Loading...
HomeMy WebLinkAboutResolution - 2003-R0541 - Contract For Secretary Vault Renovation - Minnix Commercial - 12/08/2003 (2)Resolution No. 2003-RO541 December 8, 2003 Item No. 20 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK THAT the Mayor of the City of Lubbock BE and is hereby authorized and directed to execute for and on behalf of the City of Lubbock, a Contract for the City Secretary vault renovation, by and between the City of Lubbock and Minnix Commercial of Lubbock, Texas, and related documents. Said Contract is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council this 8th day of December , 2003. A-� ARC MC UGAL, MAYOR ATTEST: Garza, City Secretary APPROVED AS TO CONTENT: l Victor Kilma , Purchasing M ager APPROVED AS TO FORM: Linda L. Chamales Supervising Attorney/Office Practice gs/ccdocs/Contract-Minnix Commercial.res Nov. 21, 2003 CITY OF LUBBOCK INVITATION TO BID FOR TITLE: CITY SECRETARY VAULT RENOVATION ADDRESS: LUBBOCK, TEXAS ITB NUMBER: 151-03/RS PROJECT NUMBER: 9193.9211.30000 CONTRACT PREPARED BY: PURCHASING DEPARTMENT 2. 3. 4. 5. 6. 7. 8. 9. 10. UUN NOTICE TO BIDDERS GENERAL INSTRUCTIONS TO BIDDERS BID SUBMITTAL - BID FOR LUMP SUM CONTRACTS PAYMENT BOND PERFORMANCE BOND CERTIFICATE OF INSURANCE CONTRACT GENERAL CONDITIONS OF THE AGREEMENT CURRENT WAGE DETERMINATIONS SPECIFICATIONS I NOTICE TO BIDDERS NOTICE TO BIDDERS ITB #151-03/RS Sealed bids addressed to Victor Kilman, Purchasing Manager, City of Lubbock, Texas, will be received in the - office of the Purchasing Manager, Municipal Building, 1625 13th Street, Room L-04, Lubbock, Texas, 79401, until 3:00 o'clock p.m. on the 3rd day of September, 2003, or as changed by the issuance of formal addenda to all planhclders, to furnish all labor and materials and perform all work for the construction of the following described project: "CITY SECRETARY VAULT RENOVATION" After the expiration of the time and date above first written, said sealed bids will be opened in the office of the Purchasing Manager and publicly read aloud. It is the sole responsibility of the bidder to ensure that his bid is actually in t. the office of the Purchasing Manager for the City of Lubbock, before the expiration of the date above first written. Bids are due at 3:00 o'clock p.m. on the 3rd day of September, 2003, and the City of Lubbock City Council will consider the bids on the 18th day of September, 2003, at the Municipal Building, 1625 13th Street, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all bids and waive any formalities. I 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 $1,00,000 and the successful bidder will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. Said statutory bonds should be issued by a company carrying a current Best Rating of B or superior. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without �m4recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within fifteen (15) days after notice of award of the contract to him. It shall be each bidders sole responsibility to inspect the site of the work and to inform himself regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the bid submitted. There will be a non -mandatory pre -bid conference on 26th day of August, 2003 at 10:00 o'clock a.m., in the Engineering Conference Room 107, Lubbock, Texas. Bidders may view the plans and specifications without charge at Lubbock City Hall, 1625 13th Street, Lubbock, Texas, Purchasing Department, Room L-04. Plans and specifications may be obtained by the bidder for a $100.00 refundable deposit per set. Plans and specifications may be obtained from Parkhill, Smith & Cooper, 4222 85th Street, Lubbock, Texas 79423, Phone: (806) 473-2200. Plans and specifications will be shipped at the bidder's expense. If bidder requires overnight or second day expedited method parcel shipment, the bidder will incur shipping charges and must furnish the name of the service to be used and the bidder's account number. 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 Article 5159a, Vernon's Ann. Civil St., and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -bid meetings and bid openings are available to all persons regardless of disability. If you would like bid information made available in a more accessible format or if you require assistance, please contact the City of Lubbock ADA Coordinator at (806) 775-2018 at least 48 hours in advance of the meeting. CITY OF LUBBOCK VICTOR KIL N PURCHASING MANAGER GENERAL INSTRUCTIONS TO BIDDERS 4 3 GENERAL INSTRUCTIONS TO BIDDERS BID DELIVERY TIME & DATE 1.1 The City of Lubbock is seeking written and sealed competitive bids to furnish CITY SECRETARY VAULT RENOVATION per the attached specifications and contract documents. Sealed bids will be received no later than 3:00 p.m. CST, the 3rd day of September, 2003 at the office listed below. Any bid received after the date and hour specified will be rejected and returned unopened to the bidder. Each bid and supporting documentation must be in a sealed envelope or container plainly labeled in the lower left-hand corner: "ITB #151-03/RS, CITY SECRETARY VAULT RENOVATION" and the bid opening date and time. Bidders must also include their company name and address on the outside of the envelope or container. Bids must be addressed to: Victor Kilman, Purchasing Manager City of Lubbock 1625 13th Street, Room L-04 Lubbock, Texas 79401 1.2 Bidders are responsible for making certain bids are delivered to the Purchasing Department. Mailing of a bid does not ensure that the bid will be delivered on time or delivered at all. If bidder does not hand deliver bid, we suggest that he/she use some sort of delivery service that provides a receipt. 1.3 Bids will be accepted in person, by United States Mail, by United Parcel Service, or by private courier service. No bids will be accepted by oral communication, telephone, electronic mail, telegraphic transmission, or telefacsimile transmission. THE CITY WILL NOT ACCEPT FAX BIDS. 1.4 The City of Lubbock reserves the right to postpone the date and time for opening bids through an addendum. PRE -BID MEETING 2.1 For the purpose of familiarizing bidders with the requirements, answering questions, and issuing addenda as needed for the clarification of the Invitation to Bid (ITB) documents, a non -mandatory pre -bid meeting will be held at 10:00 a.m., Auqust 26th 2003 in Engineering Conference Room 107 Lubbock, Texas. All persons attending the meeting will be asked to identify themselves and the prospective bidder they represent. 2.2 It is the bidder's responsibility to attend the pre -bid meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre -bid meeting to bidders who do not attend the pre -bid meeting. ADDENDA & MODIFICATIONS 3.1 Any changes, additions, or clarifications to the ITB are made by written bid addenda. 3.2 Any bidder in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof from the Purchasing Department. At the request of the bidder, or in the event the Purchasing Department deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Purchasing Department. Such addendum issued by the Purchasing Department will be sent to all bidders receiving the original Invitation to Bid (ITB) and will become part of the bid package having the same binding effect as provisions of the original bid. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by the City of Lubbock Purchasing Department no later than five (5) days before the bid closing date. 3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock shall not be legally bound by any amendment or interpretation that is not in writing. Only information supplied by the City of Lubbock Purchasing Department in writing or in this ITB should be used in preparing bid responses. All contacts that a bidder may have had before or after receipt of this ITB with any individuals, employees, or representatives of the City and any information that may have been read in any news media or seen or heard in any communication facility regarding this bid should be disregarded in preparing responses. 3.4 The City does not assume responsibility for the receipt of any addendum sent to bidders. 4 EXAMINATION OF DOCUMENTS AND REQUIREMENTS 4.1 Each bidder shall carefully examine all ITB documents and thoroughly familiarize itself with all requirements before submitting a bid to ensure that their bid meets the intent of these specifications. 4.2 Before submitting a bid, each bidder shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Invitation to Bid. Failure to make such investigations and examinations shall not relieve the bidder from obligation to comply, in every detail, with all provisions and requirements of the Invitation to Bid. 4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Purchasing Manager and a clarification obtained before the bids are received, and if no such notice is received by the Purchasing Manager prior to the opening of bids, then it shall be deemed.that the bidder fully understands the work to be included and has provided sufficient sums in its bid to complete the work in accordance with these plans and specifications. If bidder does not notify Purchasing Manager before bidding of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of bids. 5 BID PREPARATION COSTS 5.1 Issuance of this ITB does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a bid. 5.2 The issuance of this ITB does not obligate the City of Lubbock to enter into contract for any services or equipment. 5.3. All costs related to the preparation and submission of a bid shall be paid by the bidder. 6 TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 6.1 If you consider any portion of your bid to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. 6.2 The City of Lubbock will honor your notations of trade secrets and confidential information and decline to release such information initially, but please note that the final determination of whether a particular portion of your bid is in fact a trade secret or commercial or financial information that may be withheld from public inspection will be made by the Texas Attorney General or a court of competent jurisdiction. In the event a public information request is received for a portion of your bid that you have marked as being confidential information, you will be notified of such request and you will be required to justify your legal position in writing to the Texas Attorney General pursuant to Section 552.305 of the Government Code. In the event that it is determined by opinion or order of the Texas Attorney General or a court of competent jurisdiction that such information is in fact not privileged and confidential under Section 552.110 of the Government Code and Section 252.049 of the Local Government Code, then such information will be made available to the requester. 6.3 Marking your entire bid CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open Records Act. 7 LICENSES PERMITS TAXES The price or prices for the work shall include full compensation for all taxes, permits, etc. that the bidder is or may be required to pay. 8 UTILIZATION OF LOCAL BUSINESS RESOURCES Prospective bidders are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their bid submittal how they would utilize local resources. 9 CONFLICT OF INTEREST 9.1 The bidder shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Lubbock. 9.2 By signing and executing this bid, the bidder certifies and represents to the City the bidder has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of discretion concerning this bid. 10 CONTRACT DOCUMENTS 10.1 All work covered by the contract shall be done in accordance with contract documents described in the General Conditions. 10.2 All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 11 PLANS FOR USE BY BIDDERS It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without charge or forfeiture of deposit. The contract documents, may be examined without charge as noted in the Notice to Bidders. 12 BIDDER INQUIRIES AND CLARIFICATION OF REQUIREMENTS 12.1 It is the intent and purpose of the City of Lubbock that this request permit competitive bids. It shall be the bidder's responsibility to advise the Purchasing Manager if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the City of Lubbock Purchasing Office no later than five (5) calendar days before the bid closing date. A review of such notifications will be made. 12.2 NO BIDDER SHALL REQUEST ANY INFORMATION' VERBALLY. ALL REQUESTS ':FOR ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS INVITATION TO BID (ITB) MUST BE SUBMITTED IN WRITING NO LATER THAN FIVE (5) CALENDAR DAYS PRIOR TO THE :BID CLOSING DATE AND ADDRESSED TO: RON SHUFFIELD, SENIOR BUYER City of Lubbock 1625 13'h Street Lubbock, Texas 79401 Fax: (806) 775-2164 Email: RShuffield@mail.ci.lubbock.tx.us 13 TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be fully completed within NINETY (90) CONSECUTIVE CALENDAR DAYS from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder. 13.