ES O J.QW.
8144 Walnut Hill. Lane, LB54
CQMPANIE$1iF�DR>ZIN&COVERAGE
Dallas, TX 75231
,
COMrA,IY
A RELIANCE NAT10NXL. INDEMNITY
ppa G $ u C C, effe—fi ,
7RC + +COMPANY
204 D7. ECCOr
'
Euless, TX 76039
GOM►AHY '
C
Re: A . S . A . T . & I2OME NEWTON
_
COMPANY
n
Pe. ,,: ;A,
wl,i{Y..:L�,6,.:.uuXt..,.i:ax.,t.Ki•�.�i.w-.l..t-n-.... .....,J•!i•..ti,s,w.aw
• .f.. A
... .,.r•r ..... ur, ......w. .. ter, >•
Tt11S is TO cewnFY TEAT TN$ KX*ES OF INSURANCE LISTED BELOW RAVE BEEN ISSUED TO THE wSURED NAMED ABOVE FOR THE POLICY PEAJOD�
INDICATED NOTWfTINSTANDIA* ANY REOVfAEIMENT. TERM OR CONDITION pF ANY CONTRACT OR OTHER 0MVIIENT WITH RESPECT TO W►IICK THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, TMI; INSURANCE
AfVbROE0 BY THE POLICIES DESCROED HEREIN IS SUBJECT TCI ALL Trig T[FII+/I$
EXCLUSIONS AND CCINDMON9 OF SUCH POLICIES- U'ARS 614OWN MAY HAVE BEEN R!_OUCEO BY,P;AU CLAI S.
l�s• •.• ---
i I
YyPE OF M9UpANCE AOIKY NYMBER.
LTR
yOL1tY !►/iLKNi rOLrCt lirrwwrOn
Pali NMITS
t„woO/TVi DMT6 I1AYfDONY1
CENMAL LIAIOILTTY
VtNV4ML AGGREGATE r S
1
COLMERCIML G.FNl1iAL LIABILITY
I PPIOD ?S. Comwoop AGG II
r!
Mate a 00MIA I
` Pi.AiOMAL A AQV rN;LFlY ' s - -
�
—I CWhVir 9 A CON"tACTOR 5 PROT � -
i c_u w rjCclll�iiCA'G_s^--•� S
ALA eXP AAA). 4,1# w13..I :S
AUTONO6ILE LIApILAY
COrAHI*+EO LIMIT
S�wGtE I t
ARIM AUTO i
a
1 ....,...
A:L Q%m4u ALTOS
4rHWEV LEO AUTOS
�
t
I I
i I pOWLY INJLN3Y
f 1(per pe-s ) . .. �.....-
HIAE•F7AVTO,1: -
I
NoN owh�o ,WTCs
, trflrJrL7 IN.N'1r 3
_ I
PROPSATY AIIMAGC ' Ir
C-AAAGE tl"m"
AUTO QWV - EA ACCIDENT ; S
AM'AUTO
1 IOTMCR TfsAN AVTO ONLY.. .' _----_
- - -- -
EACH ACCIDENT I i
AG%AEGATE I S
p CUS LIANIM
I
cAcfk 6CCuwalTrCs p ._
' LNiAELLA FORM
f
ASGRC'GATi
s..
---• __ ..�.
OTHER THAN ULkBIAELLA FOB+
1
WOMICTMCOMPENSATIWIAND
:..�
![Y1M"ITt I
A
JIMPLOYEAS, LIABILITY
THErnOr{p(*OW `
NWA 0142732-00
EL EAGn AcCIpCM S r
12/IS/97 2/1S/98 ? 1, 00�0, 00R
ING4
iAg2T� ftSIE XE CLITI V C
ELU/SEAsE HaLI�YL4tIT y
OFCCER6 ARC, I E>rCl
EL 0151AEF - EA EMILCYPE s , •
Specific waiver
of Subrogation
in` Favor of+ City Of ILubbock
OESCIIiRAFI Dir M/AItl,aryys,QgATrpNi/YpWCLCE/6T'ECIAL riENS
-
Mahon Library Return Air Modifications City of Lubbock,
Aa^h'rw,F i IY!T..'R>,-;):.yitl:s`/f,ME�lW7x»•lis..f"tbtef ' iiSks.'ir"-}nd.3kb'.ib-):jk`>K'N?&f.'4i)+.piir.-R!>.tiS;:,y MKY:Vt3.4a s.:,.+s w +Iwa�.::►:�.:+.Ti
y� t 7
Roil S�tllf�leid
KWAnt ZAV OF TMt H00Yi DCBCAi za M.IGIFp pit CANCELLty PwrORP Ym
Cty Of Lubbock
City
TM D/TI TRf/WD,. THE ISSVtHp C3WFdWY MILL. MAialAYOlt TO MAIL
DAY& MRRTEk 100T#" TO THC C911TIFPGATE HOLDER NAMEP 740 Mg "Pr,
P.O. Box 2000
&UT FAILWIIE TO MAIL EMN A1QTK9 PfIALL WFQ3L MO COUOATIDN Drt LJA`µ,tTT
Lubbock,T X 79401
OF ANT RIND UFCMi THE COMPANY, In A"m$ on jWrnESE1nATWL4.
AIIT ErRESEHTATWE
�ii31T/i N
._ I h �. M. r,.,.:r'.744�1.iJFiR y(•r _: "tiT1Ti`a •. CxY4'TtAYwF.>A.+N. I.
. >. tr►�r�a.n.. ew' .�?I!-fir f`~_. ♦..7„IFs<►? 4.a..1.y.�,:.�w..ww.,rIr• - r.- w�
r-w _ ) V
01-26-98 17:59 RECEIVED FROM:806 744 4223 P.03
r •1-23-1998 11:15AM FROM ASAI/ROCHE NEWTON 806 744 4223 P.4
t:
aITY,
. :. >w..>.r.,�.,..... ,'f smF.c:.%p.3ar.6ski>...u>.w .< ,6s.:s .::.w<... . .. ...... T. •. •. .. .
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
Hanaf in Bates & Assoc. ,
Inc . ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
8144 Walnut Hill Lane,
LE54 _ COMPANIES AFFORDING COVERAGE
-
Dallas, TX 75231
CO!"PANY
A RELIANCE NATIONAL INDEMNITY
INSURED yS$ey Qsourc:e
anagement , Inc.. CC'MPA•NY
• s
204 N. ECtor
COMPArAy
Euless, TX 76039
C
R e : A. S.A. I . & ROCHE NEWTON i COMPANY
D
.. .... .. ..... ds#i # £ s a 'zi trt}, x>;<'� E.� s ,� a .}vih s eYs: 5 } < s£s <S ssz yr; > r `sz 'izz<,£s ?¢s is • : :-.
't}� ?ssy2
1�?!y��E1�]; s#Si<.t b&nTi»,< £�. :ri�?d 5 Y. x.s...,t 8t.. �3 s is:nys�;� Idis*#.<d«:u.mc A . sue, : s�f xsi<{3;�iii3 <,>z n •t< h. �..�.n..'�.i�#i jis
.:�. ,. .c#id'�s< . ,. ..... .xi'
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
1NOICATED. IJOT1'JITMISTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH 7H:S
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUZ,:ECT TO ALL THE TE=V..S.
EXCLUSIONS AND CONDITIONS OF SUCH POLICES, LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
CO ! -
LT71 I TYPE OF WSURANCE - I
I
POLICY EFFECTNE POLICY EXPIRATION ! !
POLICY —NUMBER I DATE (MMODONY) DATE !MM*0!YYs UNITS
GENERAL LIABILITY
i i SENEPALA13GREC-AIE ! S
r COMLIERC:.gL GENERAL L14EILrTY
I PRQOsJCTS - CONsy,OP AG(3 5
— CLA LAS MADE I� OCCUR I
I
� i i FEPSONAL A ADV INJUP.Y 5
OWNER•5 L CONTRACTOR'S PROT i
I I EACH OCCURAc'NCE
t
I FIRE DAMAGE ,AN one fire) S
i .. �
� MED EY.F Ano r,e pp•<,OO! i S
+ AUTOMocal LIABILITY
1 '
> ANY AUTO
CCra.INEa £ N;>;.F o117
..,..ALLOWNRO':AvTgS
,
-)
- ..
.. ...
_ - I ' 5CCILY;%JURY e
I ;Pei
I SCMEDUL110 AUTOS
pes--m .
j
HIRED AUTOS
�J
I i''OC:LY INJURY .
S
NON4WNED AUTOS
i
i
PRGFERTY DAMAGE Is
GARAGE LIABILITY
AUTO ONLY - EA ACCIDENT S
! ; ANY AUTO
—�
I I G7WEP, THAN ,& UTO ONILY: 1:tr`
L I��
EACH ACCIDENT; S
+ !
I � AGCaRE3ATE � S
M]ILESSunBILrrT
i E:ACNpCCvRRa`�+CII i I
UMBRELLA FORM
I i AGGREGATE _
OTHeR THAN UMBRELLA FORM
i
y
WORKERS COMPENSATIONAtAD
` n' TATt1-
I ! s�' TQ!3Y.L7lI
EMPLOYERS' LWQICRY
1
I ; EL EACH ACCIDENT S 1,000,00C
A
THE PROPRIETOR' INCIL I
FJIFfTNE RS.'FxfcLrrlvi
NWA
014 2 7 3 2- 0 0 112 / 15 / 9 7 12 / 15 / 9 8 ILL CISEAS E- POLICY LIMIT S 14000,00(
GFFICERS ARE: EXCL
+
1 I i EL DISEASE - EA EMPLOYSE1 S 1,000,0 O
tWFRespects to E
ployees leased from
Odyssey Resource Management, Inc.
DESCRIPTION OF oPPRATIONSILOCATIONWEMACLEMPECIAL REMS
Mahon Library Return Air Modifications City Of Lubbock,
> 1G .�...».'' s �
,.,., `•+�`. ..?•�
;;�a. ..a'�b
�� �,:.x.•' x.: :
., , ... + F s33a z'sa:s+ ,y� < #•at sk s / [3
.:!:T....tl&Cv3ilu''isis�ts..,a.,.v>kh a wee,>,.....a,. }'
A5 8 0TXS
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
Attn : Ron Shuff ield
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL EMOEAVOR TO MAIL
City Of Lubbock
_3A DAYS wnrr-rEH NOTICE TO THE CERTIFICATE HOLDER NAMEO TO THE LEI.
BUT FAILURE TO MAIL SUCH NOTICE SMALL MSPOSE NO OBLIGATION OR LIABILITY
- P.O. BOX 2000
OF AAY KIND UPON THE COMPANY, ITS AGENTS CIA REPRESENTATIM.
Lubbock, TX 79401
AUTHO REPRESENTATIVE
�'.. A4,I. `#ez�.JDa .kg�+`e..
. ..... ... i. r� ..sitE" ?a:Lri•>'t�:n3k:.`.
gas 3a. fgs r�
tf'f�.a1
01-23-98 12:06
RECEIVED FRdM:806 744 4223 " " P.04
i
a
CITY OF LUBBOCK
,. INSURANCE REQUIREMENT AFFIDAVIT
To Be Completed by Appropriate Insurance Agent/Broker
Prior to Award of Contract
r"" I, the undersigned Agent/Broker, certify that the insurance requirements contained in this bid document have
been reviewed by me with the below identified Contractor. If the below identified Contractor is awarded this
contract by the City of Lubbock, I will be able to, within ten (10) days after being notified of such award by
contractor, furnish a valid insurance certificate to the City meeting all of the requirements defined in this
bid/proposal.
r�
f
r*- Agent (Signature) Agent (Print)
Name of Agent/Broker:
Address of Agent/Broker:
City/State/Zip:
�.. Agent/Broker Telephone Number. ( )
Date:
CONTRACTOR'S NAME:
(Print or Type )
CONTRACTOR'S ADDRESS:
NOTE TO AGENT/BROKER
If this time requirement is not met, the City has the right to reject this bid/proposal and award the
contract to another contractor. If you have any questions concerning these requirements, please
contact the Purchasing Manager for the City of Lubbock at (806)775-2165.
BID #97279 - MAHON LIBRARY RETURN AIR MODIFICATIONS
t
i
4
r
CONTRACTOR CHECKLIST
A CONTRACTOR SHALL:
(1) provide coverage for its employees providing services on a project, for the duration of the project based
on proper reporting of classification codes and payroll amounts and filling of any coverage agreements;
(2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity
prior to beginning work on the project;
(3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the Contractors current certificate of
coverage ends during the duration of the project;
(4) obtain from each person providing services on a project, and provide to the governmental entity:
(A) a certificate of coverage, prior to that person beginning work on the project, so the governmental
entity will have on file certificates of coverage showing coverage for all persons providing
services on the project; and
(B) no later than seven days after receipt by the contractor, a new certificate of coverage showing
extension of coverage, if the coverage period shown on the current certificate of coverage ends
during the duration of the project;
(5) retain all required certificates of coverage on file for the duration of the project and for one year
thereafter,
(6) notify the governmental entity In writing by certified mail or personal delivery, within ten (10) days after
the contractor knew or should have known, of any change that materially affects the provision of
coverage of any person providing services on the project;
(7) post a notice on each project site informing all persons providing services on the project that they are
required to be covered, and stating how a person may verify current coverage and report failure to
provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other
commission rules. This notice must be printed in at least 19 point normal type, and shall be in both
English and Spanish and any other language common to the worker population. The text for the notices
shall be the following text provided by the commission on the sample notice, without any additional
words or changes:
P-
r
REQUIRED WORKERS' COMPENSATION COVERAGE
"The law requires that each person working on this site or providing services related to this construction project must (see
reverse) be covered by workers' compensation insurance. This Includes persons providing, hauling, or delivering
equipment and materials, or providing labor or transportation or other service related to the project, regardless of the
identity of their employer or status as an employee."
