Loading...
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