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, £ however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take such action as the City deems necessary to ensure completion of the project within the time specified. 14 PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 15 AFFIDAVITS OF BILLS PAID The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements �m: 3 I I u I I 1 - contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. 16 MATERIALS AND WORKMANSHIP The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and methods set forth in the contract documents provide minimum standards of quality, which the Owner believes necessary to procure a satisfactory project. , 17 GUARANTEES 17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, i and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within ONE year from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants fault -free performance and fault -free result in the processing date and date -related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will be recognized and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to comply with all the obligations contained herein. 17.3 The obligations contained herein apply to products and services provided by the Contractor, its sub- contractor or any third party involved in the creation or development of the products and services to be delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations �- contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining to termination or default. 17.4 The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. - 18 PLANS FOR THE CONTRACTOR The contractor will be furnished one set of plans and specifications, and related contract documents for his use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. 19 PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the - date the City issues its certificate of completion to Contractor. The City reserves the right, after the bids have been opened and before the contract has been awarded, to require of a bidder the following information: (a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by -s 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. wy (c) Equipment schedule. 4 20 TEXAS STATE SALES TAX 20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions ry'�; of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. 20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be incorporated into the work without paying the tax at the time of purchase. 21 PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a r way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense. ;. 22 BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of �tx barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 23 EXPLOSIVES 23.1 The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from the City. In all cases where written permission is obtained for the use of explosives, the ( Contractor shall assume full responsibility for all damage, which may occur as a direct or indirect result of the blasting. In addition, in all cases where explosives are authorized to be used, the Contractor shall use utmost care so as not to endanger life or property and the Contractor shall further use only such methods as are currently utilized by persons, firms, or corporations engaged in similar type of construction activity. 23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. 23.3 In all cases where explosives are to be used during the construction of the project contemplated by this contract, it shall be the duty of the Contractor to notify each utility company having structures (above or below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and such notice shall be given sufficiently in advance to enable the companies to take such steps as they may deem necessary to protect their property from injury. Such notice, however, shall not relieve the Contractor of responsibility for any damage resulting from his blasting operations. 24 CONTRACTOR'S REPRESENTATIVE 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 bidder shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. 25 INSURANCE 25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do 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 5 1 I!` performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted before contract execution. 25.2 PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS AN ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN I FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. 26 LABOR AND WORKING HOURS 26.1 Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate that must be paid on this project.shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The bidders' attention is further directed to the requirements of Article 5159a, Vernon's Annotated Civil Statutes providing for the payment of the wage schedules above mentioned and the bidder's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in these contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under this contract requiring an inspector will not be performed on weekends or holidays unless the following conditions exist: 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. 26.2 Before construction work requiring an inspector is to be performed on weekends or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on weekends or holidays will be made by the Owner's Representative. 26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS -r The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors engaged at the site of the work shall not later than the seventh day following the payment of wages, file with the Owner's Representative, or Engineer, a certified, sworn, legible copy of such payroll. This shall contain the name of each employee, his classification, the number of hours worked on each day, rate of pay, and net pay. The affidavit shall state that the j 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. 6 I 28 PROVISIONS CONCERNING ESCALATION CLAUSES }' Bids submitted containing any conditions which provide for changes in the stated bid price due to increases or ., decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the bidder without being considered. ' 29 PREPARATION FOR BID -`, 29.1 The bidder shall submit his bid on forms furnished by the City. All blank spaces in the form shall be correctly filled in and the bidder shall state the price both in words and numerals, for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly r and legibly, or typewritten. In case of discrepancy between the price written in words and the price written in figures, the price written in words shall govern. 29.2 If the bid is submitted by an individual, his name must be signed by him or his duly authorized agent. If a bid is submitted by a firm, association, or partnership, the name and address of each member must be given and the bid signed by a member of the firm, association or partnership, or person duly authorized. If +. the bid is submitted by a company or corporation, the company or corporate name and business address must be given, and the bid signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign bids must be properly certified and must be in writing and submitted with the bid. The bid shall be executed in ink. 29.3 Each bid shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and R' endorsed on the outside of the envelope in the following manner: t _ 28.3.1 Bidder's name 28.3.2 Bid for (description of the project). 29.4 Bid submittals may be withdrawn and resubmitted at any time before the time set for opening of the bids, but no bid may be withdrawn or altered thereafter. .., 29.5 Pursuant to Texas Local Government Code 252.043(a), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. 30 BOUND COPY OF CONTRACT DOCUMENTS Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the following: (a) Notice to Bidders. (b) General Instructions to Bidders. (c) Bidder's Submittal. (d) Statutory Bond (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates. Q) 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 i incorporated by reference into the aforementioned contract documents. 31 QUALIFICATIONS OF BIDDERS The bidder may be required before the award of any contract to show to the complete satisfaction of the City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein in a satisfactory manner. The bidder may also be required to give a past history and references in order to satisfy the City of Lubbock about the bidder's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the bidder to perform the work, and the bidder shall furnish to the City of Lubbock all information for this purpose that may be requested. The bidder's bid may be deemed not to meet specifications or the bid may be rejected if the evidence submitted by, or investigation of, the bidder fails to satisfy the City of Lubbock that the bidder is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the bidder's qualifications shall include: (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the bidder to perform the work or provide the service promptly or within the time specified, without delay or interference. (c) The character, integrity, reputation, judgment, experience, and efficiency of the bidder. (d) The quality of performance of previous contracts or services. 1,` 32 BID AWARD f : 32.1 The City of Lubbock reserves the right to reject any or all bids, reject any particular item on a bid, and to waive immaterial formalities and to accept the offer most advantageous to the City of Lubbock in its sole discretion. Unless otherwise specified herein, the City shall award the bid based on the Total Bid Amount. 32.2 All bids are evaluated for compliance with specifications before the bid price is considered. Response to specifications is primary in determining the best low bid. Failure to comply with the specifications may result in disqualification of the bid. 32.3 In case of tie bids, preference will be given to local bidders. Consistent and continued tie bidding may be cause for rejection of bids by the City of Lubbock and/or investigation by the Attorney General to determine possible Anti -Trust violations. 32.4 Before the City may award a bid to a nonresident bidder, the nonresident bidder's bid must be lower than lowest bid submitted by a responsible Texas bidder by the same margin or amount that a Texas bidder would be required to underbid the nonresident bidder in the nonresident bidders' home state. 32.5 Any contract made, or purchase order issued, as a result of this Invitation to Bid, shall be entered into the State of Texas and under the laws of the State of Texas. In connection with the performance of work, the Bidder agrees to comply with the Fair Labor Standard Act, Equal Opportunity Employment Act, and all other applicable Federal, State, and Local laws, regulations, and executive orders to the extent that the same may be applicable. 32.6 NO INDIVIDUAL OF ANY USING DEPARTMENT HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR PURCHASE. ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS INVITATION TO BID. r I I I I 1 � � � £> � � BID SUBMITTAL � � / � E: � I I I I I BID SUBMITTAL. LUMP SUM BID CONTRACT DATE: September 03, 2003 PROJECT NUMBER: #151-03/RS - CITY SECRETARY VAULT RENOVATION Bid of M i nn i x Commercial (hereinafter called Bidder) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Gentlemen: The Bidder, in compliance with your Invitation to Bid for the construction of a CITY SECRETARY VAULT RENOVATION 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. `f is �iiC7 1 tl®i�f 1►'� Si1O !fb%�OQr7� AU—N-Yj� kOC� S ($ M9444'17VWY Fria 7HOtJAW &b &WM 0611W _($ Z, 1 zoo • co ) TOTAL BID:fi5erydNr mtJStr�UD �/6� rallA/DL'>z7i t1111U�' , oyem `s __($ �'�� (Amount shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written "Notice to Proceed" of the Owner and to fully complete the project within 90 (NINETY) consecutive calendar days thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of $250 (TWO HUNDRED FIFTY) for each consecutive calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good end may not be withdrawn for a period of thirty (30) calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the _ - plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within fifteen (15) days after notice of award of the contract to him. Enclosed with this bid is a Cashier's Check or Certified Check for Dollars ($ ) or a Bid Bond in the sum of Five Percent Dollars ($ 5% ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the bid is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within fifteen (15) days after the date of receipt of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned upon demand. Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Bidders. Pursuant to Texas Local Government Code 252.043(a), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. -- (Seal if Bidder is a Corporation) ATTEST: Secre Bidder acknowledges receipt of the following addenda: Addenda No. Date Addenda No. Date Addenda No. Date Addenda No. Date M/WBE Firm: Woman Dat * Se tember 0 200 Olth?fiLre'd Signature Jerry Smith (Printed or Typed Name) Minnix Commercial Company 14302 S. Slide Rd Address Lubbock ,Lubbock City, County TX '79424 State Zip Code Telephone: 806 - 798-7005 Fax: 806 798-9761 American Native 2 LIST OF SUBCONTRACTORS Minority Owned Yes No 1. 0 0 2. 0 0 3. 0 0 4. 0 0 5. 0 0 6. 0 ❑ 7. ❑ 0 8. ❑ 0 9. 0 0 10. 0 0 0 CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT To Be Completed by Bidder And Attached to Bid Submittal I, the undersigned Bidder, certify that the insurance requirements contained in this bid document have been reviewed by me with the below identified Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, 1 will be able to, within fifteen (15) days after being notified of such award by the City of Lubbock, Furnish a valid insurance certificate to the city meeting all of the requirements defined in this bid/proposal. Minnix Commercial o actor (Signature) Contractor (Print) CONTRACTOR'S FIRM NAME: Minnix Commercial (Print of Type) CONTRACTOR'S FIRM ADDRESS: 14302 S. Slide Rd. Lubbock, Texas 79424 Name of Agent/Broker: David Tate Insurance Agency Address of Agent/Broker: 5233 79th City/State/Zip: Lubbock, Texas 79424 Agent/Broker Telephone Number: (806) 794-1177 Date: September 03,2003 If the time requirement specified above is not met, the City has the right to reject this bid/proposal and award the contract to another contractor. If you have any questions concerning these requirement, please contact the Purchasing Manager for the City of Lubbock at (806) 775-2165. BID ITB #151-03R/S — CITY SECRETARY VAULT RENOVATION THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, thatwe Minnix Commercial 14302 S. Slide Road Lubbock, TX 79424 as Principal, hereinafter called the Principal, and Merchants Bonding Company (Mutual) 2100 Fleur Drive — Des Moines, IA 50321 a corporation duly organized under the laws of the State of Iowa as Surety, hereinafter called the Surety, are held and firmly bound unto City of Lubbock 1625 13th Street Lubbock, TX 79401 as Obligee, hereinafter called the Obligee, in the sum of FIVE PERCENT OF THE GREATEST AMOUNT BID Dollars ($ 5 % G.A.B. ), 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 City Secretary Vault Renovations 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 penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 3rd day of September , 2003. Minnix Commercial Q� r (Princrpaf) (Seal) 04 ' (Witness) /'i +v a �i7U► �.vc/" (Ale) (Witness) Merchants Bonding Company (Mutual) rl (Surety) (Seal) Don E. Smith ('Title) Attorney -In -Fact AIA DOCUMENT A310 . BID BOND. AIA 0. FEBRUARY 1970 ED . THE AMERICANNSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W., WASHINGTON, �" D.C. 20006 1 Merchants Bonding Company (Mutual) POWER OF ATTORNEY Bond No. Know All Persons By These Presents, that the MERCHANTS BONDING COMPANY (MUTUAL), a corporation duly organized under the laws of the State of Iowa, and having its principal office in the City of Des Moines, County of Polk, State of Iowa, hath made, constituted and appointed, and does by these presents make, constitute and appoint Don E. Smith of Carrollton and State of Texas its true and lawful Attomey-in-Fact, with full power and authority hereby conferred in its name, place and stead, to sign, execute, acknowledge and deliver in its behalf as surety any and all bonds, undertakings, recognizances or other written obligations in the nature thereof, subject to the limitation that any such instrument shall not exceed the amount of: Two Million Five Hundred Thousand ($2,500,000.00) Dollars and to bind the MERCHANTS BONDING COMPANY (MUTUAL) thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the MERCHANTS BONDING COMPANY (MUTUAL), and all the acts of said Attomey-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This Power-of-Attomey is made and executed pursuant to and by authority of the following Amended Substituted and Restated By - Laws adopted by the Board of Directors of the MERCHANTS BONDING COMPANY (MUTUAL) on November 16, 2002. ARTICLE II, SECTION 8 - The Chairman of the Board or President or any Vice President or Secretary shall have power and authority to appoint Attomeys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. ARTICLE II, SECTION 9 - The signature of any authorized officer and the Seal of the Company may be affixed by facsimile to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed. In Witness Whereof, MERCHANTS BONDING COMPANY (MUTUAL) has caused these presents to be signed by its President and its corporate seal to be hereto affixed, this 1st day of January, 2003. ••�1NG,C?4A• m��oRPOA'•9• • y ' G 9A :Z.c : y 1933 • rj •C4. • 6 •a . STATE OF IOWA COUNTY OF POLK ss. MERCHANTS BONDING COMPANY (MUTUAL) By /--V7 77eee President On this 1 st day of January, 2003, before me appeared Lary Taylor, to me personally known, who being by me duly swom did say that he is President of the MERCHANTS BONDING COMPANY (MUTUAL), the corporation described in the foregoing instrument, and that the Seal affixed to the said instrument is the Corporate Seal of the said Corporation and that the said instrument was signed and sealed in behalf of said Corporation by authority of its Board of Directors. In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal at the City of Des Moines, Iowa, the day and year first above written. 1 L MARILYN BOYD Commission Number 10012 oW� My Commission Expires November 4, 2004 Notary Public, Polk County, Iowa STATE OF IOWA COUNTY OF POLK ss. I, William Warner, Jr., Secretary of the MERCHANTS BONDING COMPANY (MUTUAL), do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said MERCHANTS BONDING COMPANY (MUTUAL), which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Company on this 3Ld day of SepbmbEr 2Q03 ��o,• oRP tl q9, qy.� : y 1933 c' Secretary L MSC 0814 (2/03) PAYMENT BOND I I I I THE AMERICAN INSTITUTE OF ARCHITECTS AIA t)acumeatA$12 Bond No.; Tx 59991 Payment Bond Any singular reference to Contractor, Surety, Owner or other party shalt be considered plural where applicable. CONTRACTOR (Name and Address): Minnix Commercial, Inc. 14302 S. Slide Road Lubbock, TX 79424 OWNER (Name and Address): City of Lubbock 162513`b Street Lubbock, TX 79401 CONSTRUCTION CONTRACT D'ete: nth rip-romlwr 20i11 Amount: ��s9a.o Dascriptl (Namd an Location): SURETY (Name and Principal Place of Businessy Merchants Bonding Company (Mutual) 2100 Fleur Drive Des Moines, IA 50321 City Secretary Vault Renovation Bid *151-03lRS BOND Lubbock, TX Date (Not earlier than Construction Contract Data): Amount: S41.890 00 Modifications to this.oncl: CONTRACTOR AS PRINCIPAL Company: (Corporate Seal) Minnix Commercial, ln+e. __. Signatur�r: Name a _ (Any additional signatures appear on page 6) (FOR* )NFQRMATION om-Y--Name, Address and ANENT or BROKER: Smith Construction Bonding 3116 Kellway Drive - Suite 110 Carrollton, TX 75006 8tb December 2003 0 None SURETY 0 See Page 6 Company; (Corporate Seal) Merch Bonding C pa (Mutual) Slanature: Name and : Larry m , Atto:rngy-In-Faet OWNER'S REPRESENTATIVE (Architect, Engineer or other party): Ron Shufiield, Senior Buyer Telco. 8061717a-2117A Tele. 972-732-8175 DOCUM 12 THE AMERMAE N iN3ST TUTC QF AR HrrECTS, 1 M; NEW YO KPAYMENT BAVE. N.W. WASH1NG70N, D.C. 2000 A3 12-11984 4 11'11 RD PRIN'nNG + MARCH 1987 I The Contractor and the Surety, jointly and severally, bind themselves, their heirs, executors, administrators, ma erials and equipOSsorg and ment fns urnished shedd fthe orrto usepIn the pertor- mance of the Construction Contract, which is incorpo- rated herein by reference, 2 With respect to the Owner, this obligation shall be null and void if -the Contractor: B When the Claimant has satisfied the conditions of Paragraph 4, the Surety shall promptly and at the Surety's expense take the following actions; 0.1 Send an answer to the Claimant, with a ,Copy to the Owner, within 45 days after receipt of the claim, statin the amounts that are undisputed and the basis for challenging any amounts that are disputed. 2.1 Promptly makes payment, directly or indirectly 6.2 Pay or arrange for payment of any undisputed for all sums due Claimants, and 2.2 Defends, indemnifies and holds harmless the Owner from claims, demands, liens or suits by any person or entity whose claim, demand, lien or suit is for the payment for labor, materials or equipment fur- nished for use in the performanes of the Construction Contract, provided the Owner has promptly notified the Contractor and the Surety (at the address described in Paragraph 12) of any Claims, demands, liens or suits and tendered defense of such claims, demands, liens Or suits to the Contractor and the ;Surety, and provided there is no Owner Default, 3 With respect to Claimants, this obligtion shell be null and void if the Contractor promptly makes pay- ment, directly or indirectly, for all sums due. e The Surety shall have no obligation to Claimants under this Bond until: 4.1 Claimants who are employed by or have a direct contract with the Contractor have given notice to the Surety (at the address described in Paragraph 12) and sent a copy, or notice thereof, to the Owner, stating that a claim is being made under this Bond and, with substantial accuracy, the amount of the claim. 4,2 Claimants who do not have a direst contract with the Contractor: .1 Have furnished written notice to the Con- tractor and sent a copy, or notice thereof, to the Owner, within 90 days after having last performed labor or last furnished materials or equipmsubstantial accuracy, the amount of nt included in the claim tthe claim and the name of the party to whom the materials were furnished or supplied or for whom the labor was done or performed; and .2 Have either received 8 rejection in whole or In part from the Contractor, or not received within 30 days of furnishing the above no- tice any communication from the Contractor by which the Contractor has indicated the Claim will be paid directly or indirectly; and •3 Not having been paid within the above 30 days, have sent a written notice to .the Surety (at the address described in Paragraph 12) and sent a copy, or notice thereof, to the Owner, stating that a claim is being made under this Brand and enclosing sal copy of the previous written notice furnished to the Contractor. 5 If a notice required by Paragraph 4 is given by the Owner to the Contractor or to the Surety, that is suffi- cient compliance. 7 The Surety's total obligation shalt not exceed the amount of this Bond, and the amount of this Bond shall be credited for any payments made in good faith by the Surety, 11 Amounts owed by the Owner to the Contractor under the Construction Contract shall be used for the perfor. Mence of the Construction Contract and to satisfy claims. if an , under any Construction Performance Bond. By the Contractor furnishing and the Chimer accepting this Bond, they agree that all funds earned by the Contractor in the performance of the Construction Contract are dedicated to Satisfy obliga>ttions of the Contractor and the Surety under this Bond, subject to the Owner's prior- ity to use the funds for the completion of the work. 9 The Surety shalt not be liable to the Owner, Claimants or others for obligations of the Contractor that are unrelat- ed to the Construction Contract. The Owner shall not be liable for payment of any costs or expenses of any Claim. ant under this Bond, and shah have under this Bond no obli- gations to make payments to, give notices on behalf of, or otherwise have obligations to Claimants under this Bond. 10 The Surety hereby waives notice of any change, including changes of time, to the Construction Contract or to related subcontracts, purchase orders and other obligations, 11 No suit or action ahall be commenced by a Claimant under this Bond other than in a count of competent juris- diction in the location in which the work or part of the work is located or after the etaipeatlion of one year from the date (1) on which the Claimart gam the ncCe mqulmd by Subparagraph 4.1 or Clause 4.2 S, ar (2j on which the last labor or service was porkwn*4d by anyone or the leaf male- rials or equipment were furnished by anyone under the Con- atructioh Con tract, whichever of (1) or {2) i a t occurs. if the provisions of this Paragraph are void or prohibited by law, the minimum period Of limitation aysailable to sureties as a defense in the jurisdiction of the suit shall be applicable. 