"Call the Texas Workers' Compensation Commission at (512)440- 3789 to receive information on the
legal requirement for coverage, to verify whether your employer has provided the required coverage, or
to report an employer's failure to provide coverage." and
(8) contractually require each person with whom it contracts to provide services on a project, to:
(A) provide coverage based on proper reporting of classification codes and payroll amounts and
filing of any coverage agreements for all of its employees providing services on the project, for
the duration of the project;
(B) provide a certificate of coverage to the contractor prior to that person beginning work on the
project;
(C) include in all contracts to provide services on the project the language In subsection (e) (3) of
this rule;
(D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of
coverage ends during the duration of the project;
(E) obtain from each other person with whom it contracts, and provide to the contractor.
(i) a certificate of coverage, prior to the other person beginning work on the project; and
(ii) prior to the end of the coverage period, a new certificate of coverage showing extension of
the coverage period, if the coverage period shown on the current certificate of coverage ends
during the duration of the project;
(F7 retain all required certificates of coverage on file for the duration of the project and for one year
thereafter,
(G) notify the governmental entity In writing by certified mail or personal delivery, within (ten) 10
days after the person knew or should have known, of any change that materially affects the
provision of coverage of any person providing services on the project; and
(H) contractually require each other person with whom it contracts, to perform as required by
paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they
are providing services.0
No Text
r++
7, CONTRACT
STATE OF TEXAS
COUNTY OF LUBBOCK
r
i
r
I
THIS CONTRACT, made and entered into this 8T" day of January, 1998, by and between the City of Lubbock,
County of Lubbock, State of Texas, acting by and through Windy Sitton, Mayor, thereunto authorized to do so,
hereinafter referred to as OWNER, and Roche Newton & Company of the City of Lubbock. County of Lubbock and
the State of Texas hereinafter termed CONTRACTOR.
WITNESSETH: That for and In consideration of the payments and Contracts hereinafter mentioned, to be made and
performed by the OWNER and under the conditions expressed in the bond bearing even date herewith Of any) the
CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements
described as follows:
BID # - 97279 — MAHON LIBRARY RETURN AIR MODIFICATIONS - $58,000.00
and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own
proper cost and expense to fumish 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 the Contract.
The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have
been given to him and to substantially complete same within the time specified in the contract documents.
The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance
with the bid submitted therefore, subject to additions and deductions, as provided in the contract documents and to make
payment on account thereof as provided therein.
IN WITNESS WHEREOF, the parties to these presents have executed this Contract in Lubbock, Lubbock County,
Texas In the year and day first above written.
APPROVED AS TO FORM:
rry Attorney
ATTEST:
Corporate Secretary
CONTRACTOR:
ROCH EWTON � OMPANY
By:
PRINTED NAME:_ c 9 t.Ew D4 Tw3
TITLE'
ADDRESS:
Roche Newton & Company
PO Box 1049
Lubbock,Texas 79408
r
e
S
y
GENERAL CONDITIONS OF THE CONTRACT
rr
r
r
GENERAL CONDITIONS OF THE CONTRACT
r-
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
I
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 ROCHE NEWTON & COMPANY
who has agreed to perform the work embraced in this contract, or to his or their legal representative.
4
3. OWNER'S REPRESENTATIVE
r Whenever the word Owner's Representative or representative Is used in this contract, it shall be understood as
s referring to, City of Lubbock, under whose supervision these contract documents, Including plans and
specifications, were prepared, and GEORGE LISENBE. BUILDING & ENERGY ADMINISTRATOR, who will
Inspect constructions; or to such other representative, supervisor, or inspector as may be authorized by said
4 Owner to act in any particular under this Contract. Engineers, supervisor or Inspectors will act for the Owner
under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting
�- on behalf of the Contractor.
4. CONTRACT DOCUMENTS
The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Bid, Signed
Contract, Statutory Bonds (if required), General Conditions of the Contract, Special Conditions of the Contract (if
any), Specifications, Plans, Insurance Certificate, and all other documents made available to Bidder for his
r- Inspection In accordance with the Notice to Bidders.
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.
PM 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
r- responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated
by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due
Subcontractor.
7. WRITTEN NOTICE
Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member
of the firm or to an officer of the corporation for whom it Is intended, or if delivered at or sent certified mail to the
last business address known to him who gives the notice.
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, fumish 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 fumished 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 fumished with two 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. MIGHT 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 fumished 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 Owners
Representative ample notice of the time and place where lines and grades will be needed. All stakes, marks,
etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by him, his
Subcontractors, or his employees, such stakes, marks, etc., shall be replaced by the Owners Representative at
Contractors expense.
Unless otherwise specified, it is mutually agreed between the parties to this Contract 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 further agreed that the Owner's Representative shall, in all cases,
determine the amounts and quantities of the several kinds of work which are to be paid for under this contract.
He 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' estimates and findings shall be conditions precedent to the right to any action on
the contract, and to any rights of the Contractor to receive any money under this contract.
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.
15. SUPERINTENDENCE AND INSPECTION
it is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from
time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may
deem proper to inspect the materials furnished and the work done under this Contract, 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 Contract 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 bome 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 Contract or conversation with any officer, agent, or employee, of the Owner, either before or
after the execution of this contract, shall effector modify any of the terms or obligations herein contained.
18. CHARACTER OF WORKMEN
The Contractor agrees to employ only orderiy 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 —
t is also understood that Owner shall not be held responsible for the care, preservation, conservation, or
protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and
accepted.
The building of structures for the housing of men or equipment will be permitted only at such places as the
Owner's Representative shall 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.
If any work which is required to be inspected, tested, or approved is covered up without written approval or
consent of the Owner or -Owners 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 home 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.
I'
Neither observations by the Owner or Owner's Representative, nor Inspections, tests, or approvals made by
Owner, Owners Representative, or other persons authorized under this Contract to make such inspections, tests,
or approvals shall relieve the Contractor from his obligation to perform the work in accordance with the
requirements of the contract documents.
22. DEFECTS AND THEIR REMEDIES
It is further agreed that if the work or any part thereof, or any material brought on the site of the work 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 Owners 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 Contractors expense.
23. CHANGES AND ALTERATIONS
The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit,
In the line, grade, form dimensions, plans or 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 Owners 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 Contractors bid, except as provided under Changes and Alterations herein.
It is agreed that the Contractor shalt perform all extra work under the direction of the Owners Representative
C when presented with a written work order signed by the Owners 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 (15%) percent.
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 Uability and Property Damage and Workers' Compensation and all
I
other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative,
or by them agreed to. Owner`s Representative may direct the form in which accounts of the actual field cost
shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's
Representative may also specify in writing, before the work commences, the method of doing the work and the
type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the
Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be
determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership
Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for
the use of machinery and equipment shall be Incorporated in the written extra work order. The fifteen percent
(15%) of the actual field cost to be paid to Contractor shall cover and compensate 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 bid, the specifications, plans
and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall
Include all appurtenances necessary to complete the work in accordance with the intent of these contract
documents as interpreted by Owner's Representative. 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 bid 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
The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an
Insurance company licensed to transact business in the State of Texas, which policy shall comply with the
Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable
precaution for the safety of employees and others on or near the work and shall comply with all applicable
provisions of federal, state and municipal taws 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
PM
pop
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, 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 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 any judgment with costs which may be obtained
against the Owner or any of its officers, agents, or employees including attorney's fees.
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 Contract, as well as any notice which may be given by
the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses,
are intended as reminders to the Contractor of his duty and shall not be construed as any assumption of duty to
supervise safety precautions by either the Contractor or sny of his subcontractors.
28. CONTRACTOR'S INSURANCE
The Contractor shall not commence work under this contract until he has obtained all insurance as required in the
General Conditions of the contract documents, from an underwriter authorized to do business in the State of
Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of
cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All
policies shall contain an agreement on the part of the insurer waiving the right to subrogation.
The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance
protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such
insurance shall be carried with an insurance company authorized to transact business in the State of Texas and
shall cover all operations in connection with this contract, whether performed by the Contractor or a
subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate
of insurance specifying each and all coverages shall be submitted within ten days after being notified of such
award.
The insurance certificates fumished shall name the City as an additional insured. A Worker's
Compensation Coverage statement from the Contractor to the effect that no work on this particular
project shall be subcontracted will be accepted as an alternative. It shall be the contractors
responsibility to provide to the owner all proof of coverage insurance documents Including workers
compensation coverage for each subcontractor.
A. Comprehensive General Liability Insurance
The contractor shall have Comprehensive General Liability Insurance with limits of $1,000.000.00
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
a
Personal Injury
Advertising Injury
B. Owner's Protective or Contingent Public Liability Insurance and Property Damage Liability Insurance.
For bodily injuries, including accidental death and or property damage, $1,000,000.00 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, $300.000.00 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 Installation
The Contractor shall obtain a Builder's Risk policy in the amount of 0.00% of the total contract price
(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 $0.00 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 $500,000.00. _
Definitions:
Certificate of coverage ("certificate) - A copy of a certificate of insurance, a certificate of
authority to self -insure issued by the commission, or coverage agreement (TWCC-81, TWCC-
82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for
the person's or entity's employees providing services on a project, for the duration of the project.
Duration of the project - Includes the time from the beginning of the work on the project until the
contractoestperson's work on the project has been completed and accepted by the governmental
entity.
Persons providing services on the project ("subcontractor" in 406.096) - includes all persons or
entities performing all or part of the services the contractor has undertaken to perform on the
project, regardless of whether that person contracted directly with the contractor and regardless
of whether that person has employees. This includes, without limitation, independent
contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of
any such entity, or employees of any entity which furnishes persons to provide services on the
project. "Services" include, without limitation, providing, hauling, or delivering equipment or
materials, or providing labor, transportation, or other service related to a project. "Services"
does not include activities unrelated to the project, such as food/beverage vendors, office supply
deliveries, and delivery of portable toilets.
2. The contractor shall provide coverage, based on proper reporting of classification codes and
payroll amounts and filing of any coverage agreements, which meets the statutory requirements
3.
4.
5.
L
7.
of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services
on the project, for the duration of the project.
The Contractor must provide a certificate of coverage to the governmental entity prior to being
awarded the contract.
If the coverage period shown on the contractor's current certificate of coverage ends during the
duration of the project, the contractor must, prior to the end of the coverage period, file a new
certificate of coverage with the governmental entity showing that coverage has been extended.
The contractor shall obtain from each person providing services on the project, and provide to
the governmental entity:
(a) a certificate of coverage, prior to that person beginning work on the project, so the
governmental entity will have on file certificates of coverage showing coverage for all
persons providing services on the project; and
(b) no later than seven days after receipt by the contractor, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of
coverage ends during the duration of the project.
The contractor shall retain all required certificates of coverage for the duration of the project and
for one year thereafter.
The contractor shall notify the governmental entity in writing by certified mail or personal
delivery, within 10 days after the contractor knew or should have known, of any change that
materially affects the provision of coverage of any person providing services on the project.
8. The contractor shall post on each project site a notice, in the text, form and manner prescribed
by the Texas Workers' Compensation Commission, Informing all persons providing services on
the project that they are required to be covered, and stating how a person may verify coverage
and report lack of coverage.
9. The contractor shall contractually require each person with whom it contracts to provide services
on the project, to:
(a) provide coverage, based on proper reporting of classification codes and payroll amounts
and filing of any coverage agreements, which meets the statutory requirements of Texas
Labor Code, Section 401.011(44) for all of its employees providing services on the
project, for the duration of the project;
(b) provide to the contractor, prior to that person beginning work on the project, a certificate
of coverage showing that coverage is being provided for all employees of the person
providing services on the project, for the duration of the project;
(c) provide the contractor, prior to the end of the coverage period, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the current
certificate of coverage ends during the duration of the project;
(d) obtain from each other person with whom it contracts, and provide to the contractor.
(1) a certificate of coverage, prior.to the other person beginning work on the project;
and
(2) a new certificate of coverage showing extension of coverage, prior to the end of
the coverage period, if the coverage period shown on the current certificate of
coverage ends during the duration of the project;
(e) retain all required certificates of coverage on file for the duration of the project and for
one year thereafter,
(1) notify the governmental entity in writing by certified mail or personal delivery, within 10
days after the person knew or should have known, of any change that materially affects
the provision of coverage of any person providing services on the project; and
(g) contractually require each person with whom it contracts to perform as required by
paragraphs (1) - (7), with the certificates of coverage to be provided to the person for
whom they are providing services.
10. By signing this contract or providing or causing to be provided a certificate of coverage, the
contractor is representing to the governmental entity that all employees of the contractor who will
provide services on the project will be covered by worker's compensation coverage for the
duration of the project, that the coverage will be based on proper reporting of classification codes
and payroll amounts, and that all coverage agreements will be filed with the appropriate
insurance carrier or, in the case of a self -insured, with the commission's Division of Self
Insurance Regulation. Providing false or misleading information may subject the contractor to
administrative penalties, criminal penalties, civil penalties, or other civil actions.
11. The contractor's failure to comply with any of these provisions is a breach of contract by the
contractor which entitles the governmental entity to declare the contract void if the contractor
does not remedy the breach within ten days after receipt of notice of breach from the
governmental entity.
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 bome by
such certificate.
(4) The expiration date of the policy and the limit or limits of liability thereunder on the date bome 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.
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.
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.
If policy limits are paid, new policy must be secured for new coverage to complete project.