12 Notice to the Surety, the Owner or the Contractor shalt be mailed or delivered to the adress shown on the signature page. Actual receipt of notice by Surety, the Owner or the Contractor, however accomplished, shall be sufficient compliance as of the data received at than address shown on the signature page, U When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be perk3mled, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions con- forming to ;such statutory or other legal ,requirement shall be deemed incorporated herein. The intent is that this AIA DOO MENT A3i2 PERFtlRMANCE BOND AND PAYMENT aeOND • GECEMBER 1004 ED. s AIA 40 THE AMERICAN INS riTuTE OF ARCHITECTS. 1735 NEW YORK AVE., N.W., WASHINGTON, D.C. 2000e A312-1984 5 THiRO PRINTING + MARCH ia)a ? Bond shall be construed as a statutory bong and not as a common law bond. 14 Upon request by any parson or entity appearing to be a Potential beneficiary of this Bond, the Contractor shalt Promptly furnish S Ctrpy of this Bond or shall permit a copy to be made. 1E DEFINITIONS 15-1 Claimant: An individual or entity having a direct contract with the Contractor or with a subcontractor of the Contractor to furnish labor, materials or equip_ ment for use in the performance of the Contract. The intent of this Bond shall be to include without limita- tion in the terms "sabot, materials or equipment' that Pan of telephone service rentals ehqupme tlsused tins the MODIFICATION$ to THIS BOND ARE AS FOLLOW$. Construction Contract. arChtteoturat and engineering, uired for performance of the work of the Contractor&erand the Contractor, $ subcontractors, and all other Items for which a mechanic's lien may be asserted In the jurisdiction wher s the labor, materials or equipment were furnished. 15.2 Construction Contrao: The agrasment between the Owner and the Contractor identified on the sig- nature page, Including all Contract Documents and changes thereto. 15-3 Clwner defeelt: Failure of the ova w which has neither been remedied nor waived, to pay the Qon- tractor as required by the Construction (�onbact or to perform and complete ar comply with the other terms thereof. (Space is provided below for addtional signatures of added parties, other than those appearing on the aver page,) CAS t�RINCIPAL SURETY Company: (Corporate $eal) Company: (Corporate veal) Name e an Slgn�ture: ilia Addresss:: : Name an tie: Addregs: Address: AJA DOER�� THE 4►ICAN INSTITUTE OF AR Hrmc-rs, 735 NEW Yn K AVE. N.W WASH NGTON D.C. �pqg THIRD PRINTING • MARCH 19er A$1•1� mercnants Wncing Company (MUTUAL) - POWER OF ATTORNEY Know All Persona By These Presents, that the MERCHANTS 80NOING COMPANY (MUTUAL), a corporation duly organized under the laws of the State of (Owe, end having its principal office In the City of Deb Moines, County of Polk, State of Iowa. hash made. constituted acid appo nk�msconstitute and appoint Larry Truman .Smith at . Lubbock and State of Texas its true and lawful Attomay-in-Fact, with full power and authority hereby conferred in its name. place and stead, to Sign, execute, acknowledge and deliver in its behalf as surety any and all bonds, undertakings, recognizances or other written obligations in the nature thereof. subject to the Ilmrtation that any such instrument shall not exceed the amount of: THREE MILLION ($3,000,000.00) DOLLARS and to bind the MERCHANTS BONDING COMPANY (MUTUAL) thereby as fully and to the same extent as it such bond or undertaking was signed by the duty authonzed officers of the MERCHANTS BONDING COMPANY (MUTUAL), and an such acts of said AtromeVmi+-Fact, pursuant to the authority herein given, are hereby ratified and confirmed This Power -of -Attorney is made and executed pursuant to and by authority of the following Amended Substituted and Restated By -Laws adopted by the Board of Directors of the MERCHANTS BONDING COMPANY (MUTUAL) on October 3. 1992. ARTICLE ff. SECTION S. — The Chairman of the Board or President or any Vice President or Secretary shalt have power and author- ity ity to appoint Attorneys -in -Fact. and to authorize them to execute on behalf of the Company, and attach the Seal of the Company _...._ _� bones and undertakings, 9s• recogrzizances, oor+uaas of indesaily and other writings obligatory in the nature thereof. ARTICLE ff. SECTION 9. — The signature of airy euthodzad officer and ffte Seal of the Company may be affixed by facsimile to arnr Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undartaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and affect as though manually fired. in Witness Whereof. MERCHANTS BONDING COMPANY (MUTUAL) has caused these presents to be signed by its President and its corporate seal to be hereto attired. this Znd day of June . 2000. • •' Q `4 •) MERCHANTS BONDING COMPANY MUTUAL,) p�.• t . o y; . 1933 • C~ ; By 6,i• A sa ••.....•�•� • • • •• Pns•w,r STATE OF IOWA • •, COUNTY OF POL.K as ' • • •' On this 2nd day of June 2000 , before me appeared tarry Taylor, to me personally known. who being by me duly sworn did say that he Is President of the MERCHANTS BONDING COMPANY (MUTUAL), the - corporation described in the foregoing instrument and that the Seal affixed to the said inobvment is the Corporate Seat of the said Corporation and that the said Instrument was signed and sealed In behalf of said Corporation by authority of its Board of Directors. 8 Ian Testimony Whereat, i have hereunto set my hand and affixed my Official Seal at the City of Des Moines, Iowa, the day and year rust • ••••.offs•..••: f.• McC A.%`,,.••••.,, .�� I a IOWA'x STATE OF IOWA COUNTY OF POLK sa Notary PublIA Polk C w* town 1. William Warner. Jr.. Secretary of the MERCHANTS BONDING COMPANY (MUTUAL), do hereby certify that the above and foregoing u a true and correct copy of the POWER -OF -ATTORNEY; exOMIed by said MERCHANTS BONDING COMPANY (MUTUAL), which is soil _____Jn tereA airs artetts_ _ In Witness Wheroot, i have hereunto set my Rand and affixed the Seat of the Company on U1fs �� day of ��� � a��•.••�s �J� �,�%� v_ +�lfjtLl� a•,•�i0d •C �Oj�.�tPQ • Msc oa+. tzvel ° d' 1933 , 3 (� i_ l._ z._ No Text THE AMERICRN INSTITUTE pp ARCHITECTS AIA 000umentA392 _- Bond No.: TX 59991 Performance Band Any singular reference to Contractor, Surety, Owner or ether party &hail be considered plural where applicable. CON I KACTOR (Name and Address): MWAU Commercial, Inc. _ 14302 S. Slide Load Lubbock, TX 79424 OWNER (Name and Address): City of Lubbock 162513'h Lubbock, TX 79401 CONSTRUCTION CONTRACT Date- 0 December 2003 Amount: $41,9910.00 Description (Name and Location): SURETY (Name and Principal Place of Business): Merchants Banding Coinpany (Mutual) 2100 Fleur Drive Des Moines, IA 50321 City Secretary Vault Renovation. Bid #151-03/RS BOND Lubbock, TX Date (Nat earlier than ConstrUCtion Contract Date): Al"December 2003 Amount: $41.890.00 Modifications to this Bond: 0 None CONTRACTOR AS PRINCIPAL Company: (Corporate Seal) ommerciaL, Inc. Signature: !nul!x Name and'-�-�- {Any additional signatures appear on page 3) SURETY ® See Page 3 Company. (Corporate Seal) Merchants nding C m y utual) Signature: Name and T e: j,or T. Smith, Attormey-i9a�Fsct (FOR INFORMATION ONLY --,Name, Address and Telephone) AGENT t r BROKER: OWNER'$ REPRESENTATIVE (Architect, Engineer or Smith Construction Bonding 3116 Kellway Drive — Suite i 10 Other party): Carrollton, TX 75006 Ron Sliuffield, Senior Buyer Tele: 972-732-9175 Tele: 8%/775-2170 AIA DOCUMENT A$42 PERFORMANCE BONA AND PAYMENT BOND • DECEMBER 1084 ED. *AIA V THE AMERICAN INSTITLml OF Af%CHITECTS, 7733 NEW YORK AVE.. N.W., WASHINGTON, G,C. 2oom A31.71-1984 I THIRD PRINTING • MARCH i687 I The Contractor and the Surety, jointly and severally, bind themselves, their heirs, 0XecutQr9, administrators, successors and assigns to the Owner for the performance of the Construction Contract, which is incorporated herein by reference. If rt rms the Construction Surety and tContractor econactor Shtobligationunder this Bond, except to participate in conferonces as provided in Subparagraph 3,1 _ 3 If there is no Owner Default, the Surety's obligation under this Bond shall arise after: S. t The Owner has notified the Contractor and the Surety at its address described in Paragraph 10 below that the Owner is considering declaring a Contractor cconfeult and has rence with he Contras Contractor ated and nd the Surrety to be held not later than fifteen days after receipt of such notice to discuss methods of performing the Construc- tion Contract. If the Owner, the Contractor and the Surety agree, the Contractor shall be allowed a reason- able time to perform the Construction Contract, but such an agreement shall not waive the Owner's right, if any, subsequently to declare a Contractor Default; and 3.2 The Owner has declared a Contractor Default and formally terminated the Contractor's right to complete the contract. Such Contractor befauit shall not be de- clared earlier than twenty days after the Contractor and the Surety have received notice tie provided In Sub- paragraph 3.1; and 3.3 The Owner has agreed to pay the Balance of the Contract Price to the Surety in accordance with the terms of the Construction Contract or to a contractor selected to perform the Construction Contract in accor- dance with the terms of the contract with the Owner. 4 When the Owner has satisfied the conditions of Para- graph 3, the Surety shall promptly and at the Surety's ex- pense take one of the following actions; 4.1 Arrange for the Contractor, with consent of the Owner, to perform and complete the Construction Contract; or 4.2 Undertake to perform and complete the Construc- tion Contract itself, through its agents or through inde- pendent contractors; or 4.3 Obtain bids or negotiated proposals from qualified contractors acceptable to the Owner for a contract for performance and Completion of the Con- struction Contract, arrange for a contract to be pre- pared for execution by the Owner and the contractor selected with the Owner's concurrence, to be secured with performance and payment bonds executed by a qualified surety equivalent to the bonds issued on the Construction Contract, and pay to the Owner the amount of damages as described in Paragraph S in ex- cess of the Balance of the Contract Price incurred by the Owner resulting from the Contractor's default; or 4.4 Waive its right to perform and complete, arrange for completion, or obtain a new contractor and with reasonable promptness under the circumstancaas; ,1 After investigation, determine the amount for which it may be liable to the owner and, as soon as practicable after the amount is deter- mined, tender payment therefor to the Owner; or .2 deny liability in whole or in part and no* the Owner citing reasons therefor. a if the Surety does not p►+aceed s$ provided in paragraph 4 with reasonable Promptness. the Surety shall be deemed to be in default on this Bond fifteen days after receipt of an additional written notice from the Owner to the Surety demanding that the Surety perform Its obligations under this Bond, and the Owner shall be entitled to enforce any remedy available to the owner, if the -Surety proceeds as Provided in Subparagraph 4.4, and the Owner refuses the Payment tendered or the Surety has denied liability, in whole or in part, without further notice the Owner shall be entitled to enforce any remedy available to the Owner. e After the Owner has terminated the Contractor's right to complete the Construction Contract, and if the Surety elects to act under Subparagraph 4.1, 4.2, or 4.3 above, then the responsibilities of the Surety to the Owner shall not be greater than those of the Contractor under the Construction Contract, and the responsibilities of the Owner to the Surety shall not be greater than those of the Owner under the Construction Contract. To the limit of the amount of this Bond, but subject to commitment by the Owner of the Balance of the Contract Price to mitigation of costs and damages on the Construction Contract the Sure- ty is obligated without duplication for: e.1 The responsibilities Of the Contractor for corre� tion of defective work and completion of the Construc- tion Contract; 6.2 Additional legal, design professional and delay costs resulting from the Contractor's default, and re- sulting from the actions or failure to act of the Surety under Paragraph 4; and e,3 Liquidated damages, or If no liquidated damages are specified in the Construction Contract. actual dam- ages caused by delayed performance or non-perfor- Mance of the Contractor. 