A Contractor shall:
r
r
` (a) provide coverage for its employees providing services on a project, for the duration of
the project based on proper reporting of classification codes and payroll amounts and
filling of any coverage agreements;
(b) provide a certificate of coverage showing workers' compensation coverage to the
governmental entity prior to beginning work on the project;
(c) provide the governmental entity, prior to the end of the coverage period, a new
certificate of coverage showing extension of coverage, if the coverage period shown on
the contractor's current certificate of coverage ends during the duration of the project;
(d) obtain from each person providing services on a project, and provide to the
governmental entity:
(I) a certificate of coverage, prior to that person beginning work on the project, so
the governmental entity will have on file certificates of coverage showing
coverage for all persons providing services on the project; and
(II) no later than seven days after receipt by the contractor, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project;
(e) retain all required certificates of coverage on file for the duration of the project and for
one year thereafter;
(f) notify the governmental entity In writing by certified mail or personal delivery, within 10
days after the contractor knew or should have known, of any change that materially.
affects the provision of coverage of any person providing services on the project;
(g) post a notice on each project site informing all persons providing services on the project
that they are required to be covered, and stating how a person may verify current
coverage and report failure to provide coverage. This notice does not satisfy other
posting requirements imposed by the Act or other commission rules. This notice must
be printed in at least 19 point normal type, and shall be in both English and Spanish and
any other language common to the worker population. The text for the notices shall be
the following text provided by the commission on the sample notice, without any
additional words or changes:
REQUIRED WORKERS' COMPENSATION COVERAGE
'The law requires that each person working on this site or providing services
G related to this construction project must be covered by workers' compensation
Insurance. This Includes persons providing, hauling, or delivering equipment and
materials, or providing labor or transportation or other service related to the
project, regardless of the Identity of their employer or status as an employee.'
"Call the Texas Workers' Compensation Commission at 5IV440-3789 to receive
r Information on the legal requirement for coverage, to verify whether your
employer has provided the required coverage, or to report an employer's failure to
provide coverage. "and
(h) contractually require each person with whom it contracts to provide services on a project,
to:
r (7 provide coverage based on proper reporting of classification codes and payroll
i amounts and filing of any coverage agreements for all of its employees
providing services on the project, for the duration of the project;
I
provide a certificate of coverage to the contractor prior to that person beginning
work on the project;
(111) include in all contracts to provide services on the project the language in
subsection (e) (3) of this rule;
(iv) provide the contractor, prior to the end of the coverage period, a new certificate
of coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project; —
(v) obtain from each other person with whom it contracts, and provide to the
contractor:
(1) a certificate of coverage, prior to the other person beginning work on the
project; and
(2) prior to the end of the coverage period, a new certificate of coverage
showing extension of the coverage period, if the coverage period shown
on the current certificate of coverage ends during the duration of the
project;
(vo retain all required certificates of coverage on file for the duration of the project
and for one year thereafter; ^.
(vii) notify the governmental entity in writing by certified mail or personal delivery,
within 10 days after the person knew or should have known, of any change that
materially affects the provision of coverage of any person providing services on
the project; and
(viii) contractually require each other person with whom it contracts, to perform as —
required by paragraphs (A) - (H), with the certificate of coverage to be provided
to the person for whom they are providing services.
29. 12ISABLED 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 other terms, conditions, and privileges of employment.
30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS. LABORERS. MATERIALMEN. AND
FURNISHERS OF MACHINERY. EQUIPMENT AND SUPPLIES
The Contractor agrees that he will indemnify and save the Owner harmless from all claims growing out of any
demands of subcontractors, laborers, workmen, mechanics, materialmen and fumishers 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 herelnabove 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.
r
p
31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION
The contractor shall pay all royalties and license fees, and shall provide for the use of any design, device,
material or process covered by letters patent or copyright by suitable legal Contract 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 Owner harmless from any loss on account thereof, except that Owner shall defend all
P such suits and claims and shall be responsible for all such loss when a particular design, device, material or
process or the product of a particular manufacturer or manufacturers is specified or required in these contract
�., documents by Owner, provided, however, if choice of alternate design, device, material or process is allowed to
the Contractor, then Contractor shall Indemnify and save Owner 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.
1^
32. LAWS AND ORDINANCES
The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and
regulations, which In any manner 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' 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 Owners
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 Contract.
34. TIME FOR COMPLETION AND LIQUIDATED DAMAGES
It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of
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 Contractors total
compensation, the sum of $200.00 (TWO HUNDRED DOLLARS) PER DAY, not as a'penalty, but as liquidated
r 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.
..R 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
r•
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. TIME 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 bid; 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 intends to canyon 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.
36. EXTENSION OF TIME
The Contractor agrees that he has submitted his bid in full recognition of the time required for the completion of
this project, taking into consideration the average climatic range and industrial conditions prevailing in this
locality, and has considered the liquidated damage provisions of paragraph 33 hereinabove set forth and that he
shall not be entitled to, nor will he request, an extension of time on this contract, except when his work has been
delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors
employed by the owner, or by changes ordered in the work, or by strike, 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 extension as requested by Contractor.
The Owner's Representative within ten (10) days after receipt of a written request for an extension of time by the
Contractor supported by all requested documentation shall then consider such written request and respond to f
Contractor in writing granting or rejecting the request for an extension of time to complete the project.
37. HINDRANCE AND DELAYS
In executing the contract, 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 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 bids 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
r
k
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.
r39. PROTECTION OF ADJOINING PROPERTY
r The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way
j encountered, which may be injured or seriously affected by any process of construction to be undertaken under
this Contract, 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 contrail in full conformity with the
specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the
bid attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive
such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses
Incurred by him and for well and truly performing the same and the whole thereof in the manner and according to
this Contract, 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 Contractor's total outstanding indebtedness in connection
j with the work.: Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there
i are no outstanding liens against Owner's premises by reason of any work under the contrail. Acceptance by
Contractor of final payment of the contrail price shall constitute a waiver of all claims against Owner which have
not theretofore been timely filed as provided in this contrail.
42. PARTIAL PAYMENTS
r On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application
1 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
r- showing as completely as practical the total value of the work done by the Contractor up to and including the last
j 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 Contract. 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
worts and within said time, if the worts 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 Contract, 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 Contract,
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 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.
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
The Owner may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any
certificate to such extent as may be necessary to protect himself from loss on account of:
(a) Defective work not remedied.
(b) Claims filed or reasonable evidence Indicating possible filing of claims.
(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 because of them.
r
L
l 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 writing and filed with the Owner's Representative within fifteen (15) days after the Owner's
Representative has given any directions, order or instruction to which the Contractor desires to take exception.
The Owners' Representative shall reply to such written exceptions by the Contractor and render his final decision
in writing. In case the Contractor should appeal from the decision of the Owner's Representative, any demand
for arbitration shall be filed with the Owner's Representative and the Owner in writing within ten (10) days after
the date of delivery to Contractor of the final decision of the Owner's Representative. It is further agreed that
final acceptance of the work by the Owner and the acceptance by the Contractor of the final payment shall be a
bar to any claim by either party, except where noted otherwise in the contract documents.
r 49. 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 Contract, 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
r" 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 Contract. 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 shalt pay the amount of such excess
to the Owner, or
r (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
r complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct
shall then be prepared and delivered to Contractor and his Surety, whereon the Contractor or his Surety, or the
Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date
of certificate of completion.
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 Contractor or his Surety, to their proper owners.
50. ABANDONMENT BY OWNER
In the Owner shall fail 10 comply with the terms of this contract, and should fail or refuse to comply with said
terms within ten (10) days after written notification by the Contractor, then the Contractor may suspend or wholly
abandon the work, and may remove therefrom all machinery, tools, and equipment, and all materials on the _
ground that have not been Included in payments to the Contractor and have not been 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 of all work actually completed by said Contractor at the prices stated In the
attached bid, 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 cant' 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 Contract, 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 Contract.
51. BONDS
The successful bidder will be required to furnish a performance bond in accordance with Chapter 2253,
Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds —
$100,000 and the successful bidder will be required to furnish a payment bond in accordance with Chapter 2253,
Government Code, in the amount of 100% of the total contract price In the event that said contract price exceeds
$25,000. 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.
52. 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
53. LOSSES FROM NATURAL CAUSES
Unless otherwise specified herein, all loss or damage to the Contractor arising out of the nature of the work to be
done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the same,
or from unusual obstructions or difficulties which may be encountered in the prosecution of the work, shall be
sustained and bome by the Contractor at his own cost and expense.
54. INDEPENDENT CONTRACTOR
r� 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, fimn, or corporation.
r"
55. CLEANING UP
The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at
the completion of the work he shall remove all such debris and also his tools, scaffolding, and surplus materials
and shall leave the work room clean or its equivalent. The work shall be left In good order and condition. in case
of dispute Owner may remove the debris and charge the cost to the Contractor.
No Text
Resolution No. 5121
March 14, 1996
Item #19
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
i' WHEREAS, such wage rates were established by Resolution No. 719 enacted February
1 12, 1981, updated by Resolution No. 1590 enacted February 23, 1984, and further updated by
Resolution No. 2502 enacted January 8, 1987; and
WHEREAS, such rates need to be updated at the present time in order to reflect the
current prevailing rate of per diem wages; NOW THEREFORE:
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the general prevailing rate of per diem wages for public works contracts shall be
E as set forth in the following named exhibits, which exhibits shall be attached hereto and made
a part hereof for all intents and purposes:
Exhibit A: Building Construction Trades
Exhibit B: Paving and Highway Construction
Exhibit C. Overtime Rate
Exhibit D: 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.
r
r
Passed by the City Council this 14th
ATTEST:
Betty M. J on, City Secretary
APPROVED AS TO CONTENT:
Mary AndrYws, Managing Director of
Human Resources
APPROVED AS TO FORM:
a old Willard, Assistant City Attorney
HW: da/ccdocs/pubworks. res
February 14, 1996
1)
r1
City of Lubbock
Building Construction Trades
Prevailing Rates
Acoustical Ceiling Installer
Air Conditioner Installer
Air Conditioner Installer -Helper
Asbestos Worker
Asbestos Supervisor
Bricklayer
Bricklayer -Helper
Carpenter
Carpenter -Helper
Cement Finisher
Drywall Hanger
Electrician
Electrician -Helper
Equipment Operator -Heavy
Equipment Operator -Light
Floor Installer
Glazier
Insulator-Piping/Boiler
Insulator -Helper
Iron Worker
Laborer -General
Mortar Mixer
Painter
Plumber
Plumber -Helper
Roofer
Roofer -Helper
Sheet Metal Worker
Sheet Metal Worker -Helper
Welder -Certified
Hourly Rate
10.00
11.00
5.50
8.00
11.00
11.00
6.00
11.00
6.00
7.50
10.00
13.00
6.00
8.50
7.50
8.50
8.00
9.00
5.50
8.00
5.50
5.50
9.50
10.50
6.00
8.00
5.50
8.75
5.50
10.00
r
r-
i
.�:il: -02:
Paving and Highway Construction
Prevailing Wage Rates
Craft
Asphalt Heaterrnan
Asphalt Shoveler
Concrete Finisher
Concrete Finisher -Helper
Electrician
Nagger
Form Setter
Form Setter -Helper
Laborer -General
Laborer -Utility
Mechanic
Mechanic -Helper
Power Equipment Operators
Asphalt Paving Machine
Bulldozer
Concrete Paving Machine
Front End Loader
Heavy Equipment Operator
Light Equipment Operator
Motor Grader Operator
Roller
Scraper
Tractor
Truck Driver -Light
Truck Driver -Heavy
owjy Rate
6.00
5.50
7.35
5.75
10.50
5.50
6.50
5.50
5.50
6.25
7.25
5.50
7.00
7.00
7.00
6.50
7.00
6.50
8.50
6.00
6.50
6.50
6.00
6.50
i
EXHIBIT V
t^
Prevailing Wage Rates
Overtime Rate
r-
The rate for overtime (in excess of forty hours per week) is 1 1/2 times base rate.
EDIT D
`-
Prevailing Wage Rates
p
Weekend and Holiday Rate.
The rate for weekend and holiday is 1 1/2 times base rate.
r-
t
r
I
CITY OF LUBBOCK
MAHON LIBRARY
RETURN AIR MODIFICATION
LUBBOCKJEXAS
u.lOE P. GRIfvSES
� 48231
i4�1s�DMAL.��--� w •t
PROJECT MANUAL
SPECIFICATIONS
SET #
Prepared By:
GRIMES AND ASSOCIATES, CONSULTING ENGINEERS
P.O. Box 65
Wolfforth, Texas 79382
Phone:806l863-2462 Fax:806/863-2479
ON
1
SECTION 01010 - SUMMARY OF WORK
1. GENERAL:
1.1. Site: Mahon Library, Lubbock, Texas.
1.2.. Objective: Revise various wall surfaces, etc. to reroute the HVAC return air (eleminate
plenum return).
1.3. Before submitting a bid for this work, each Bidder is responsible for having examined the
site and is aware of existing conditions under which he will operate and could in any manner
affect the work under this Contract. No allowance will be made subsequently in this connection
to Contractor for error or negligence on his part, or slight discrepancies in. Drawings.
r• 1.4. Discrepancies between conditions at. the site and requirements of the Contract Documents
shall be reported to the Architect, in writing, before any bids are opened. Architect will issue
necessary instructions to Bidders.
2. BRIEF DESCRIPTION OF THE WORK:
2.1. Extend existing metal stud/gypboard walls to the roof deck (two hour wall).
2.2. Build new metal stud/gypboard walls at two locations (on the Mezzanine Level) to create
return air chases.
2.3. Provide new ceiling'tiles at locations of existing ceiling -mounted return air grilles.
2.4. Install new return air grilles and associated ductwork.
END OF SECTION 01010
01010-1
r
SECTION 01040 - COORDINATION
1. CONSTRUCTION TIME:
1.1. The use of insufficient labor or equipment for construction purposes or inadequate
scheduling of materials or equipment to be installed will not be allowed as cause for delay.
Schedule labor, materials, and equipment to site in quantities required for uninterrupted
progress of work and least obstruction of the premise. Extension of time or extra cost will not
be allowed for failure to order on time and in sufficient quantities.
2. MECHANICAL AND ELECTRICAL WORK:
2.1. The "General Requirements for Mechanical and Electrical Work", SECTION 15000 are
to be considered as a part of DIVISION 1 to the same extent as if written out in full and
included herein; and insofar as their requirements are applicable to other sections of the
specifications, such requirements shall be in effect. The Contractor's attention is particularly
directed to these sections to insure that proper coordination of work may be achieved.