7 The Surety shall not be liable to the Owner or others for obligations of the Contractor that are unrelated to the Con- struction Contract, and the Balance of the Contract Price shall not be reduced or set off on account of any such unrelated obligations. No right of action shall accrue on this Bond to any person or entity other than the Owner or its heirs, executors, administrators or successors. 8 The Surety hereby waives notice of any change, includ- ing ehongas of time, to the Construction Contract or to related subcontracts, purchase orders and other obliga- tions. 9 Any proceeding, legal or equitable, under this Band may be instituted in any court of competent Jurisdiction in the location in which the worts or part of the work is located and shall be instituted within two years after Contractor Default or within two years after the Contractor caused working or within two years after the Surer defuses or fails to perform its obligations under this Bond, whichever oc- curs first_ if the provisions of this Paragraph are void or Prohibited by law, the minimum period of limitation avaii- 7 IA OOCUMENrA312 PERFORMANCE BOND AND PAYMENT BOND I I DCEMBER 1004 EO- AM 0 E AMERICAN iNSTiTUTC- OF A{TES $ 1735 NEW YORK AVE,, N,W.EWASHINGTON. D. C. 2 006 A312-1984 2 THIRD PRINTiNG • MARCH 1907 able to sureties as a defense in the jurisdiction of the suit shall be applicable. -- 10 NotICS to the SuretyIthe Owner or the Contractor shag be mailed or deliveredto the addrehs shown an the aig- nature page, 11 When this Bond has been fumished to comply with a Statutory Of other legal requirement in the location where the construction was to be rformed, any provision in this Bond conflicting with said statutory or legal requirement Mal! be deemed deleted herefrom and provisions con- forming to such statutory or other legal requirement shall be deemed incorporated herein. The Intent is that this Bond shall be construed as a ,statutory frond and not as a common law bond, 12 DEFINITIONS 12.1 Balance of the Contract Price: The total amount payable by the Owner to the Contractor under the Construction Contract after all proper adjustments have been made, including allowance tD the Con. MODIFICATIONS TO THIS BOND ARE AS FOLLOWS: tractor of any amounts received or to be received by the her claims for damages t which the ner in 00ttlef"Grit�nsurance CorttractorI $entitled. re- duced by aN mod and proper Kam to or on -behalf of the Contractor under the Construrtion Con. tract. 112 Construction Contract: The 1110Mernent between the Owner and the Contractor identified on the sig- nature page, including all Contract Documents and changes thereto. 12.3 Contractor tWault: Failure of the Contractor, which has neither been remedied nor waived, to per. form or otherwise to comply with the terms of the Construction Contract. 12A Owner 001ault: Failure of the Owner, which has neither been remedied nor waived, to ay the Con- tractor as required by the Construction Contract or to Pwlbr f and complete or comply with the other terms there (Space is provided below for addtional signatures of added parties, other than those appearing on the rover page,) CONTRACTOR AS PRINCIPAL SURETY Company: {Corporate Sea]) Company: (Corporate Seal) Signature: Nattier e: 81 Names e: : Address:s: Address: AIA DOCUMOff A312 PERft7RMANCE BOND AND PAYMENT BOND � • D CBMBEIt 1884 ED.. ALA 6 THE A►IERICAN INSTITUTE {?F ARCHrTECT3, 1746 NEW VORK AVE., N.w., WA$HINGTON, D.C. 200W A312-1984 3 TMIRD PRINTING • MARCH 1987 No Text 12/ 2W 2UUj 13: by ltlUb /y4U19b DAViDTATEIN I PAGE -Fs11 al AQ-0-00. -CERTIFICATE OF LIABILITY INSURANC E ( DATE PRODUCER 12 24 2003 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION DAVID TATE INSURANCE AGENCY ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 5233 79TN HOLDER. THIS CERTIFICATE DOES NOT AMEND EXTEND OR ! ALTER THE COVERAGE AFFORDED BY THE POLICI�S BELOW. 7 LUBBOCK TX 79424- INSURERS AFFORDING COVERAGE i INSURED wNNIX CmaRC2AL INC. INSU ERA MID CONTINENT 14302 3 SLIDE IN URER B• TEXAS MUTUAL 80X 64895 SURER C: LUBBOCK T% 79464•- INSURER Di CO G� INSURER E• THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT NTH RESPECT TO WHICH THIS CERTIFICATE MAY B6 ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DBSCRIBBD HEREIN 13 SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATR LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. IN5R ryPE OF INSURANCE } POUOY NUMGER P OY OTNH POLICY J ENeRLU�ITA 04GL527599 LIMITS 07/07/2003 07/07/2004 EA Oc EN $ l,000,000 XfMERCtALOENr�A4IA9ILrry CS R CLAIMS MADE L J OCCUR / / / / FIRE DAMAGE one i 100,000 MED EXP LArjy one pen s 0 P6R80 8 ADV INJURY S 1,000,000 GEN'LAGGREGATE LIMIT APPLIES PER: / / GENERAL AGGREGATE i 2,000,000 PO Y r I P El C PRODU TS-COMPIOPA O i 2,000,000 A TOMOBILE LIABILITY 06ta2901379 07/07/2003 07/07/2004 ANY AUTO COMBINED SINGLE LIMIT ALL OYMEDAUTOS (Eseoddam) i 1,000,000 SCHEDULED AUTOS BODILY INJURY X HIREDAUTOS / / ftpmm) i X NON-OWNEDAUTOS / / BODII•YINJURY PROPERTY DAMAGE RA09UABILTTY PwaocJdenp S ANY AUTO AUTO ONLY -EAACCID6NT S / / / / OTHER THAN A S EXCESS LIAI UM / / AUTO ONLY: AG i OCCUR D CLAIMS MADE / / OCZVRRENrS OATE S �. DEDUCTIBLE i R ON 31 S 8 WORI(ERg C &lLiMON AND PL0 9' 1095348 03/07/2003 03/07/2004 E.L EACH ACCID $ 500,000 F.L. OISSABE- F4 BVLRYEE s 500,000 OTHER E.LDISEASE-PO CY S 500,000 ESCRIPTION OR OPERATION5ILOCAT10N9I gHICLESWCWSIONS ADDED BY ENDORSHttgENT/SpECJAL PROVISIONS _additional insured on the ao»tmezaial 9enmtal liability/hired/non o�vn commercial genmral liability, hired/non owned auto and od auto and vraiver of subrogation on the the �+orkm�s componsation CITY OF LUHBOCK BOX 2000 LUHBOCK CORD 2aS (7197) ,- INS029S (eSta).D7 SHOULD ANY OF THE ABOVE DESOpMM POUCIES BE +CANCEI-M RAFORG THE EXPIRATION DATI TTIERQOF• THE ISSUING UOURSK WILL, ENDIAVOR To MAIL 10 DAYS WRMEN NOTICI TO TNI OERTIPICATB HO LDEI! NAMED TO THH LEFT. BUT FAILURE TO DO So SHALL IMPOSE NO OBLIIDAMON OR LIA9ILITY OF ANY KIND UPON THE INMIRRO 1r ­..... ____ AUTHORED REPRESENTATM ELECTRONIC LASER FORMS, INC. - (ppp)327-0545 C ACORD CORPORATION 1988 Pegs 1 012 IMPORTANT the cirzificate holder is an ADDITIONAL INSURED, the policy0es) I .. must be endomed. A stet=ent an this Cer1*.--'cFt:! dogs not confer rights to the certificate holder In lieu Of such endorsament(a). 11 IS WAIVED, subject to the terms and Condidone of the PQIICY, certain pollr:v-3 rray rquire ;r. 4--fon-seri-w. A steltement on this certificate does not confer rights to the certflicato holder in lieu :If st-ch ordmuenitant(s). DISCLAIMER T',a —'*ertifi-.ate cf Innurance on the reverse side of this form does not constitute a contras tab.-ime.1 he iezl--iiig r—�urer'Sl, 8UVA*izec reOresentattve or producer, and the 004111100te holder, nor does es it affiNmetivBly or n,,: i2i:mbf Irl, extvnd or the coverage afforded by the Policies listed thereon, Pape 2cf2 WORKERS COMPENSATION APPLICATION G..re pRt�.rer PM;14 (806) 794-1177 L2,24f2rC3 1Ar. Yo. Fxtl: UNOBRNIpE1ER � AG'E — 522 3 S, "H APPLIDANT ANDRA RAW EW= C RCIAL XNC. LUBBOCKADDRM fiX 79464- YAs IN VA Me naDnnclral C04PORATION _,IAIIE C:ZP CEO=� 9UBCUDE PARTtRDHIP BUbCHAPrER'S'COP,• JMizF 10 N )MMPI NAVW LAOj $tIC: Cl.&TCFI2RIG PtDERALEMq.OY67ZtoNmax N=DN{MB= o:Ri� tr`BUr. Al 4D.3 5i it _ 770599360 a+tr_oYeR ae ��rngr �N nuNEs _TA'u3 OF SUHrriISS10N ®ILLINGIAUGIT iNPQRMATION I'n'- ~J Issue PlR_iCY. BILLING PLAN PAVROW PLAN —� •• ?,UUM (G-A-Vle.-mWcr9fa0h=pA MIT "Ifi'�iC A'USK (a is A ACORD '33) AfiiENCY 8tLL ANNUAL OTHM. A .EWRATION , MONTHLY DIREOTBILL ! SEMI-MNIVAL ( OTHEI: j "' •- -• QUARTERLY 1AOOWN LQC�a I1QTr5 WART=F._r # S.Ttsx7 SIT'`^' NTY.STATF.MPCOM i — 3 �i J aPOPOIED Q" DATE PROF M a" DATE ` — , NDRMAL AMNi4ft7p1ry RATLAQ DAT[ PAhTICPATRtO AM 0 PLAN L'FRT ' . YIORKERS •� NON•PARTIGPATINO CC,t�F\QAYIQtI�;tra, PAn7c.Efirl.oY�'$LlAwurf rA�3' TU jM = 5 000 eACNACWENT DmXXTmm Awtwrti OTHertCaimAG$9 MmICAI V.S.L 3 h. ,RE opj-.�. !` .01) . �QQ D18Gq$E-POLICYLIMR 1t rll• C0 P9Y ; 0 00 ImASE-EACH DaUr pr a1Y1Mil. fMAVI _.3iyP A FOFEIGY :c;v RA,TIPic; lNFaRMAT Oh_ DDI7101IALCOMrAM/1Nt•ORMAT(ON TrATQ� Lou �CLAtoccc>E o pRR0.outRa.aA1��1ca ie�IPL0Ysa8 •-�- _ oss ! CATEG nM BM*A1� PART ANNUAL. RqTIE ETT!'ATED Tm TANG RRAIUPA6RAnot, ANNUAL �RSIEIUlI1 I � i 3FEcTY 4Vnma,.:RLCG^:aF',_I31E3VCORSGIIENT3 IACTOR FACTOR U: PRERUM I TOTAL INCRIA$EO LANRS S DEDUCTIpLE - lJI gMPENCE MODIFICATION L088CONSTANT ! 81ONG01W SMOHAROK AFAR t 3 PRRVIUM DIWOUNT 13 r76+eWECONSTANT � 8 —' R11NUd1PRE1FIIj1�I`� r— MourPRIMIUM XIRO In (il981 $ TOTAL EST ANNUAL PReMiUli PLEASE COMPLETE PAGE 2 L-- —J. P.LECTRONLC V ACO.W CORPORATION '19313 L+VERFORMis, WC.-(dDpZ7-0349 "M4' or^ I'v ` 441 4rJtj,3 U3. ac aovvr74vt7o �rYy;'q *�s tJAViL.IA1t11Y ,,777 ' INW(IDUAi V11CLUD cF7i IHXCL.UDSD _7 PaRTNEF3. ?FFCERj. A;_ATNES'n7BEiNOLUDEDORE7tCLU0�.(R4Mat�flV011tsalnOMMled"Via 14M. 3 DATE OF M PAM IN PttJv�D IIIP r•-An,::F-)FITF;HPAITS YEARS ANDUse THE —;--RICR R FOLICY NUM6MI FtH a. sCl 11 CO. CO: ?OI, v r+-+uc uarva i:mlu. ERA ;70ii P«.,: i HATURe t3F RUSIN':S!;ICEWRIaTION nFOPERt irlobls iVF- 4CtAVW;T£ AW ^"E::!?'IONS CF BU•4MESS, OPERATIONS AND PRODUCTS VICI:K. SU9•CONT.W4JS. h`a''.CANTILE- 4GRCWANDISr,. cusToNws DaryElyM R Cn(+- RAW MATEhw s PR S. =RODUCT, CQUIPMENT. vC4 RACTCR'• '•aE JF TYPE. LOCATION. FAF&I-ACRUGF, ANµy , MA*imf Y. SU3-CON7rupC -S. GEl1 :3: > I, I:NFORMATiC II Fit Atu ALA-If5__tep� rar�Sr i I CCE! AFp1.:CA,YT OVr;. O?ERATE OR LMUF AIRCRAFTNIMTERRCRAM MO EXrLAMAtL'Yfi"R opowels ?. CCIN�I�E PAST :RE6F.NT OR BISCONTe.UiD OPERAT7ONS IM101, I EDZING iRFi TLV o�4 CHARGIN%gPPLYINCL QMAO OR 1,AL 111:0 l -, AkTE9y 'e.g. : 1S ARE PHYSICALS RBOUt11 M MM OFFI!" OF EMPLO`rMENT ARE -,.O 17 MR' OTHEPt MSUt� VAN THIS INSURVp .? tar pI, walla,. Mp) 1 3. ANY W IP), 'ERPOP.ttEp l 'Jt RpROUNA ORAMM 1SKITi 4. AYY 3 17NO7APPLICABLE Ill IAO 1! At1E E1NPLOY HEALTH Pt PROVIDED? -- %,O RK 2E` RpORr�IF7 ON OAtlGi(sS. V'_SSEL3 DOCKS. RROW CVER WATER? 5. la t,EP_:C;I,VT'aNGAGEJ 2M 18THNUTAL,AOOR tMTH AN'r IN At/Y OTYeRTYPE OF BUSINESS?aITERCHAN(� N^ARE :iJB CCN. A—c l2 iE US 7 If YGS, ENE'A OF VMWK $U9COMtRACTED OTFIER tIU1i1wESSi3 Ja81Cl 21. 00 YOU LEM sm pym TO OR FPOV OTMIP. EW A wlg- i. IVA 'NOP.K: UBt-"VATHOMCM-ICATOOFINS.7 Pt OOANVEtY LOYMBPREOMIKO►jLYWORK AT 40MR? .[ AA WRIT-, Y 3Ar4 i t PROGiYA/ IN OPERATON7 ANYTAK me OR BAN KRItPTCY AffHtN THE U!$T S YEARS? -,f. ANY r,ROUP t1iMIFr'pILTATiUh PROVIDrvr C. ANY Ey"LOYT ES UhbEft "6 : R OVCR BD `.T'JAaS OP ADET OOIITACTINFORMATION At MY (FASONAL t3APL0' EL'ST 12 IS TAILAE AN / VfV I r t'.: in DONATED ' AQO i KNWF- a AhY EN"-LOYpFt� �n1*!� 'FtYSIC,? L HA�tCAP:7 I�OOa� ' PHONE: _A. DO �4AVEL OI1T OtT ST4TF? �� tS ARE.a'4LE70-SAMS, ,anacn� *LAM 1410M RFV :Ori4 G:4ah7H4E IN TENNSA211;-.I'FO A CRIME TO KNOIMNt3LY PROVIDE PALSE, INCOMPLETE OR MISLEADING INFORMATION TO AW WATY 70 A WORKERS %Ofu1PEN-•.ATIrN ' RANSA:TION FOR T►�E PURPOSE OR COfl(iY(ITTMO PRAUD. PENALTIES INCLUDE (MPRI80NMENT FINES AND DENIAL OF NSIJIRA ` :E BENEFITS. nth' PERSON W-i0 KN( V/INOLY FIID VV(T i INTENr TO DEFRAUD ANY INSURANCE COMPANY OR ANOTHp¢ PERSON FILLS AN APPUCA-11 F aP INSUFANCE OR 3TATt7AENT OF CLAIM ,;ONTAIWIWQ ANY 1.(ATERUILLY FALSE INFORMATION, OR CON CEALS FOR THE IACT VA T FRIAL THERETO, 00MIJIMS A FR %UDULENT INSURANCE ACT. VAIICH IS A CRIME AND BUBJECTB THOF MISLEADING WFORMATION CONCERNING; .ANY (NOT APPL;CAe�I IN CO, HI, NE. OH, OK. OR; IN ME AND VA. INSURANCE BENEFIT$ MAY ALSO BE QED PERSON TO CRIMINAL AND (pr/: SOSTANT; ;LJ CIVIL ♦<Hne-9 SILL IATURE IRU 1?9 (7/)8] (N 1U0 ;�Ettt� PW I012 CONTRACTOR CHECKLIST A CONTRACTOR SHALL: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity* prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS AN ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must.