3. CUTTING, PATCHING AND INSTALLATION OF SLEEVES:
3.1. Each Contractor and SubContractor requiring cutting and patching in the execution of his
r work shall leave all chases, holes or opening straight, true and of proper size as may be
necessary for the proper installation of his own or other Contractor's or SubContractor's work,
consulting with the superintendent and Contractor's or SubContractors concerned regarding
proper location and size.
3.2. No excessive cutting will be permitted nor shall any piers or other structural members be
cut without written of the architect/Engineer. After such work has been installed, the
Contractor shall carefully fit around' close up, repair, patch and point up to the satisfaction of
the Owner's Representatives.
3.3. All this work shall be done with proper tools and by careful workmen of the particular
t trade to which such work belongs, and shall be done without extra charge to Owner. Each
Contractor and SubContractor will be required to build into his own work: as directed any and
all items furnished by others. Cutting and repairing of new work, in place, made necessary by
negligence of another Contractor or Subcontractor or anyone employed by him, shall be paid
for by the party who is at fault but each Contractor or SubContractor shall cooperate with all
other contractors or subcontractors so that all necessary preparations are made in each branch
r of the work, as required for all other branches, so far as possible.
3.4. The work of each Specifications section includes all cutting, patching and digging for
work in that trade section, unless otherwise specified, as required for proper accommodations.
01040-1
of work of other trades. Execute such work with competent workmen skilled in trade required
for restoration. Each SubContractor shall arrange and pay for cutting and patching required for
installation of his work.
3.5. The Contractor shall provide sleeves for all service lines covered in his Contract which
pass through walls, roof and floors.
4. SITE COORDINATION:
4.1. The work under this Contract will be performed while other buildings on the site are
being used for other activities. The Contractor shall confine his operations to the portions of
the site assigned to him by Owner and shall exercise diligence to prevent interference with the
activities in progress in other areas of the site.
5. SUPERINTENDENT:
5.1. The Contractor shall provide a competent Superintendent who is to be on the job any
time work is being performed by any trade, from the beginning of work until Final Acceptance.
Superintendent shall have the authority ,to act for the Contractor and .shall coordinate the
activities of the various trades, subcontractors: etc. involved to complete the Project in accord
with the Contract Documents. Project Superintendent shall not be replaced without Owner
acceptance of such change.
6. FINISHED WORK:
6.1. Cover and protect finished floors, steps, treads, walls, existing equipment, etc. against
damage by workmen or equipment.
6.2. Note: The Contractor must inspect the facility as necessary to locate any existing damage.
Contractor must list IN WRITING any existing damage and shall have list reviewed and
initialed by the Architect/Engineer prior to beginning any work. The Owner is not aware of any
damage at this time, therefore, if at the time of final inspection any unreported damage is
discovered, it will be attributed to construction activities and the cost to repair the damage will
be deducted from the Contractors final payment.
7. CLEANING•
7.1. Contractor shall be responsible for leaving all finished surfaces clean, polished where
applicable and left in perfect condition. Broom clean all areas and remove rubbish from
premises to completion of each phase of work. Lot, sidewalks, and streets are to be kept free
of rubbish and dirt. Contractor shall provide suitable refuse cans for use of the workmen.
END OF SECTION 01040
01040-2
SECTION 01060 - REGULATORY REQUIREMENTS
1. COMPLIANCE WITH ORDINANCES AND PUBLIC SAFETY:
1.1. Contractor shall secure and pay for all necessary permits and comply with all ordinances
and regulations pertaining to the work. Provide and maintain temporary walkways, fences, and
other structures required by Federal and State Regulations and Local Ordinances and in a
manner that will not interfere with traffic and public streets. Leave access to fire hydrants and
protect public and adjacent property at all times. Post proper signs at all truck entrances and
comply with all other safety precautions including applicable provisions of the National
Occupational Health and Safety Act (NOHSA) 1970. Contractor will be held liable for damage
r. to property or persons.
2. TAX EXEMPT CERTIFICATE:
2.1. The materials on this Project are Tax Exempt. Contractor will be issued a Tax Exempt
Certificate in accordance with Ruling 9 listed below:
r "Ruling 9 as promulgated by the Comptroller of Public Accounts effective April 3,
L 1963, outlines the procedure a contractor is to follow in regard to his contracts when
ow performing such contracts for exempt organizations, institutions or agencies."
3. COMPLIANCE WITH WORKERS COMPENSATION REGULATIONS:
f 3.1. The Contractor shall comply with Texas Labor Code, Section 406-086 which requires
E workers' compensation insurance coverage for all persons providing services on a building or
construction project for a governmental entity.
r
3.2. The Contractor shall:
3.2.1. Provide workers' compensation coverage to the contractor's employee's for the
duration of the project.
3.2.2. File a certificate of coverage with Owner prior to contract award.
3.2.3. File certificates of coverage for all sub -contractors with the Owner prior to contract
award.
3.2.4. Re -file certificates of coverage within seven (7) calender days if coverage period
shown on the current certificate ends during the duration of the project.
01060-1
r
3.2.5. Post "Notice B" (as found in the above statute) at the job site.
END OF SECTION 01060
01060-2
r
I
SECTION 01100 - SPECIAL PROJECT PROCEDURES
r
C 1. DISRUPTION OF LIBRARY ACTIVITIES:
G,
1.1. Contractor shall confine his activities to the assigned areas and shall avoid disrupting any
library activities. Coordinate with Architect/Engineer and Owner prior to disturbing/cutting-off
any utility service or cutting any pavement.
1.2. Contractor and SubContractor shall refrain from associating with library patrons and
9 library personnel during the course of this Project. Individuals which do not comply with
restriction will be removed from the Project and will not be allowed to return.
2. WORK.WHICH MUST BE PERFORMED BETWEEN 9:00 PM AND 8:00 AM:
2.1. The building's HVAC systems must be shut down for activities which generate large
amounts of dust. Consequently, such operations must be accomplished during hours that the
library is not occupied by.the public.
2.2. Activities which must be accomplished during "non -occupied" hours include, but are not
limited to the following:
demolition,
erection of the new gypboard wall surfaces,
application of new spray -applied fire -proofing on structural members.
3. TRAFFIC CONGESTION:
3.1. The Contractor is alerted to heavy vehicular and pedestrian traffic congestion in the
vicinity of the project during certain times of the day. Delays and costs associated with this
congestion shall be included in the Contractor's Base Bid.
3.2. Contractor must take every precaution to protect individuals in the -vicinity of the Project.
4. HAZARDOUS MATERIALS:
4.1. Hazardous materials of any classification will not be acceptable for use during
construction nor incorporation into the Project work. It is the responsibility of the Contractor
to insure that hazardous materials are not brought on to the construction site or incorporated
into the work.
4.2. The Owner is not aware of existing hazardous materials on the job site. If, during the
execution of the work on this Project, the Contractor discovers any hazardous materials, he
01100-1
r
7"
shall immediately report same to Owner and cease operations in the immediate area of
discovery. This is not intended to affect all other construction operations not within the area of
exposure.
4.3. Should existing hazardous materials be discovered on existing facilities, the Owner will
make arrangements for and pay all costs associated with the removal, treatment, and/or
disposal of such materials prior to continued construction operations in the affected area or
area.
5. SITE AVAILABILTTYc
5.1. Contractor shall confine his. activities to the area of this project. Parking for all
construction personnel will be identified at the time of the pre construction meeting.
5.2. The construction site will be available for construction operations on or about the notice .-.
to proceed date. The. exact time to be established at the Preconstruction Conference.
6. EXISTING UTILITIES/SERVICES:
6.1. Work on this project will pass through congested surface and subsurface areas.
Construction site is limited. Existing subsurface utilities/services in the vicinity certain phases
of the work. .
6.2. Prior to commencing any excavation, the Contractor shall carefully conduct exploratory
trenching/excavation operations to determine depth, location and condition of existing Utilities.
All such utilities shall be kept in service during the construction process. Contractor shall
coordinate all phases of these operations with Architect/Engineer and Owner.
END OF SECTION 01100
01100-2
SECTION 01200 - PROJECT MEETINGS
1. PRE -CONSTRUCTION MEETING:
1.1. Before any construction work is started, Contractor shall, meet, with the Owner's
representative and Architect/Engineer to discuss methods and procedures to be followed
during the construction period.
2. PROOESS MEETINGS:
2.1: contractors and. SubContractors shall meet at the bu}ldin$ site or g some other
de$jggated meeting place at such interval as necessary to rp�ptarn an optimum degree of
�pjnmunication for the progress of the wor�. '
END OF SECTION 01200
01200-1
SECTION 01300 - SUBMITTALS
1. GENERAL:
r 1.1. All submittals shall be made directly to the Architect/Engineer by the Contractor.
Adequate time shall be allowed in the submission schedule for transmittal time; in special
circumstances, special handling procedures may be used. Exact number of copies of various
submittals, etc., will be established at the Pre -Construction Conference between the Owner, the
r Architect/Engineer and the Contractor.
1.2. Field Measurements: Before ordering any material or doing any work, the Contractor
shall verify,all measurements on the project and shall be responsible for same. No extra charge
or compensation will be allowed due to differences between actual dimensions and the
measurements indicated on the Drawings; any difference which may be found shall be
submitted to the Architect/Engineer for consideration before proceeding with the work.
1.3. Contractor shall review, stamp with his approval, sign, and submit, with reasonable
promptness all shop drawings, samples, and submittal data required by Contract Documents or
subsequently -by Architect/Engineer as covered by modifications. By approving and submitting
shop drawings, samples, and submittal data, Contractor thereby represents that each submitted
item meets all Contract requirements. Submittals without stamps and signatures indicating the
above will be returned without action by the Architect/Engineer.
2. REOUIRED SUBMITTALS:
2.1. The Bidder shall submit the required shop drawings and samples at appropriate times in
the construction period. Allow sufficient time for submittal review prior to mandatory order
date.
4
r-
3. SCHEDULE OF VALUES:
3.1. A schedule of dollar values shall be submitted to the Architect/Engineer and Owner. This
breakdown shall follow the trade divisions and sections of the Specifications and each item
r thereunder shall include its pro-rata part of overhead and profit so that the sum of the items
( will equal the contract price. The breakdown will correspond exactly to the items of work in
the progress schedule, including the work of any subcontractors. Each item shall be assigned
both labor and material values, the sub -total thereof equaling the value of the work in place
when completed.
4. MANUFACTURER'S DATA:
01300-1
4.1. Where possible, provide data in a three -hole pressboard cover (Smead No. BR129 or
equal) with Acco fasteners and compressors.
4.2. Provide tabbed dividers for each specification section for which information is required.
For example, provide dividers with "15250", "15661", etc. tabs.
4.3. Submit a minimum of eight sets of each booklet.
S. SHOP DRAWINGS AND SAMPLES:
5.1. Submit -shop drawings and samples with transmittal letter. List any deviation from the
requirements of the Contract Documents.
5.2. Before submitting shop drawings, make certain that work contiguous with and having
bearing on the work indicated on shop drawings is accurately and distinctly illustrated and that
the work complies with the Contract Documents.
5.3. Shop drawing approval will be general. Such approval will not relieve the Contractor of
the responsibility for proper fitting, for construction of work, or for furnishing of materials or
work required by Contract and not indicated on shop.drawings. _
5.4. The approval of shop drawings by the Architect/Engineer shall not be construed as a
complete check, but will indicate only that the general methods of constructionand detailing is
satisfactory. Approval of such drawings will not relieve the Contractor of his responsibility for
any error which may exist as the Contractor shall be responsible for the dimensions and design
of adequate connections, details, and the satisfactory construction of the work. _
6. SUBSTITUTIONS AND PRODUCT OPTIONS:
6.1. It is not the intent of Drawings and/or Specifications to limit products to any particular
manufacturer nor to discriminate against an "approved equal" product made by. another
manufacturer.
6.2. Proprietary products are mentioned to set a definite' standard for acceptance and to serve
as a reference in comparison with other products. When a manufacturer's name appears in
these Specifications or on. the Drawings, it is not to be construed that the manufacturer does
not have to meet the full requirements of the Specifications or that his standard cataloged item
will be acceptable.
END OF SECTION 01300
01300-2
r
11
1. GENERAL:
SECTION 01500 - CONSTRUCTION FACILITIES
I.I. Nothing in this Section is intended to limit types and amounts of temporary.
-work
required, and no omission from this Section will be recognized as an indication by Architect
that such temporary activity is not required for the successful completion of the work.
2. USE OF EXISTING FACILITIES:
2.1. The Owner extends to the Contractor the privilege of using the existing electrical, water,
r toilet and heat during the course of the Project. The Contractor shall NOT utilize any of the
l Owner's phone equipment.
r 2.2. Electrical: Connect_ to existing power distribution at receptacles and distribute using
extension cords.
2.3. Toilet: Owner shall designate which.toilet will be used by workers.
2.4. Water: Contractor shall utilize existing water outlets. Ensure no possibility of backfeed
into Owner's water system.
2.5. The Owner reserves the right to refuse the Contractor the right to use any or all of the
existing utilities mentioned above. The Owner expressly states that this right to refuse use may
be exercised for any reason, and that the Owner shall in no way bear any responsibility to
explain the refusal.
2.6. In the event the use of the existing utilities are refused or rescinded, the Contractor shall
immediately submit to the Architect/Engineer the proposed plan for supplying the necessary
services.
3. TEMPORARY FIRE PROTECTION:
3.1. Contractor shall make all provisions for and pay all costs associated. with fire protection
on this project.