(see reverse) be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at (512)440- 3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." and (8) contractually require each person with whom it contracts to provide services on a project, to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) include in all contracts to provide services on the project the language in subsection (e) (3) of this rule; (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within (ten)10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services.❑ No Text CONTRACT STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 8th day of December, 2003 by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so, hereinafter referred to as OWNER, and MINNIX COMMERCIAL of the CITY OF LUBBOCK, COUNTY OF LUBBOCK and the STATE OF TEXAS hereinafter termed CONTRACTOR. W ITNESSETH: That for and inconsideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: BID #151-03/RS - CITY SECRETARY VAULT RENOVATION - $41,890.00 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 furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General Condition of Agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the bid submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the year and day first above written. Cl- 0 ATTEST: City Secretary --AZtA C TENT: (L� Owner's Repre'sNiGtivie APPROVED AS TO FORM: r Cltti �JWrney CONTRACTOR: MINNIX COMMERCIAL By:INTED NAME: TITLE: j/ICe Zee i . Oo�--t COMPLETE ADDRESS: Minnix Commercial 14302 S. Slide Road Lubbock, TX 79424 ATTEST: r Cor ate Secretary No Text No Text No Text GENERAL CONDITIONS OF THE AGREEMENT intract documents - purpose, but still 3 'i shall tative will vat, Icating all r and n _t, ­ _ vvNY, v� vw �,v vv� wwav� u�r. uvvvv7_.��ai�a. v� r u w J_W 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or qual executed work and to determine, in general, if the work is proceeding in accordance with the con Owner's Representative will not be required to make exhaustive or continuous onsite inspections quality or quantity of the work, nor will Owner's Representative be responsible for the constructla methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notes Owner's Representative's rights of entry hereunder, the Owner's Representative 'Will -not -be respt Contractor's failure to perform the work in accordance with the Contract Documents. 13. LINES AND GRADES All lines and grades shall be furnished; by the Owner's Representative whenever Owner's Repres said lines and grades are necessary for the commencement of the work contemplated by these c documents or the completion of the work contemplated by these contract documents. Whe-nevei Contractor shall suspend its work in order to permit Owner's Representative to comply with this n such suspension will be as brief as practical and Contractor shall be allowed no extra compensai The Contractor shall give the Owner's Representative ample notice of the_time and place where I will be needed. All stakes, marks, etc.i shall be carefully preserved fiy the Contractor; and in cas destruction or removal by Contractor, its Subcontractors, or its employees, such stakes; marks, replaced by the Owner's Representative at Contractor's expense. 14. OWNER'S; REPRESENTATIVE'S AUTHORITY AND DUTY s it 2 I No Text P 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equiprr completion of this contract where it is not otherwise also understood that Owner shall not be held respo any materials, tools, equipment or machinery or an The building of structures for the housing of men or Owner's Representative shall consent or direct, an( structure shall at all times be maintained in a manni 20. SANITATION Necessary sanitary conveniences. for the use of laborers on the work site, properly observation, shall be constructed and maintained by the Contractor in such manner approved by the Owner's Representative and their use shall -be strictly enforced. 21. OBSERVATION AND TESTING The Owner or Owner's Representative shall have the right at all times to observe ar shall make necessary arrangements and provide proper facilities and access for su any location wherever such work is in preparation or progress; Contractor shall asc observation that may be contemplated by Owner or Owner's Representative and sh time each part of the work will be ready for such observation. Owner or- wner's RE such work found to be defective or not in accordance with the contract documents, completion or the time or place of discovery of such errors -and regardless of whethi previously accepted the work through oversight or otherwise., if any suchwork shod or consent of the Owner, it must, if requested; by Owner or Owner's- Representative, at Contractor's expense:. In the event that any part of the work is being fabricated of where it is not convenient for Owner or Owner's Representative to make observatio testing of said work, then in such event Owner or Owner's Representative may requ Owner or Owner's Representative certificates of inspection, testing or approval mad perform such tasks at the location where that part of the -work -is being manufacture( will be in accordance with the methods prescribed by the American Society for Test applicable organization as maybe required bylaw or the contract documents. If any such work which is required to be inspected, tested, or approved is covered uj consent of the Owner or Owner's Representative, it must, if requested by the Owner be uncovered for observation and testing at the Contractor's expense. The cost of G approvals shall be borne by the Contractor unless otherwise provided herein. Any w requirements of any such tests, inspections or approvals, and any work which meet, tests or approvals but does not meet the requirements of the contract documents sh and shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, test: Owner, Owner's Representative, or other persons authorized under the contract doc inspections, tests, or approvals shall relieve the Contractor from its obligation to pert with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is ;expressly agreed that if the work or any part thereo the work or selected for the same, shall be deemed by, in conformity with plans, specifications and/or contract notice thereof from the Owner's Representative, forthwi such work so that it shall be in full accordance with the r�riaces as �c�e or about,such ative from public- EJ vch points as shall be LJ ntrattor esting at my " as to -the - Oct any t ge of its i �i No Text YYI Illa111Gl�UGJt IVI WIIIIGII VIVaI:: g11V1 �71.Ig11 naaN gVG4�1.1g1G CII.IV q{,e44.11 q16 gNVV41�4:VI u�g provided under Method (C)(1). _If Coritractor does. not notify Owner's Representative.) any extra work, any claim for payment due to alleged extra "work shell be deemed we 25. DISCREPANCJES AND, .OMISSIONS It Is further agreed that it is the intent of the contract documentsjhat all work describe specifications, plans and other contract documents, Is to be-0one for the prices quote, such price shall include all appurtenances necessary to complete the work in-,accorda contract documents as Interpreted by Owner's Representative. Notices of any discs" these plans, specifications, or contract documents, shall be given t .the ioiit clarification.obtained before the bids are received, and if no such notice is retie Representative prior to the. opening of bids, then It shall be deemed that the Co the work to be included and has provided sufficient sums in lits,bld to complete With these plans and specifications. If Contractor doe'not-notify-Owner 's Rep of any discrepancies or omissions, then it shall be de-emed-for ail purposes.th 1 specifications are sufficient and adequatefor completion of the project. It is ftf request for clarification must be submitted no later than five (M calendar days bids. 26. RIGHT OF OWNER TO MODIFY METHODS AND 'EQUIPMENT — If at anytime the methods or equipment used by the Contractor are found to be inacle work with the rate of progress required under this contract,--thi Owner or_Owner'-s Res Contractor in writing to increase their safety or improve their character and efficiency; comply with suchorder. If, at any time; the working. force of the Contractor is'inadequate for securing the prog Contractor shall, if soldrdered in writing, increase its force or equipment, or both, to st reasonable assurance of compliance with the schedule of progress. ; : . 27: PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GEC it U1 U tv of by the Owners or the Owner's Representative concerning omissions under this paragraph,as the work progressos, b U' u No Text The Contractor shall obtain a Builde' potential loss) naming the City of Lu -E. Umbrella Liability Insurance (Add - iflo The Contractor shall have Umbrella to correspond with Comprehensive 4 F. Worker's Compensation atiQn and Empiq Worker's Compensation Insurance c Subcontractor on the job with'emplo I Definitions: Certificate of coverage-("ceo to self -Insure- issued by the c 83, or TWCC-84), showing s or entity's employees providi Duration of the project - InCIL :Contractor's/porson's work o entity. Persons providing services c Code) - includes all persons undertaken to perform on thE the,C6ntractorand regardl6s limitation, Independent contr-, operators, employees of any provide services on the proje delivering. equipment or mate project.' "Services" does not vendors, office supply deliver 2. The Contrac payroll amot Texas Laboi the project, I 3.i The Contra'c - L awarded the 4. If the cQvera duration of tt dertiflicate of -governmental entity; itho rit TWCC rsoril-s: t0l n No Text 11. The Q Contra does n govern G. Proof of Cover, Before work or for approval fiv of compliance insurance coml (1) The na (2) The loc (3) The na such c (4) The ex such ci (5) A provi the adc (6) A provi cancel) (7) The ce specif ( (8) If policy (9) A Cont (a) (b) (c) (a) entity. ►ntract is commenced' each Contractor an t h ` d subcon ractor s a(I submit to the Owner provide a certificate of coverage showing workers' compensation coverage to the nnvarnma-ntaiantifu nrinr to haninninn wnril nn 4ha nrrli0r4+ (e) retain all required certificates of coverage on file -forth a 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; notice on project site informing providing services on the project (g)post a each all persons 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 v posting requirements imposed by the Texas Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30point bold type and text in at least 19 point normai 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 tha 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 orprovidng services . related to this construction; project must be covered by workers' compensation i insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or otherservice related to the, project, regardless of the identify of their employer or status as an employee "Call the Texas Workers' Compensation Commission at 592/440-3789 46 receive information of the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to report an employees failure to provide coverage;" and (h) contractually require each person with whom it contracts to provide services on a project, to: provide coverage based on proper orting of classification codes and payroll {) p 9 p P p amounts and filing of any coverage agreements for all of its 'employees providing services on the project, for the duration of the project; (1) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; (ill) include in all contracts to provide services on the project the following language; "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reprinting of classification codes and payroll amounts,- and that all 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.' (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; (2' (vi) re an (vii) no wit m< the (viii) co re( the 29. DISABLED EMPLOYE Contractors "having more than fiftee 1990, and agree not to discriminate Individual in regard to job applicatio compensation, job training, and oth 30. PROTECTION AGAINST CLAIMS OF MACHINERY. EQUIPMENT AI` Without limiting, in any way, manna Contractor agrees that it will indern against any and all claims, liabilities manner or form, the demands of sL machinery and parts thereof, equip( and the project which is the subject satisfactory evidence that all obligai waived. 