3.2. Fire Extinguishers: Provide types, sizes, numbers and locations as would be reasonably
effective in extinguishing fires during early stages, by personnel at the project site. Provide type
A extinguishers at locations of low -potential for either electrical or grease -oil -flammable liquid
fires; provide type ABC dry chemical extinguishers at other locations; comply with
recommendations of NFPA No. 10. Post warning and quick instructions at each extinguisher
01500-1
location, and instruct personnel at project site, at time of their first arrival, on proper use of
extinguishers and other available facilities at project site.
4. SIGNS:
4.1. No signs or advertisements will be allowed to be displayed without the approval of the
Owner.
4.2. A`project sign is not required by the Owner.
S. ACCESS TO SITE AND PROTECTIONS:
5.1. Areas of the project site which may be used by the Contractor shall be identified at the
pre -construction meeting. The Contractor shall confine all activities to these areas and in no
way obstruct other parts of the campus. The project site is located in an area where public
parking is scarce or non-existent. Parking adjacent the work area which the Contractor may
use will be identified at the pre -construction meeting. The Contractor may park vehicles and
equipment used in the course of the project within these identified parking areas, but this area .�
shall NOT be used as general parking for Contractor's or SubContractoes employees.
Employees may use whatever parking is available at the time of arrival.
5.1.1. Note: The Owner reserves the right to instruct the Contractor to remove all non -
work vehicles from the city property.
6. CLEANING:
6.1. It shall be the responsibility of the Contractor to see. that the debris and trash resulting
from building operations are removed from the area and property from time to time as the job --
progresses. All scrap from lumber, crating, paper and similar types of trash are to be removed
from the building site. Trash is not to be allowed to accumulate for periods of longer than. one
week; in other words, there must be thorough clean up of the surroundings every week.
6.2. Make legal disposal of trash and debris. Nothing may be burned on site as a method of
disposal.
6.3. In the event that the Owner or its representative is fined for the illegal discharge of waste
materials, the Owner shall withhold from the final payment to the Contractor an amount equal
to treble the total of the fines assessed, if the Owner believes that the illegal discharge(s) was
due to an action or lack of action by the Contractor.
END OF SECTION 01500
01500-2
C
SECTION 01600 - MATERIAL AND EQUIPMENT
1. GENERAL:
1.1. Materials and Workmanship: Unless otherwise specified, all materials shall be new, of the
best grade and kind specified. Workmanship shall be of the best recognized standards known
to the various trades.
1.2. Transportation and Handling: Methods of crating, transportation, and handling of
materials and equipment, on or off the site, shall be such as to assure their ultimate installation
is undamaged and in perfect working condition.
1.3. Storage and Protection: Protect work, materials, equipment and building openings from
weather at all times. Provide absolute watertight protection.
1.4. Substitutions: Contractor's request for substitution will be received and considered when
extensive revisions to Contract Documents are not required and proposed substitution is in
keeping with general intent of the Contract Documents; when timely, fully documented and
submitted; and when one or more of the following conditions is satisfied, all as judged by the
Architect/Engineer. Otherwise request will be returned without action except to record non-
compliance with these requirements:
1.4.1. Where request is directly related to an "or equal" clause or -other language of same -
effect in Contract Documents.
1.4.2. Where required product; material or method cannot be provided within Contract
Time, if not as a result of Contractor's failure to pursue the work promptly or to coordinate
the various activities properly.
END OF SECTION 01600
01600-1.
SECTION 01700 - PROJECT CLOSEOUT
1. COMPLETION OF CONTRACT:
1.1. The Contract will be considered fulfilled with the exception of any maintenance
stipulations, bond, or by law, when all work is complete, final inspection has been made, final
acceptance and final payment by the Owner.
2. USE BEFORE COMPLETION:
r., 2.1. Sections or portions of the work considered by the Owner to be in suitable condition may
be put to use. Usage of any portion of the work will not be considered as acceptance of the
Work by Owner. Contractor shall repair or remove any portion of the work that is defective
due to materials or workmanship at his expense.
3. RECORD DRAWINGS:
3.1. As work progresses, Contractor shall keep a complete accurate record of all changes or
deviations from Contract Documents, including Drawings and Specifications indicating the
work as actually installed. All such changes shall be neatly and correctly shown on blackline
Owl prints of the Contract Drawings or in specifications with appropriate supplemental notes.
Record Drawings will be kept at the job site.
L .
3.2. Contractor shall transfer above data in ink to the complete set of bluelines at the
completion of the work. Deliver same to Owner. All scaled drawings to be accurate to within
6" with critical features dimensioned. All site and profile utilities/services data to be accurately
located on record drawings.
3.3. Contractor shall certify, by endorsement on each sheet that each of the revised drawings
is complete and accurate. Before Contractor's application for final payment, and as condition
of Owner's approval, Contractor shall deliver certified record mylar drawings to the Owner.
3.4. Submit record drawings with maintenance manuals, and similar final record information.
k 4. DATA, MANUALS, PARTS, LISTS, AND INSTRUCTIONS:
4.1. Presentation of Data: Where possible data shall be presented on S 1/2" x 11" sheets.
Foldouts will normally be limited to 11"x17" sheets. Light sensitive production techniques are
acceptable.
4.2. Engineer shall be the final authority regarding the technical adequacy of this data.
01700-1
9
4.3. Submit a minimum of two (2) sets of data, manuals, parts lists, and instructions necessary
for operation and maintenance of such items.
4.4. Complete the instruction of Owner's operating/maintenance personnel. Include
certification of Owner's Instruction in Maintenance Manual.
4.5. Include manufacturer and vendor data, including: manufacturer's operating and
maintenance manuals, operation instructions and parts lists.
4.6. Spare parts lists shall be furnished and include repair parts recommended by the
manufacturer to assure efficient operation for one year's normal operation following expiration
of warranty period.
5. GUARANTEES, BONDS AND AFFIDAVITS:
5.1. Deliver to Architect/Engineer, in duplicate: written guarantees, reports, certificates of
inspections, and bonds, as required in the Contract Documents.
5.2. Deliver to Architect, Contractor's Affidavit of Release of Liens and Payments of Debts
and Claims, including all SubContractors, vendors, labor, materials and services, executed by
an authorized officer and duly notarized.
5.3. Warranties:
5.3.1. Contractor shall and does warrant and/or guarantee all work for a period of one year
from date of completion as evidenced by Final Acceptance of this work. This provision shall
not be considered as conflicting with stated guarantees of longer periods.
5.3.2. The guarantees imply and require that faulty materials, workmanship or errors be -�
promptly corrected by Contractor without cost to the Owner.
6. CLEANING, ADJUSTING, AND OPERATION:
6.1. Refer to General Conditions, Supplementary Conditions, Special Conditions. and
individual Sections of Specifications for cleaning requirements related to individual trades and —
cleanup during the course of construction.
6.2. The Project shall be left free of debris, construction equipment, and surplus material, with
all surfaces clean and ready for use by the Owner.
01700-2
7
' 6.3. Contractor will be charged with the ultimate responsibility to see that buildings, grounds,
all piping and equipment are thoroughly cleaned before final acceptance of the project. Final
cleanup mcludes, but is not limited to the following:
6.3.1. Removal of all mortar, putty stains, labels and paint from all glass and mirrors;
washing and polishing just before final inspection. .
6.3.2. Removal of all marks, stains, hand marks and soil from all painted, decorated,
stained and varnished surfaces.
6.3.3. Removal of all paint spots and soil from all exposed finish hardware.
6.3.4. Cleaning and polishing of all natural finished metal and plated metal, including metal
railings, trim, grilles, cases, and cabinets.
r 6.3.5. Removal of all paint spots, soil and stain from exposed tile, floor tile and plastic
surfaces; thoroughly clean and polish these surfaces.
6.3.6. Removal of all protective coverings from floors; washing floor surfaces thoroughly
clean, sweeping, ducting and polishing floors.
6.3.7. Cleaning of all exposed surfaces of insulation coverings, plumbing, mechanical and
electrical fixtures and associated equipment by removing duct, dirt labels, and paint spots.
6.3.8. Lubrication of equipment as required; changing all air filters just before final_
inspection.
6.3.9. Removal of all dirt, surplus mortar and stain from pavements, sidewalks, curbs,
gutters, manhole covers, ventilation openings, etc.
r„r 6.3.10. Removal of all discoloration from exposed unpainted zinc -coated steel or iron
work.
6.3.11. Removal of all litter, trash, debris, temporary fences, barricades, temporary
construction facilities, and waste from the site, leaving the site and premises in an orderly
and clean condition.
►- 6.4. The project shall be turned over to the Owner free of concealed garbage, trash and rodent
infestation. If any of these are revealed, or odors from them occur, they shall be removed by
the Contractor at his expense.
6.5. Test out, adjust, and balance all mechanical and electrical systems for correct operation.
6.6. Accumulate, list, record, and deliver to Owner all specified spare parts and maintenance
materials.
01700-3
6.7. Deliver any keys to Owner with Keying Schedule, each key clearly identified in relation to
Schedule.
7. RESTORATION•
7.1. Restore areas provided for construction work purposes, including access drives, to their -
original condition.
7.1.1. Replace damaged curbs, sidewalks, and pavement.
7.1.2. Resod/replant all grasses and planted areas in construction yards and otherwise
where damaged during construction phase. '
7.1.3. Remove all temporary fencing, tree and vegetation guards, etc. and dispose of same
in manner directed by Owner.
7.2. Entire construction site and adjacent affected areas shall be restored to new, undamaged
condition acceptable to the Owner.
8. SUBSTANTIAL COMPLETION: —
8.1. Contractor shall request Architect/Consultant make a final inspection for certification of `
Substantial Completion.
8.1.1. Contractor shall notify Architect/Consultant at least one week in advance of
requested inspection date.
8.2. Before requesting Architect/Consultant's inspection for certification of Substantial
Completion for all or portions of the work, the Contractor shall accomplish the following:
8.2.1. Complete the start-up and testing of systems.
8.2.2. Discontinue and remove from site temporary facilities and services, construction
tools, and similar elements.
8.3. , Inspection Procedures:
8.3.1. Upon receipt of Contractor's request, Architect/Consultant will either proceed with
inspection or advise Contractor of prerequisites not fulfilled.
8.3.2. Following the inspection, Architect/Consultant will compile a "Deficiency List". This -
list -shall consist of the items which must be corrected before the project can be certified --
-complete.
01700-4
d;
r
8.3.3. Following the inspection the Architect/Consultant shall either prepare a "Certificate
of Substantial Completion' or advise Contractor of Work which must be completed before
certificate can be issued.
9. FINAL INSPECTION:
9.1. Contractor shall request Architect/Consultant make a final inspection for certification. of
Final Acceptance and Payment.
9.2. Contractor shall submit the following with his request for final inspection:
9.2.1. Final Payment Request with any changes to Contract Amount indicated.
9.2.2. A copy of Architect/Consultant's deficiency list and a statement that each item has
been completed or corrected.
r
9.2.3: Warranties.
9.2.4. As -built drawings.
9.2.5. Three
copies of maintenance manuals.
9.3. Inspection Procedure:
9.3.1. Upon receipt of Contractor's notice that work has been completed including
"deficiency • list" items resulting from earlier inspections, Architect/Engineer and
representatives of the Owner and Contractor will reinspect the work. -
9.3.2. Upon completion of reinspection, Architect/Engineer will either prepare certificate
of final acceptance or advise Contractor of work not completed as required for final
acceptance.
9.3.3. The Owner may elect to advise the Contractor, in writing, that conditional
acceptance has been made.
9.3.3.1. Conditional acceptance shall relieve the Contractor of responsibility for
maintenance, security and insurance on the work.
9.3.4. Contractor will still be responsible for performing all the work of the Contract
including correction of all deficiencies noted at the time of conditional acceptance.
01700-5
9.3.5. The Owner shall be entitled to retain from the Contractor's payment an amount
commensurate with the work remaining to be accomplished.
END OF SECTION 01700
01700-6
SECTION 02250 - DEMOLITION
1. DESCRIPTION:
1.1. Work includes demolition and removal of gypboard wall surfaces, grilles, and other
components shown.
2. PROTECTION:
2.1. Perform demolition in such manner as to eliminate hazards to persons and property; to
minimize interference with use of remainder of building, utilities and structures or interruption
of use of such utilities; and to provide free passage to and from such adjacent streets and
structures.
2.2. Provide safeguards, including warning signs, barricades, temporary fences, warning lights
and other similiar items that are required for protection of all personnel during demolition and
removal operations.
r. 2.3. Prevent spread of flying particles and dust. Sprinkle rubbish and debris with water to
keep dust to a minimum.
2.4. In addition, to previously listed fire and safety rules to be observed in performance of
work, include following:
6
2.4.1. Whereever a cutting torch or other equipment that might cause a fire is used,
�^ provide and maintain fire extinguishers nearby ready for immediate use. All possible users
{ shall be instructed in use of fire extinguishers.
2.4.2. Hydrants shall be accessible at all times. No debris shall be permitted to
accummulate within a radius of 15 feet of fire hydrants.
3. DEMOLITION•
3.1. Completely demolish and remove all indicated components, including all appurtenances
related or connected thereto.
3.2. Debris shall become property of contractor and shall be disposed of by him, off Project
Site.
3.2.1. The Owner may choose to retain some of the salvaged materials. Coordinate with
Owner to determine which materials, if any, will be retained. These components shall be left
at the Owner's maintenance shop.
02250-1
r-.
1
F
3.2.2. Contractor shall be careful to minimize damage to Owner -retained items.
3.3. Protect existing to remain components so that no damage occurs.
4. CLEAN-UP:
4.1. On completion of work of this section and after removal of all debris; site shall be left in
clean condition satisfactory to Resident Engineer. Clean-up shall include off the Project Site
disposal of all items and materials not required to remain property of the Government as well
as all debris and rubbish resulting from demolition operations.
END OF SECTION 02250 --
02250-2'.
7
SECTION 07250
SPRAY -APPLIED FIRE RESISTIVE MATERIAL
PART 1- GENERAL
1. WORK INCLUDED
I.I. Provide all labor, materials, equipment and services necessary for, and incidental to, the
complete and proper installation of all spray -applied fire resistive materials and related work as
shown on the drawings or where specified herein, and in accordance with all applicable
requirements of the Contract Documents.
1.2. The material and installation shall conform to the applicable building code requirements
and the requirements of all authorities having jurisdiction.
2. QUALITY ASSURANCE
2.1. Work shall be performed by a firm with expertise in the installation of fire protection or
similar materials. This firm shall be licensed or otherwise approved by the spray -applied fire
resistive material manufacturer.
2.2. Before proceeding with the fire protection work, approval of the proposed material
thicknesses and densities shall be obtained from the architect and other applicable authorities.
3. REFERENCES
3.1. Test Standards:
ASTM E84 - Surface Burning Characteristics of Building Materials.
ASTM E 119 - Fire Tests of Building Construction and Materials.
ASTM E136 - (Noncombustibility) Behavior of Materials.in a Vertical Tube Furnace at
75CP
ASTM E605 - Thickness and Density of Sprayed Fire-
ASTM E736 - Cohesion/Adhesion of Sprayed Fire -Resistive Materials Applied to
Structural Members.
07250-1
1
ASTM E759 - Effect of Deflection of Sprayed Fire -Resistive Materials Applied to
Structural Members.
ASTM E760 - Effect of Impact on the Bonding of Sprayed Fire -Resistive Materials
Applied to Structural Members.
ASTM E761 - Compressive Strength of Sprayed Fire -Resistive Materials Applied to
Structural Members.
ASTM E859 = Air Erosion of Sprayed Fire -Resistive Materials Applied to Structural
Members.
ASTM E937 - Corrosion of Steel by Sprayed Fire -Resistive Materials Applied to
Structural Members.
Underwriters Laboratories, Inc. (U) Fire Resistance Directory. _
Uniform Building Code Standard No. 7-6 (current edition): Thickness and Density
Determination for Spray -Applied Fire Protection.
AWCI Publication: Inspection Procedure for Field Applied Sprayed Fire -Resistive
Materials.
4. SUBMITTALS
4.1. Manufacturer's Data: Submit manufacturer's specifications, including certification as my
be required to show material compliance with Contract Documents.
4.2. Test Data: Independent laboratory test results shall be submitted for all specified
performance criteria.
5. DELIVERY, STORAGE AND HANDLING
5.1. Deliver materials to the project in manufacturer's unopened packages, fully identified as
to trade name type and other identifying data. Packaging shall bear the UL labels for fire
hazard and fire -resistance classifications.
5.2. Store materials above ground, in a dry location, protected from the weather. Damaged
packages found unsuitable for use should be rejected and removed from the project.
6. PROJECT CONDITIONS
6.1. When the prevailing outdoor temperature at the building is less than 40° F(4°C), a
minimum substrate and ambient temperature of 40°F (4°C) shall be maintained prior to, during
07250-2
and a minimum of 24 hours after application of the spray -applied fire resistive material. If
r necessary for job progress, General Contractor shall provide enclosures with heat to maintain
temperatures.
6.2. General Contractor shall provide ventilation to allow proper drying of the spray -applied
fire resistive material during and subsequent to its application.
6.3. In enclosed areas, ventilation shall not be less than 4 complete air changes per hour.
7. SEQUENCING/SCHEDULING
7.1. The Contractor shall cooperate in the coordination and scheduling of fire protection work
to avoid delays in job progress.
PART 2 - PRODUCTS (LOW DENSITY)
8. ACCEPTABLE MANUFACTURERS
8.1. The spray -applied fire resistive material shall be manufactured by:
' ISOLATEK INTERNATIONAL
MFS, INC.
W.R. GRACE CONSTRUCTION PRODUCTS
8.2. Other manufacturers not . listed shall submit substitution requests conforming to the
requirements of the substitution section prior to bid date.
�.,. 9. ACCEPTABLE MATERIALS:
9.1. The spray -applied fire resistive materials shall be one of the following:
CAFCO BLAZE -SHIELD 11, Isolatek International
CAFCO 300, Isolatek International
Monokote MK-6, W.R. Grace
Type JN-HD Isolotek International
9.2. Materials shall be applied to conform to the drawings, specifications and following test
criteria.
9.2.1. Density: When tested in accordance with ASTM E605, the material shall meet the
minimum individual and average density values as listed in the appropriate UL design or as
required by the authority having jurisdiction, or shall have a minimum average of 15 pcf
(240 kg/m3).
'` 07250-3
i
9.2.2. Cohesion/Adhesion (bond strength): When tested in accordance with ASTM E736,
the material applied over uncoated or galvanized steel shall have an average bond strength of 150psf (9.5 kPa).
9.2.3. :Compressive Strength: When tested in accordance with ASTM E761, the material
shall not deform more than 10 per cent when subjected to a crushing force f 750psf (35.9
kPa).
9.2.4. Deflection: When tested in accordance with ASTM E759, the material shall not
crack or delaminate when the non -concrete topped galvanized deck to which it is applied is
subjected to a one time vertical centerload resulting in a downward deflection of 1/120th of r
the span.
9.2.5. Bond Impact: When tested in accordance with ASTM E760, the material shall not
crack or delaminate from the concrete topped galvanized deck to which it is applied.
9.2.6. Air Erosion: When tested in accordance with ASTM E859, the material shall not be
subject to. losses from the finished application greater than 0.025 grams per sq. ft. (0.27
grams per sq. meter)
9.2.7. Corrosion Resistance.: Then tested in accordance with ASTM E937, the material
shall not promote corrosion of steel
9.2.8. Noncombustibility: When tested in accordance with ASTM E136, the material shall
be noncombustibile.
9.2.9. Surface Burning Characteristics: When tested in accordance with ASTM E84, the
material shall exhibit the following surface burning characteristics:
Burning Characteristics
Flame Spread ..........
0
Smoke Developed...-
0
9.2.10. The material shall have been tested and reported by Underwriters Laboratories, Inc.
(UL) in accordance with the procedures of UL 263 (ASTM E119).
9.2.11. Spray -applied fire resistive materials shall be applied at the required thickness and
density to achieve the following ratings:
Fire Resistive Ratings
Beams
4 hr
Girders
4 hr
Columns
4 hr5
07250-4
i
9.2.12. Potable water shall be used for the application of spray -applied fire resistive
materials.
9.2.13. Spray -applied fire resistive materials shall be free of all forms of asbestos, including
actinolite, amosite, anthophyllite, chrysotile, crocidolite and tremolite. Material
manufacturer shall provide certification of such upon request.
PART 3 - EXECUTION
10. PREPARATION
10.1. All surfaces to receive fire protection shall be free of oil, grease, loose mill scale, dirt,
paints/primers (other than those listed and tested) or other foreign materials which would
E impair satisfactory bonding to the surface. Any cleaning of surfaces to receive sprayed fire
protection shall be the responsibility of the General Contractor or Steel Erector, as outlined in
r the structural steel or steel deck section.
4
10.2. Clips, hangers, supports, sleeves and other attachments to the substrate are to be placed
by others prior to the application of spray -applied fire resistive materials.
11. APPLICATION
11.1. Equipment, mixing and application shall be in accordance with the manufacturer's
written application instructions.
11.2. The application of spray -applied fire resistive material shall not commence. until
r.. certifications has been received by the General Contractor that surfaces to receive sprayed fire
protection have been inspected by the applicator and are acceptable to receive sprayed fire
protection.
11.3. All unsuitable substrates must be identified and made known to the General Contractor
and corrected prior to the application of the spray -applied fire resistive material.
11.4. Proper temperature and ventilation shall be maintained as specified above.
11.5. Provide masking, drop cloths or other suitable coverings to prevent overspray from
coming in contact with surfaces not intended to be sprayed.
11.6. Bonding materials (adhesives, catch coats, metal lath, mesh, stud pins, etc.) shall be
applied as per the appropriate UL fire resistance design and manufacturer's written
recommendations.
07250-5
11.7. Topcoat materials shall be the type recommended and approved by the manufacturer of
each spray applied fire resistive material required for the applications indicated.
12. REPAIRING AND CLEANING
12.1. All patching of and repair to sprayed 'fire protection, due to damage by other trades,
shall be performed under this section and paid for by the trade responsible for the damage.
12.2. After the completion of the work in this section, equipment shall be removed and all
surfaces not to be sprayed shall be cleaned to the extent previously agreed to by applicator and
General Contractor.
13. INSPECTION AND TESTING
13.1. The spray -applied fire resistive material shall be tested for thickness and density in
accordance with one of the following procedures: _
ASTM E605 - Standard Test Method for Thickness and Density of Sprayed Fire -
Resistive Materials Applied to Structural Members _
AWCI - Inspection Procedure for Field -Applied Sprayed Fire -Resistive Materials.
UBC Standard No. 7-6 - Thickness and Density Determination for Spray -Applied Fire
Protection.
13.2. Inspection shall be contracted for and paid by someone other than -the fire protection
applicator.
END OF SECTION 07250
07250-6
Poo
FM*
Poo
SECTION 09250 - GYPSUM DRYWALL
PART 1-.GENERAL
1. DESCRIPTION OF WORK:
1.1. Provide gypsum drywall materials for equipment rooms.
1.2. Components include:
1.2.1. Gypsum drywall, including screw -type metal support system.
.1.2.2. Drywall finishing (joint tape and compound treatment).
2. QUALITY ASSURANCE:
2. 1., Fire -Resistive Ratings: Where gypsum drywall systems with fire -resistive ratings are
indicated, provide materials and installations which are identical with those of applicable
assemblies tested per ASTM E 119. by national laboratories.
2.2. Gypsum Board Terminology Standard: GA-505 by Gypsum Association.
2.3. Single -Source Respqnsibility: Obtain gypsum board products from a single manufacturer.
3. SUBMITTALS•
3.1. Product Data: Submit product specifications and installation instructions for each drywall
component.
4. DELIVERY:
4.1. Deliver materials to project site in original packages, containers or bundles bearing name
and identification of manufacturer or supplier. I
4.2. Store materials inside, under cover and in manner to keep them dry, protected from
weather, direct sunlight, surface contamination, etc. Neatly stack gypsum boards flat to
prevent sagging.
4.3. Handle gypsum boards to prevent damage to edges, ends or surfaces. Protect metal
comer beads and trim from being bent or damaged.
5. PROJECT CONDITIONS:
09250-1
5.1. Environmental Requirements, General: Comply with requirements of referenced gypsum
board application standards and recommendations of gypsum board manufacturer, for
environmental conditions before, during and after application of gypsum board.
5.2. Ventilation: Ventilate building spaces as required to remove water in excess of that
required for drying of joint treatment material immediately after its application. Avoid drafts
during dry, hot weather to prevent too rapid drying.
PART 2 - PRODUCTS
6. METAL SUPPORT MATERIALS:
6.1. Wall/Partition Support Materials:
6.1.1. Studs: ASTM C 645; 20 gauge CW minimum thickness of base metal
6.1.2. Depth of Section: 3 5/8" and 6" (match existing).
6.1.3. Runners: Match studs; type recommended by stud manufacturer for floor and ceiling
support of studs, and for vertical abutment of drywall at other work.
7. GYPSUM BOARD:
7. L Gypsum Wallboard: ASTM C 36, of types, edge configuration and thickness indicated
below; in maximum lengths available to minimize end -to -end butt joints.
7.1.1. Type: Type X.
7.1.2. Edges: Standard taper.
7.1.3. Thickness: 5/8", unless otherwise indicated.
8. TRIM ACCESSORIES: —
8.1. General: Provide manufacturer's standard metal trim accessories, of the beaded type face
flanges for concealment in joint compound, except where semi -finishing or exposed type is --
indicated.
8.2. Corner beads: Provide at external corners.
8.3. Edge Trim: Provide shape indicated where "edge of gypsum board would otherwise be
exposed or semi -exposed.
8.3.1. L-Type for tight abutment at edges.
09250-2
8.3.2. U-type otherwise except special kerfed-type where kerf is provided in adjacent
work.
8.3.3. Slip-on PVC edge trim (semi -finishing) where indicated for juncture of walls and
partitions with deck.
8.3.4. J-type (semi -finishing) zinc -alloy edge trim at exposed edges of exterior gypsum
board which are not concealed by applied moldings.
9. JOINT TREATMENT MATERIALS:
9.1. General: ASTM C 475; type recommended by the manufacturer for the application
indicated, except as otherwise indicated.
9.2. Joint Tape: Paper reinforcing tape.
9.3. Joint Compound: Ready -mixed vinyl -type for interior use.
9.3.1. Grade: A single multi -purpose grade, for three.(3) courses of compound application.
10. MISCELLANEOUS MATERIALS:
10.1. General: Provide auxiliary materials for gypsum drywall work of the type and grade
recommended by the manufacturer of the gypsum board.
10.2. Laminating Adhesive: Provide special adhesive or joint compound . specifically
recommended for laminating gypsum boards.
10.3. Fastening Adhesive (for wood): ASTM C 557.
10.4. Gypsum Board Screws: Comply with ASTM C 646.
11. TEXTURE FINISH MATERIALS:
11.1. Primer: Provide type recommended by manufacturer of texture finish.
11.2. Finish Material: USG Quik and Easy Ready -to -Use Texture or approved equal. Provide
white non -asbestos, latex type material for interior surfaces.
11.3. Texture: Medium orange peel finish. Provide sample panel for approval.
PART 3 - EXECUTION
12. INSTALLATION OF METAL SUPPORT PANELS:
r" 09250-3
e
r"'
12.1. General: Metal support installation standard; comply with ASTM C 754.
12.2. Wall/Partition Support System:
12.2.1 Install supplementary framing, blocking and bracing at terminations in the work to
comply with applicable published recommendations of gypsum board manufacturer, or if
not available of "Gypsum Construction Handbook" published by United States Gypsum
Company.
12.2.2. Isolate stud system from transfer of structural loading to system, bother
horizontally and vertically. Provide slip or cushioned type joints to attain lateral support and
avoid axial loading.
12.2.3. Install runner tracks at floors, ceilings and structural walls and columns where
gypsum drywall stud system abuts other work, except as otherwise indicated.
12.2.4. Extend partition stud system through acoustic ceilings and elsewhere as indicated
to the existing roof deck.
12.2.5. Space studs 16" o.c., unless otherwise indicated.
12.2.6. Frame grille openings to comply with applicable published recommendations of
gypsum board manufacturer, or if not available, of "Gypsum Construction Handbook"
published by United States. Gypsum Company. --
13. DRYWALL INSTALLATION AND FINISHING:
13.1. Install gypsum boards in lengths and directions which will minimize number of end
joints, and avoid end joints in central area of ceilings. Install walls and partitions with exposed
gypsum boards vertical, with joints offset on opposite sides of partitions. Otherwise, install
boards at right -angles with supports, with end joints staggered over supports, except where
recommended in a different arrangement by manufacturer.
13.1.1. Isolate drywall work from abutting structure and masonry work; provide edge trim
and acoustic sealant as recommended by manufacturer.
13.2. Screw gypsum board to metal supports.
14. FINISHING OF DRYWALL:
14.1. General: Apply treatment at gypsum board joints (both directions), flanges of trim
accessories, penetrations, fastener heads, surface defects and elsewhere as required to prepare
09250-4
work for decoration. Prefill open joints and rounded or beveled edges, if any, using type of
r _7 compound recommended by manufacturer.
14.2. Apply joint tape at joints between gypsum boards, except where trim accessories are
indicated.
14.3. Apply joint compound in two coats (not including prefill of openings in base), and sand
between first and last coats and after last coat.
15. APPLICATION OF TEXTURE FINISH:
15.1. Surface Preparation and Primer: Prepare and prime drywall and other surfaces in strict
accordance with texture finish manufacturer's instructions. Apply primer to all surfaces to
achieve texture finish.
15.2. Finish Application: Mix and apply finish to drywall and other surfaces indicated to
receive finish in strict accordance with manufacturer's instructions to produce a uniform
texture without starved spots or other evidence of thin application, and free of application
patterns.
15.3. Remove any texture droppings or overspray from door frames, windows and adjoining
work.
16. PROTECT FURNISHING:
16.1. Protect existing furnishing with drop cloths and carefully clean all rooms at the end of
each nights work.
16.2. Make special precautions during sanding and texture -application.
END OF SECTION 09250
09250-5
7
SECTION 09900 - PAINTING
PART 1- GENERAL
�- 1. DESCRIPTION OF WORK:
u 1.1. Extent of painting work. is indicated in this specification section.
1.2. "Paint" as used herein means all coating systems materials, including primers, emulsions,
enamels, stains, sealers and fillers, and other applied materials whether used as prime,
intermediate or finish coats.
1.3. Do not paint over any code -required labels, such as Underwriters' Laboratories and
Factory Mutual, or any equipment identification, performance rating, name, or nonenclature
plates.
2. OUALTTY ASSURANCE:
2.1. Single Source Responsibility: Provide primers and other undercoat paint produced by
same manufacturer as finish coats. Use only thinners approved by paint manufacturer, and use
only within recommended limits.
2.2. Coordination of Work:. 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 other trades, furnish information or characteristics of finish
materials provided for use, to ensure compatible prime coats are used.
3. SUBMITTALS:
3.1. Product Data: Submit Manufacturer's technical information including paint label analysis
and application instructions for each material proposed for use.
4. DELIVERY ANO STORAGE:
4.1. Deliver materials to job site in original, new and unopened packages and containers
bearing manufacturer's name and label, and following information:
4.1.1. Name or title of material.
4.1.2. Manufacturer's stock number and date of manufacturer.
09900-1
4.1.3. Manufacturer's name.
4.1.4. Contents by volume, for major pigment and vehicle constituents.
4.1.5. Thinning instructions.
4.1.6. Application instructions.
4.1.7. Color name and number.
4.2. Store materials not in actual use in tightly covered containers. Maintain containers used
in storage of paint in a clean condition, free of foreign materials and residue. -'
4.2.1. Remove oily rags and waste daily. Take all precautions to ensure that workmen and
work areas are adequately protected from fire hazards and health hazards resulting from
handling, mixing and application of paints.
5. JOB CONDMONS:
5.1. Apply water base paints only when temperature of surfaces to be painted and
surrounding air temperatures are between 50 F (10 C) and 90 F (32 C), unless otherwise
permitted by paint manufacturer's printed instructions.
PART 2 - PRODUCTS
6. MATERIALS:
6.1: Material Quality: Provide best quality grade of various types of coatings as regularly
manufactured by acceptable paint materials manufacturers. Materials not displaying
manufacturer's identification as a standard, best -grade product will not be acceptable.
6.2. Proprietary names used to designate colors are not intended to imply that products of
named manufacturers are required to exclusion of equivalent products of other manufacturers.
PART 3 - EXECUTION
7. SCOPE:
7.1. Work includes painting and finishing of the following:
7.1.1. New gypboard walls on the Mezzanine Level.
8. INSPECTION
eITIO A
i
pool
8.1. Applicator must examine areas and conditions under which painting work is to be
applied and 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 a manner acceptable to the Applicator.
8.2. Starting of painting work will be construed as Applicator's acceptance of surfaces and
conditions within a particular area.
8.3. Do not paint over dirt, rust, scale, grease, moisture, scuffed surfaces, or conditions
otherwise detrimental to foundation of a durable paint film.
9. SURFACE PREPARATION:
9.1. General: Perform preparation and cleaning procedures in accordance with paint
manufacturer's instructions and as herein specified, for each particular substrate condition.
9.1.1. - Provide barrier coats over incompatible primers or remove and reprime as required.
Notify Engineer in writing of any anticipated problems in using the specified coating
systems with substrates primed by others.
9.1.2. Remove hardware, hardware accessories, machined surfaces, plates, and similar
items in place and not to be finish -painted, or provide surface -applied protection prior to
surface preparation and painting operations. Remove, if necessary, for complete painting of
items and adjacent surfaces. Following completion of painting of each space or area,
reinstall removed items.
9.1.3. Clean surfaces to be painted before applying paint or surface treatments. Remove
oil and grease prior to mechanical cleaning. Program cleaning and painting so that
contaminants from cleaning process will not fall onto wet; newly -painted surfaces.
10. MATERIALS PREPARATION:
10.1. Mix amd prepare painting materials in accordance with manufacturer's directions.
10.2. Maintain containers used in mixing and application of paint in a clean condition, free of
foreign materials and residue.
10.3. Stir materials before, application to produce a mixture of uniform density, and stir as
required during application. Do not stir surface film into material. Remove film and if
necessary, strain material before using.
11. APPLICATION•
11.1. General: Apply paint in accordance with manufacturer's directions. Use applicators
and techniques best suited for substrate and type of material being applied.
11.1.1. Provide finish coats which are compatible with prime paints used.
11.1.2. Apply additional coats when undercoats, stains or other conditions show through
final coat of paint, until paint film is of uniform finish, color and appearance. Give special
attention to insure that surfaces, including edges, corners, crevices, welds, and exposed
fasteners receive a dry film thickness equivalent to that of flat surfaces.
11.2. Scheduling Painting: Apply first -coat material to surfaces that have been cleaned,
pretreated or otherwise prepared for painting as soon as practicable after preparation and
before subsequent surface deterioration.
.11.2.1. 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 application of another coat of paint does not cause lifting or
loss of adhesion of the undercoat.
11.2.2. Paint only during times that the building is unoccupied (at night, weekends, etc.).
11.3. Minimum Coating Thickness: Apply materials at not less than manufacturer's
recommended spreading rate, to establish a total dry film thickness as indicated or, 'if not
indicated, as recommended by coating manufacturer.
11.4. Prime Coats: Apply prime coat of material which is required to be painted or finished,
and which has not been prime coated by others. `
11.4.1. Reeoat 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. .
11.5. Completed Work: Match approved samples for color, texture and coverage. Remove,
refinish or repaint work not in compliance with specified requirements.
12. CLEAN-UP AND PROTECTION:
12.1. Clean -Up: During progress of work, remove from site discarded paint materials,
rubbish, cans and rags at end of each work day.
12.2. 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 Architect/Engineer.
13. PAINT SCHEDULE
13.1. General: Provide the following point systems for the various substrates, as indicated.
09900-4
13.1.1. Dry Walls:
Finish: Semi -gloss
Vehicle: Latex
r-
Surface Prep: Sherwin Williams Procedure #S-W8
Primer: Sherwin Williams ProMar 200 latex primer
Finish: Two coats ProMar 200 Latex semi -gloss enamel
.
1
END OF SECTION 09900
1�
It
4
1
J�
r
SECTION 1S000 - MECHANICAL AND ELECTRICAL GENERAL
PART 1 - GENERAL
1. RELATED DOCUMENTS:
1.1. The General Conditions, Supplementary Conditions, and Division 1 of the specifications
apply to the work specified in this Division as well as Division 16.
1.2 All work covered by this Section of the Specifications shall be accomplished in
accordance with all applicable provisions of the Contract Documents and any addenda or
directive which may be issued.
2. GENERAL:
2.1. The Contractor shall provide all labor, equipment, materials, etc. and shallperform all
operations in connection with the installation of Mechanical and Electrical work in accordance
with these Contract Documents.
2.2. The Contractor shall execute all work specified or indicated on accompanying Drawings.
Contractor shall provide all equipment necessary and usually furnished in connection with such
work and systems, whether or not mentioned specifically mentioned.
2.3. Every contractor shall be responsible for all his work fitting into place in a satisfactory
r' and neat workmanlike manner in every particular to the approval of the Owner.
2.4. Confer with the General Contractor and other Contractors regarding the location and size
of pipes, equipment, fixtures, conduit, ducts, openings, switches, outlets, etc., in order that
there be no interferences between the installation or progress of the work of any Contractor on
the project.
2.5. The Mechanical and Electrical Drawings are diagrammatic and shall be followed as
closely as actual construction of the building and the work of other trades will allow. All
changes from Drawings necessary to make the work of each Contractor conform to the
building construction and the work of other trades shall be done at the appropriate
E Contractor's expense.
2.6. SHOULD ANY BIDDER CONSIDER THAT ANY REQUIREMENT OF THESE
SPECIFICATIONS AND DRAWINGS WILL MAKE THE EFFECTIVE OPERATION OF
ANY PORTION OR THE WHOLE INSTALLATION IMPOSSIBLE, OR IF HE FEEL A
VITAL COMPONENT HAS BEEN OMITTED; HE MUST DESCRIBE IN HIS BID
CHANGES HE DEEMS NECESSARY. FAILURE TO DO SO.SHALL BE CONSIDERED
15000-1
AS AN AGREEMENT ON THE PART OF THE BIDDER TO GUARANTEE THE
EFFECTIVE OPERATION OF THE INSTALLATION.
2.7. All equipment shall be installed complete with all necessary fittings, supports, accessories,
etc., as necessary for a complete installation, providing the desired function. All equipment
shall be installed in accordance with manufacturer's recommended procedure unless specifically
stated otherwise.
2.8. Nothing in these specifications or drawings shall be construed as directing any contractor
from deviating from any legally binding code or ordinance.
2.9. Titles of the Sections and Articles in the Contract Documents are introduced merely for
convenience and are not to be construed as a correct or complete segregation or tabulation of
the various units of the materials or work. The Contractor is solely responsible for ommission
or duplications by the Contractor , or any SubContractors due to real or alleged error, either
direct or implied, in agreement of matter on the Contract Documents.
3. SUBMITTALS•
3.1. Sequence: The Contractor is required to submit eight copies of the following general
types of information at the indicated points in the project:
3.1.1. Prior to ordering any equipment:
Shop drawings/component data.
3.1.2. At the end of the project but before the final inspection:
Maintenance manuals.
Warrantees.
3.2. Shop Drawings/Component Data: Submittals shall follow the following format:
3.2.1. Submittals shall be assembled in three -hole pressboard cover (Smead No. Br129 or
equal) with Acco fasteners and compressors..
3.2.2. Submittal booklet shall be labeled on the outside as "Mechanical Submittal or as
"Electrical Submittal".
3.2.3. Provide tabbed dividers for each specification section for which information is
required. For example, provide dividers with "15250", "15651 ", etc. tabs.
3.3. Maintenance Manuals: Furnish for approval three complete Maintenance Manuals for all
materials and equipment. Manuals shall follow the following format:
3.3.1. Each manual shall include:
Approved shop drawings.
15000-2
r
Wiring diagrams.
r- Parts lists. .
3.3.2. Manuals shall be prepared and delivered to the Engineer's office prior to the date of
final inspection.
3.3.3. Each manual shall be 8 1/2" x 11" and bound in a 3 ring binder. Provide tabbed
dividers labeled with the above divisions.
3.4. Warranties: See Division 1 for information on warranties.
4. OPENINGS AND SLEEVES IN CONSTRUCTION:
4.1. Most openings required in wall, floor, roof, ceiling, etc, construction for Mechanical and
Electrical Work will be provided by the General Contractor in accordance with information.
furnished - by the Mechanical and Electrical Contractors. All sleeves, inserts, forms etc.,
required for openings shall be furnished by the Contractor requiring same. The Mechanical
and Electrical Contractors shall be responsible for their size, fabrication, and location.
Installation will be by General Contractor. Where new work has been installed previous to
such request, the General Contractor will do the necessary cutting and patching at the expense
of the Mechanical and Electrical Contractor.
5. PROTECTING SITE:
5.1. Provide adequate barricades, construction signs, torches, red lanterns, guards, etc., as.
required durin* the progress of the work. Observe all applicable regulations respecting safety
provision, barricades, etc.
5.2. Protect utilities, trees, shrubbery, fences, poles, sidewalks, curbs and all other property
and surface structures from damage. Any items which are disturbed shall be restored by the
Contractor at his own expense.
5.3. Whenever work damages streets, lawns, sidewalks, parking areas, curbs or other finished
surfaces,. replace such surfaces with material to match existing surfaces as approved by proper
authorities, including reinforcing steel where required.
5.4. Whenever work damages existing grassed areas, contractor shall install sod to match
existing.
6. FINAL INSPECTION:
6.1. Final inspection will be made only after the Contractor certifies in writing that the work is
100% complete.
15000-3
S�
S
6.2. A representative from each Contractor and sub -Contractor shall be present and shall be
prepared to assist the Owner/Engineer in performing the inspection. This shall include the
operation of all equipment items, the removal of inspection panels/doors(as requested), etc.
6.3. An inspection report describing incomplete/or unacceptable work will be prepared. This
will be reviewed with the Contractor at the project site. .
6.4. After the incomplete or unacceptable work is 100% corrected the Contractor shall so
certify in writing to the Owner.
7. PROJECT CLOSEOUT:
7.1. The following. requirements must be fully completed before the final application for
payment will be accepted or approved.
7.1.1. Final inspection performed and all corrections made.
7.1.2. Submittal of
Maintenance manual.
END OF SECTION 15000
15000-4
SECTION 15250 - MECHANICAL INSULATION
PART 1 -GENERAL
1. DESCRIPTION OF WORK:
1.1. Types of mechanical insulation specified in this section include the following:
Duct liner.
2. QUALITY ASSURANCE:
2.1. Flame/Smoke Ratings: Provide composite mechanical insulation (insulation, jackets,
coverings, sealers, mastics and adhesives) with :flame -spread rating of 25 or less, and smoke -
developed rating of 50 or less, as tested by ANSI/ASTM E 84 (NFPA 255) method.
3. SUBMITTALS•
3.1. Product Data: Submit manufacturer's specifications and installation instructions for each
type of mechanical insulation.
3.2. Maintenance Data: Submit maintenance data and replacement material lists for each type
of mechanical insulation. Include this data in maintenance manual.
PART 2 - PRODUCTS
4. DUCT LINER INSULATION MATERIALS:
4.1. Comply with FS HH-I-545B. Provide Certainteed "Ultralite Type 300" or approved
equal. Provide 1" thick insulation unless specified otherwise. Comply with requirements of
NFPA 90A and 90B. Comply with Thermal Insulation Manufacturers Association (TIMA)
AHC-101.
PART 3 - EXECUTION
S. APPLICATIONS OF DUCTWORK INSULATION:
r
5.1. RA Plenums:
5.1.1. Insulate each new RA plenum (which is positioned above new lay -in grilles) with 1"
duct liner unless specified otherwise.
15250-1
5.2. Duct Chase:
5.2.1. Insulate each wall of the new duct chases with 1" duct liner unless specified
otherwise.
6. INSTALLATION OF DUCT LINER INSULATION:
6.1. Install liner in accordance with manufacturer's recommendations and with SMACNA
Duct Liner Application Standard (1975) based on the design air velocity ranges in regards to
adhesives, mechanical fastenings and spacings.
6.2. Attach liner to wall using mechanical fasteners spaced as follows:
6.2.1. Ends. of insultion: 3" from end of insulation and lateral spacing of no more than 6
O.C.
6.2.2. Mid -section of insulation: 16" spacing, both longitudinal (in direction of air flow)
and transverse (across the duct).
7. PROTECTION AND REPLACEMENT:
7.1. Replace damaged insulation which cannot be repaired satisfactorily, including units with
vapor barrier damage and moisture saturated units.
7.2. Protection: Insulation Installer shall advise Contractor of required protection for
insulation work during remainder of construction period, to avoid damage and deterioration.
END OF SECTION 15250
15250-2
k
f
r .
SECTION 15841- LOW PRESSURE DUCTWORK
r .
PART GENERAL
�,... 1. DESCRIPTION OF WORK:
1.1. Types of low pressure ductwork required for project include the following:
r.. Cooling/Heating return air system.
r
k
` 1.2. Ductwork components specified herein include the following:
r Ductwork Materials.
Outlets and Inlets.
2. QUALITY ASSURANCE:
2.1. NFPA. Compliance: Comply with ANSI/NFPA 90A "Standard for the Installation of Air
Conditioning and Ventilating Systems" and ANSI/NFPA 90B "Standard for the Installation of
Warm Air Heating and Air-Conditioning`Systems".
2.2. -UL Compliance: Construct, test, and label fire dampers in accordance with Underwriters
Laboratories (UL) Standard 555 "Fire Dampers and Ceiling Dampers"..
3. SUBMITTALS:
PM
t 3.1. Product Data: Submit manufacturer's specifications on manufactured products and
factory -fabricated ductwork and duct accessories.
3:2. Record Drawings: At project closeout, submit record drawings of installed ductwork,
duct accessories, and outlets and inlets.
3.3. Product Data: Submit product data on fire dampers.
3.4. Product Data: Submit manufacturer's data on outlets and inlets.
PART 2 - PRODUCTS
4. DUCTWORK MATERIALS:
15841-1
I
4.1. Sheet Metal: Except as otherwise indicated, fabricate ductwork from galvanized sheet
steel complying with ANSI/ASTM A 527, lockforming quality, with ANSI/ASTM A 525, G90
zinc coating; mill phosphatized for exposed locations.
4.2. Flexible Duct: Provide factory -made insulated flexible round air duct with reinforced
metalized mylar outer jacket enclosing a 1 1/2" thick fiber glass insulation wrapped around a
continuous inner air barrier of double layer polyester, reinforced with an encapsulated steel
wire helix. Provide duct with integral hanger support, encapsulated in the middle of the jacket
tab. --
4.2.1. All flexible duct shall be classified as a type 1 duct.
4.2.2. Provide Certainteed Certaflex 7 or Certaflex 25 with punchline tab, or approved
equal.
5. MISCELLANEOUS DUCTWORK MATERIALS:
5.1. Duct Sealant: Non -hardening, non -migrating mastic or liquid elastic sealant (type
applicable for fabricationrnstallation detail) as compounded and recommended by
manufacturer specifically for sealing joints and seams in ductwork.
5.2. Duct Tape: Use Arno C-520, or approved equal, 2" wide duct tape for making duct -to -
duct or end connections for round flexible duct.
5.3. Duct Clamps: Use Panduit PLT-H, or approved equal, banding strap for flexible duct
connections.
6. METAL DUCTWORK FABRICATION:
6. L DIMENSIONS SHOWN ON DRAWING ARE NET OPEN AREA. See Division 15
section "Mechanical Insulation" for information on thickness of duct liner (if any).
6.2. Shop fabricate ductwork of ages and reinforcement complying with SMACNA "Low
Pressure Duct Standards - 5th Edition".
7. DUCT SYSTEM APPLICATIONS:
7.1. Provide the following type duct system for each specific duct system:
Return Air Plenums: Lined galvanized steel duct.
RA Ducts: Flexible duct.
8. DUCT ACCESSORIES:
8.1. Wall -Type Fire Dampers: Provide fire dampers, of types and sizes indicated. Construct
casings of 11 ga. galvanized steel with 160-165 deg. F (71-74 deg. C) unless otherwise
15841-2
indicated. Provide damper which under normal conditions has the curtain out of the air stream.
Provide damper with positive lock in closed position, and with the following additional
features:
Damper Blade Assembly: Curtain type.
r, Blade Material: Steel, match casing.
Blade Position (during "standby" conditions): Out of air -stream.
9. AIR DISTRIBUTION DEVICES:
9.1 General: Provide manufacturer's standard ceiling devices where shown; of size, shape
capacity and -type indicated; constructed of materials and components as indicated, and as
required for complete installation.
9.2. SubStrata Compatibility: Provide diffusers, grilles, and/or "registers with border styles
P- that are compatible with adjacent ceiling/wall/floor systems. Refer to general construction
drawings and. specifications for types of ceiling, wall, and/or, floor systems which will contain
each type of air distribution devices.
r9.3. Types: Provide devices of type, capacity and with accessories and finishes as necessary
for a complete installation. The drawings indicate the general style device, i.e. L , P , S" ,
etc. Provide air distribution devices complying with the following requirements unless noted
otherwise:
9.3.1. "BW" (Fixed Blade, Wall, Return) Grilles. Provide rectangular housing, single
deflection blades.
Manufacturer: Metalaire RH Series
Surface -mount.
*" Color: Satin aluminum.
r Material: Aluminum only (steel not acceptable)
Pattern: Single deflection
9.3.2. "P" (Perforated -Face) Grilles: Provide perforated face with square housing, core of
square concentric louvers (mounted to diffuser housing above perforated panel (grilles
having louvers mounted to perforated panel are not acceptable), square or round duct
connection.
Manufacturer: Metalaire 7000 Series
Panel Size: 24"x24": for T-bar ceiling.
Color: White
Material: Aluminum only (steel not acceptable)
9.4. Diffuser Mountings: Provide diffusers with flush perimeter flange and gasket to seal
against ceiling (non lay -in ceilings only) or provide diffuser housing sized to fit between ceiling
exposed suspension tee bars and rest on top surface of tee bar (lay -in ceilings).
15841-3
9.5. Diffuser Finishes: Provide semi -gloss white enamel prime finish unless specified
otherwise.
PART 3 - EXECUTION
10. INSTALLATION OF ABOVE -GRADE DUCTWORK:
10.1. General: Assemble and install ductwork in accordance with recognized industry
practices which will achieve air tight (5% leakage), capable of performing each indicated
service. Install each run with minimum of joints. Align ductwork accurately at connection,
within 1/8" misalignment tolerance and with internal surfaces smooth.
10.2. Seal ductwork, after installation, to seal class recommended, and method prescribed in
SMACNA "Low Pressure Duct Standards - 5th Edition".
10.3. Coordinate layout with suspended ceiling and lighting layouts and similar finished
work.
10.4. Where ducts pass through interior partitions and exterior walls, conceal space between
construction opening and duct or duct -plus -insulation with sheet metal flanges of same gage as
duct. Overlap opening on 4 sides by at least 1-1/2
11. INSTALLATION OF ABOVE -GRADE DUCT SUPPORTS:
11.1. Support ductwork in manner complying with SMACNA "Low Pressure Duct Standards
- 5th Edition" hangers and supports section.
11.2. Support ducts rigidly with suitable ties, braces, hangers and anchors of type which will
hold ducts true -to -shape and to prevent buckling.
11.3. Install hangers close to transverse joints of main ducts and branches, clinch collar branch
connections and the first branch elbows after nested splits. _
11.4. Locate hangers of ducts penetrating :wall(or partitions) as though the walls will
contribute no support to the duct.
11.5. Install hangers in pairs on exact opposite sides of duct. .
11.6. Maintain hanger spacing intervals less than or equal to the specified maximums.
11.7. Install hangers at the midpoint of small and medium size horizontal vaned square
elbows. On wide vaned square elbows, install additional hangers at maximum allowed intervals
measured along the heel lines of the elbows.
15841-4
4
k
i
11.8. Provide at least one set of hangers for short branches 3 ft or less in length.
11.9. Locate duct hangers approximately:
- 2 to 12 inches from ends of all branch ducts.
,., - 6 to 12 inches from one side of walls or partitions penetrated by ducts.
11.10. Space hangers approximately:
Ducts with areas up to 4 sq ft may have their hangers spaced up to 8 ft apart.
Ducts with areas 4.1 to 10 sq ft may have their hangers spaced not more than 6 ft
apart.
r. Ducts with areas over 10 sq ft may have their hangers located up to 4 ft apart.
f
12. INSTALLATION OF FLEXIBLE DUCT:
12.1. Supporting Duct: Hang the duct using integral punchline tab and 12 gauge wire. Using
standard hole punch, punch holes in tab approximately 30" on center(60 max spacing). Prior
to punching tab, install. a strip of duct tape along the tab for reinforcement. Punch hole below
cord built into tab. Support so that maximum sag of 5" per 10' will occur.
12.2. Bending Duct: Do not make bends in duct greater than 45 degrees. (For direction
changes in excess of 45 degrees use round sheet metal elbow.) Minimum bending radius 1/2
the duct diameter.
12.3. Do not compress duct during installation, using only that length necessary for the
installation.
12.4. Tap -In Connection: Roll back outer jacket and insulation and approximately 3",
exposing inner air barrier core. Slide core over tap -in collar a minimum of 2". Tape core to
collar with two wraps of 2" wide duct tape, rubbing each wrap with sufficient pressure to
activate pressure sensitive adhesive. Pull insulation and outer jacket over the inner core seal
and tape outer jacket to collar with two wraps of 2 wide duct tape, wrapping in a helical
fashion. Install metal clamping band or PAndurt PLT-H strap over taped joint. Install band far
enough back to clamp both outer jacket and inner core. Tighten band snugly using Panduit
tension/cutoff tool #GS4H-120; hand -tightening is not acceptable.
13. INSTALLATION OF OUTLETS AND INLETS:
13.1. General: Install outlets and inlets in accordance with manufacturer's written instructions
and in accordance with recognized industry practices to insure that products serve intended
functions.
13.2. Coordination with other work, including ductwork and duct accessories, as necessary to
interface installation of outlets and inlets with other work.
15841-5
f
13.3. Locate ceiling air diffusers, registers, and grilles, as indicated on general construction
"Reflected Ceiling Plans". Unless otherwise indicated, locate units in center of acoustical —
ceiling modules.
14. CLEANING AND PROTECTION:
14.1. Clean ductwork internally, unit -by -unit as it is installed, of dust and debris. Clean
external surfaces of foreign substances which might cause corrosive deterioration of metal or,
where ductwork is to be painted, might interfere with painting or cause paint deterioration. —
END OF SECTION 15841
15841-6