31. PROTECTION AGAINST ROY The Contractor shall pay all royaltie or, process covered by letters paten Without limiting, in anyway marine Contractor' shall defend all suits or save the Owner, and; all of its office that Owner.shall,defend alisuch.su des gn, device, material or process required in these contract documen or process Is allowed to the Contra( agents: and'emplayees harmless frc i for one-year tnereaner; fythe governmental entity in writing by certifled mail -or personal delivery, iin10 days after the person knew or should.have known, of any changethat terially affects the provision 0-coverage of any person providing services on project; and r itractually require each other person with whom it contracts; to perform as wired by paragraphs (i)=(viii), with the"certificate of coverage to be provided to person for whom they are providing services. i (15) employees agree to comply with the Americans with Disabilities Act of against,a qualified individual with a disability because of the disability of such, . i procedures, the hiring; advancement, ctr discharge of eilnployees; employee ` . it terms, conditions; and,privileges of employment. - )F SUBCONTRACTORS. LABORERS. MATERIALMEN. AND FURNISHERS �rr�s�T�r Mess A�j sh erial If. Rpt VI No Text schedules which shall show the order in which thei Contractor will start the several parts of the work a 36. TIME OF PERFORMANCE The Contractor agrees that it has submitted its bid project, taking into consideration the average clime has considered the liquidated damage provisions c it shall not be entitled to nor will it request, an exte delayed by an act or neglect of'the Owner, Owner - employed, by the Owner, or by changes ordered In enemy, fire or flood. Any request for extension she justifications, in detail, for the request,and submitti of the occurrence of the event causing said delay. extension no later than twenty (20) calendar days c and final. Further, in the absence of timely written' herein, any request for extension by Contractor shi In executing the contract, the Contractor agrees th fixed, Contractor has taken into consideration and i work, whether growing out of delays due to unusue securing material or workmen, or any other cause hindrance or, delays from any cause during the pros where the work is stopped by order of the Owner o which event, such expense as in the sole judgmen stoppage shall be paid by Owner to Contractor. 38. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind r area, solid' contents, number and weight only shall event this contract is let on a unit price basis, then specifications, plans and other contract documents to be furnished hereunder. Where the estimated q to be estimates, for the various` classes of work to k are approximate antl are to be used only as a basis their bids offered for the work. in the event the am expressly stated to be estimated, and only when sa agreed that the actual amount of work to be done a somewhat.;from these estimates, and that where thi payment shall be for the actual amount of work don 39. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect 1 encountered, which may be injured or seriously affc this agreement, from any. -damage or injury by reasc liable for any and all claims for such damage on ao limiting; in any way, manner and form, the indemnit Contractor agrees to indemnify, save and hold harn letion of this locality, and ✓ agrees that- ;has been contractors public Ming forth all endardays ✓ grant the J a denial, ,as provided le herein lent to such :lays in ntractor for act --except nee, in jch 'aY inder� be - with ciut less the Owner, and any of its officers, agents and employees, 14 i 15 Owner comple comple obligati warrant 45. CORR Contra( on acot Contra( to the r+ other c( such cc Owner i Neither contras Contrac shall ap Repres 46. PAYME The 0% the who (a) (b) (c) When-0 amount 47. CLAM It IS; furtl shall be Repres( Timely shall be under tF Owner`s WORK ive. v T._i HHEhD if the Ity, or, Itative and ail work- of - � d repl�oe any representative vision inthe- on d :efrom, which re work not remedied and/or work not performed. filed or reasonable evidence indicating possible filing of claims. to another contractor. 3 grounds are removed, or the. Contractor provides a surety bond satisfactory #a the OWn, I, payment shall be made for amounts withheld bemuse -of them, r nultity U aunt of. U r, in the tractor IWNS Eion, Awnar No Text OUt wiuWn is uw suuwct mattvr vi inis contract, qDS No Text o ,; No Text No Text RE: RESOLUTION NO.2002-RO483, NOVEMBER 145,2002 EXHIBIT A City of Lubbock Building Construction Trades Prevailing Rates Craft Hourly Rate Acoustical Ceiling Installer 1i.50 Air Conditioner Installer 12.00 Air Conditioner Installer -Helper 7.50 Asbestos Worker 9.00 -, Asbestos Supervisor 12.50 . Bricklayer 12.50 Bricklayer -Helper ' 7.00 -. Carpenter 11.00 Carpenter -Helper 7.00 Cement Finisher 9.00 ; Drywall Hanger I L00 i Electrician 1-5.00 Electrician -Helper 8.00 Equipment Operator -Heavy 10.00 y Equipment Operator -Light 9.00 Fire Sprinkler Fitter -Journey .18.00 Fire Sprinkler Fitter -Apprentice 10.00 Floor Installer 9.50 Glazier 10.50 Insulator-Piping/Boiler 10.54 Insulator -Helper ; 7.00 Iron Worker 11.00 Laborer -Generale 6.00 Mortar Mixer 6.00 Painter 9.50 Plumber 12.50 Plumber -Helper 7.00 Roofer 9.00 Roofer -Helper 7.00 Sheet Metal Worker 10.00 Sheet Metal Worker -Helper 7.00 Welder -Certified 11.00 1 r Craft Hourly Rate Asphalt Heaterman -.00 = 1 Asphalt Shoveler Concrete Finisher 7.50 9.00 Concrete Finisher -Helper 7.50 Electrical Repairer -Equipment 12.50 Flagger 6.50 Form Setter 8.00 Form Setter -Helper 6.50 Laborer -General 6.00 Laborer -Utility 63-5 Mechanic 9.00 Mechanic -Helper 7.00 Power Equipment Operators Asphalt Paving Machine 9.00 Bulldozer 9.00 Concrete Paving Machine 9.00 Front End Loader 9.00 Heavy Equipment Operator 9.00 Light Equipment Operator 8.00 Motor Grader Operator 10.25 Roller 7.00 Scraper 7.50 Tractor -Trailer ' $.50 Truck Driver -Heavy 9.00 Truck Driver -Light 7.00 S No Text No Text No Text TABLE OF CONTENTS DIVISION 0 - BIDDING REQUIREMENTS AND CONTRACT INFORMATION Not Used DIVISION 1 - GENERAL REQUIREMENTS 01010 Summary of Work......................................................................................................................2 01300 Administrative Requirements.....................................................................................................4 01330 Submittal Procedures.................................................................................................................5 01600 Product Requirements................................................................................................................. 3 01650 Starting of Systems....................................................................................................................2 01700 Execution Requirements............................................................................................................3 DIVISION 2 - SITE WORK 02072 Minor Demolition for Remodeling............................................................................................. 3 DIVISION 3 - CONCRETE Not Used DIVISION 4 - MASONRY Not Used DIVISION 5 - METAL Not Used DIVISION 6 - WOOD AND PLASTICS Not Used 03873003 TABLE OF CONTENTS PAGE - 1 07/03 f i DIVISION 7 - THERMAL AND MOISTURE PROTECTION Not Used DIVISION 8 - DOORS AND WINDOWS Not Used DIVISION 9 - FINISHES Not Used DIVISION 10 - SPECIALTIES Not Used DIVISION 11- EQUIPMENT Not Used DIVISION 12 - FURNISHINGS Not Used DIVISION 13 - SPECIAL CONSTRUCTION Not Used DIVISION 14 - CONVEYING SYSTEMS Not Used 03873003 TABLE OF CONTENTS PAGE - 2 07/03 PART 3 - EXECUTION Not Used END OF SECTION 03873003 SUMMARY OF WORK 01010 - 2 07/03 �f t_ 3 SECTION 01300 ADMINISTRATIVE REQUIREMENTS PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this Section. 1.2 SECTION INCLUDES A. Coordination. B. Field engineering. C. Preconstruction meeting. D. Site mobilization meeting. E. Progress meetings. F. Preinstallation meetings. G. Cutting and patching. 1.3 COORDINATION A. Coordinate scheduling, submittals, and Work of the various Sections of the Project Manual to '- assure efficient and orderly sequence of installation of interdependent construction elements. B. Verify that utility requirements and characteristics of operating equipment are compatible with building utilities. Coordinate work of various Sections having interdependent responsibilities for installing, connecting to, and placing in service, such equipment. C. Coordinate space requirements and installation of mechanical and electrical work which are indicated diagrammatically on Drawings. Follow routing shown for pipes, ducts, and conduit, as closely as practicable; place runs parallel with line of building. Utilize spaces efficiently to maximize accessibility for other installations, for maintenance, and for repairs. D. In finished areas, except as otherwise indicated, conceal pipes, ducts, and wiring within the construction. Coordinate locations of fixtures and outlets with finish elements. E. Large Apparatus: Any large piece of apparatus which is to be installed in any space in the building, and which is too large to permit access through windows, doorways or shafts, shall be t brought to the job by the Contractor involved and placed in the space before the enclosing structure is completed. F. Items which require electrical connections shall be coordinated with Division 16 for: u 1. Voltage 2. Phase 3. Ampacity HI4. No. and size of wires 5. Wiring diagrams 6. Starter size, details and location 7. Control devices and details - G. Coordinate completion and clean up of Work of separate Sections in preparation for Substantial Completion and for portions of Work designated for Owners partial occupancy. 03873003 ADMINISTRATIVE REQUIREMENTS 01300 - 1 07/03 4 H. After Owner occupancyof remises coordinate access to site for correction of defective Work premises, and Work not in accordance with Contract Documents, to minimize disruption of Owner's activities. 1.4 PRECONSTRUCTION MEETING A. Owner will schedule a meeting after Notice to Proceed. B. Attendance Required: Owner, Architect, Engineer, Contractor and major Subcontractors. C. Agenda: 1. Submission of executed bonds and insurance certificates. 2. Distribution of Contract Documents. 3. Submission of list of Subcontractors, list of products, Schedule of Values, and progress schedule. 4. Designation of personnel representing the parties in Contract and the Architect/Engineer. 5. Procedures and processing of field decisions, submittals, substitutions, applications for payments, proposal request, Change Orders and Contract closeout procedures. 6. Scheduling. a. Use of premises by Owner and Contractor. b. Owner's requirements and partial occupancy. C. Construction facilities and controls provided by Owner. d. Temporary utilities provided by Owner. e. Survey and building layout. f. Security and housekeeping procedures. g. Schedules. h. Procedures for testing. i. Procedures for maintaining record documents. j. Requirements for start-up of equipment. k. Inspection and acceptance of equipment put into service during construction period. 1.5 PROGRESS MEETINGS A. Owner shall schedule and administer meetings throughout progress of the Work at minimum bi-monthly intervals. B. Owner will make arrangements for meetings, prepare agenda with copies for participants, preside at meetings. C. Attendance Required: Job superintendent, major Subcontractors and suppliers, Architect and Engineer, as appropriate to agenda topics for each meeting. D. Agenda: 1. Review minutes of previous meetings._1 2. Review of Work progress. i 3. Field observations, problems, and decisions. 4. Identification of problems which impede planned progress. i 5. Review of submittals schedule and status of submittals. 6. Review of off -site fabrication and delivery schedules. 7. Maintenance of progress schedule. 8. Corrective measures to regain projected schedules. 9. Planned progress during succeeding work period. 10. Coordination of projected progress. 11. Maintenance of quality and work standards. �z 03873003 ADMIlUSTRATIVE REQUIREMENTS 01300 - 2 07/03 i 12. Effect of proposed changes on progress schedule and coordination. 13. Other business relating to Work. PART 2 - PRODUCTS 2.1 EQUIPMENT ELECTRICAL CHARACTERISTICS AND COMPONENTS A. Motors: Specific motor type is specified in individual specification sections. B. Wiring Terminations: Provide terminal lugs to match branch circuit conductor quantities, sizes, and materials indicated. Size terminal lugs to NFPA 70, include lugs for terminal box. C. Cord and Plug: Provide minimum 6 foot cord and plug including grounding connector for connection to electric wiring system. Cord of longer length is specified in individual specification sections. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that existing site conditions and substrate surfaces are acceptable for subsequent Work. Beginning new Work means acceptance of existing conditions. B. Examine and verify specific conditions described in individual specification sections. C. Verify that utility services are available, of the correct characteristics, and in the correct location. 3.2 PREPARATION A. Clean substrate surfaces prior to applying next material or substance. B. Seal cracks or openings of substrate prior to applying next material or substance. C. Apply any manufacturer required or recommended substrate primer, sealer, or conditioner prior to applying any new material or substance in contact or bond. 3.3 CUTTING AND PATCHING A. Employ skilled and experienced installer to perform cutting and patching. B. Submit written request in advance of cutting or altering elements which affects: 1. Structural integrity of element. 2. Integrity of weather -exposed or moisture -resistant elements. 3. Efficiency, maintenance, or safety of element. 4. Visual qualities of sight -exposed elements. 5. Work of Owner or separate contractor. C. Execute cutting, fitting, and patching to complete Work, and to: 1. Fit the several parts together, to integrate with other Work. 2. Uncover Work to install or correct ill-timed Work. 3. Remove and replace defective and non -conforming Work. 4. Remove samples of installed Work for testing. 5. Provide openings in elements of Work for penetrations of mechanical and electrical Work. 03873003 ADMINISTRATIVE REQUIREMENTS 01300 - 3 07/03 D. Execute work by methods which will avoid damage to other Work, and provide proper surfaces to receive patching and finishing. rt, E. Cut rigid materials using masonry saw or core drill. F. Restore Work with new products in accordance with requirements of Contract Documents. } G. Fit Work tight to pipes, sleeves, ducts, conduit, and other penetrations through surfaces. H. Maintain integrity of wall, ceiling, or floor construction; completely seal voids. ° I. Refinish surfaces to match adjacent finishes. For continuous surfaces, refinish to nearest intersection; for an assembly, refinish entire unit. J. Identify any hazardous substance or condition exposed during the Work to the Architect for decision or remedy. END OF SECTION 03873003 ADMINISTRATIVE REQUIREMENTS 01300 - 4 07/03 SECTION 01330 SUBMITTAL PROCEDURES PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this Section. 1.2 SECTION INCLUDES A. Submittal procedures. B. Construction progress schedules. C. Proposed products list. D. Shop drawings. E. Product data. F. Samples. G. Design data. H. Test reports. I. Certificates. J. Manufacturers' instructions. K. Manufacturers' field reports. L. Erection drawings. M. Construction photographs. 1.3 RELATED SECTIONS A. Section 01700 -Execution Requirements: Contract Closeout: Contract warranty, manufacturer's certificates and closeout submittals. 1.4 SUBMITTAL PROCEDURES A. Submit to Architect for review for limited purpose of checking for conformance with information given and design concept expressed in Contract Documents. B. Produce copies and distribute in accordance with SUBMITTAL PROCEDURES article and for record documents purposes described in Section 01700. C. Transmit each submittal with Contractor's standard transmittal letter including Contractor's name, address and phone number. D. Sequentially number transmittal forms using Section number or Contractors other sequential numbering system. E. Identify Project, Contractor, Subcontractor or supplier; pertinent drawing sheet and detail number(s), and specification Section number, appropriate to submittal. F. Apply Contractor's stamp, signed or initialed certifying that review, verification of Products required, field dimensions, adjacent construction Work, and coordination of information, is in accordance with the requirements of the Work and Contract Documents. G. Schedule submittals to expedite the Project, and deliver to Architect at business address. Coordinate submission of related items. 03873003 SUBMITTAL PROCEDURES 01330 - 1 07/03 H. For each submittal for review, allow 15 days excluding delivery time to and from the ` Contractor. I. Identify variations from Contract Documents and product or system limitations which may be detrimental to successful performance of completed Work. J. Allow space on submittals for Contractor and Architect/Engineer review stamps. K. Distribute copies of reviewed submittals to concerned parties. Instruct parties to promptly report any inability to comply with provisions. L. Submittals not requested will not be recognized or processed. M. Format ' 1. Submit all submittals using an 8 1/2 x 11 inch format. 2. For submittals larger than 8'/z x 11 inches, prefold to an 8 %z x 11 format. Submittals not pre -folded will be rejected. ' N. At Architect's/Engineer's option, submittals will not be individually marked, but will be reviewed using Architect's/Engineer's standard submittal review form. O. Copies Required 1. Structural and Architectural Submittals: Number of copies Contractor requires plus three copies which will be retained by Architect. 2. Mechanical, Plumbing and Electrical Submittals: Number of copies Contractor requires plus four copies which will be retained by Architect. 1.5 RESUBMITTAL REQUIREMENTS A. Revise and resubmit submittals, as required, and resubmit to meet requirements as specified and as noted on submittal reviews. B. Mark as RESUBMITTAL. C. Re -use original transmittal number and supplement with sequential alphabetical or numeric suffix for each re -submittal. 1.6 CONSTRUCTION PROGRESS SCHEDULES A. Submit initial progress schedule in duplicate for Architect's/Engineer's review within 15 days after date established in Notice to Proceed. i.-1 B. Revise and resubmit as required. C. Submit revised schedules with each Application for Payment, identifying changes since g previous version. i_ D. Submit a horizontal bar chart with separate line for each section of Work, identifying first work day of each week. E. Submit computer generated network analysis schedule as specified in Section 01323. F. Show complete sequence of construction by activity, identifying Work of separate stages and other logically grouped activities. Indicate the early and late start, early and late finish, float i dates, and duration. G. Indicate estimated percentage of completion for each item of Work at each submission. H. Submit separate schedule of submittal dates for shop drawings, product data, and samples,., including dates reviewed submittals will be required from Architect/Engineer. Indicate decision dates for selection of finishes.__ I. Revisions To Schedules: 1. Indicate progress of each activity to date of submittal, and projected completion date of each activity. 2. Identify activities modified since previous submittal, major changes in scope, and other identifiable changes. 03873003 SUBMITTAL PROCEDURES 01330 - 2 07/03 1 3. Prepare narrative report to define problem areas, anticipated delays, and impact on Schedule. Report corrective action taken, or proposed, and its effect including effect of changes on schedules of separate contractors. 1.7 PROPOSED PRODUCTS LIST A. Within 15 days after date of Notice to Proceed, submit complete list of major products proposed for use, with name of manufacturer, trade name, and model number of each product. B. For products specified only by reference standards, give manufacturer, trade name, model or catalog designation, and reference standards. 1.8 SHOP DRAWINGS A. Indicate special utility and electrical characteristics, utility connection requirements, and location of utility outlets for service for functional equipment and appliances. B. Drawing Size: Minimum 8'/z x 11 inches and maximum 30 x 42 inches. C. Form 1. For drawings larger than 11 x 17 inches, submit in the form of one reproducible transparency and one opaque reproduction. 2. For drawings 11 x 17 inches and smaller, submit opaque reproductions. D. Draw details to a minimum size of 12 inches equal to 1 foot. E. Draw site plans to same scale indicated on contract drawings. F. Draw all other plans to a minimum size of 1/8 inch equal to 1 foot. G. At Architect's/Engineer's option, depending on extent of review comments, either all opaque copies will be marked or only the reproducible will be marked and returned to the Contractor to make copies required. 1.9 PRODUCT DATA A. Mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. B. Include recommendations for application and use, and reference to compliance with specified standards of trade associations and testing agencies. C. Include notation of special coordination requirements for interfacing with adjacent work and building utilities where applicable. D. After review, distribute in accordance with Article on Procedures above and provide copies for Record Documents described in Section 01700 — Execution Requirements. 1.10 SAMPLES a A. Submit samples to illustrate functional and aesthetic characteristics of the product, with integral parts and attachment devices. Coordinate sample submittals for interfacing work. B. Unless otherwise specified, submit samples of finishes from manufacturers' full range of standard colors, textures, and patterns, for Architect's/Engineer's selection. C. Where variations in color, pattern or texture are inherent in the material or product, submit multiple samples to indicate the approximate range or variations. D. Include full Project information and identification of manufacturer, model number, type, style and color on each sample. E. Submit the number or samples specified in individual specification Sections; one of which will { be retained by Architect. 03873003 SUBMITTAL PROCEDURES 01330 - 3 07/03 F. Reviewed samples which may remain as part of the Work are indicated in individual specification Sections. G. Samples will not be used for testing purposes unless specifically stated in individual specification section. 1.11 DESIGN DATA A. Submit for Architect's knowledge as contract administrator or for Owner. B. Submit for information for limited purpose of assessing conformance with information given and design concept expressed in Contract Documents. 1.12 TEST REPORTS A. Submit for Architect's knowledge as contract administrator or for Owner. B. Submit test reports for information for limited purpose of assessing conformance with information given and design concept expressed in Contract Documents. 1.13 CERTIFICATES A. When specified in individual specification sections, submit certification by manufacturer, installation/application subcontractor, or Contractor to Architect, in quantities specified for Product Data. B. I Indicate material or product conforms to or exceeds specified requirements. Submit supporting reference data, affidavits, and certifications as appropriate. C. Certificates may be recent or previous test results on material or product, but must be acceptable to Architect. 1.14 MANUFACTURER'S INSTRUCTIONS A. When specified in individual specification sections, submit manufacturers' printed instructions for delivery, storage, assembly, installation, start-up, adjusting, and finishing. B. Identify conflicts between manufacturers' instructions and Contract Documents. C. Indicate special procedures, conditions requiring special attention and special environmental criteria required for application or installation. 1.15 MANUFACTURER'S FIELD REPORTS A. Submit reports for Architect's benefit as contract administrator or for Owner. B. Submit report in duplicate within 30 days of observation to Architect for information. C. Submit for information for limited purpose of assessing conformance with information given and design concept expressed in Contract Documents. PART2-PRODUCTS Not Used in LA 03873003 SUBMITTAL PROCEDURES 01330 - 4 07/03 IPART 3 - EXECUTION Not Used END OF SECTION L 03873003 SUBMITTAL PROCEDURES 01330-5 07/03 SECTION 01600 PRODUCT REQUIREMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this Section. 1.2 SECTION INCLUDES A. Products. B. Product Delivery, Storage and Handling. C. Product options. D. Substitutions. 1.3 PRODUCTS A. Products: Means new material, machinery, components, equipment, fixtures; and systems forming the Work and does not include machinery and equipment used for preparation, fabrication, conveying and erection of the Work. Products may also include existing materials or components required for reuse. B. Provide interchangeable components of the same manufacturer, for similar components. 1.4 PRODUCT DELIVERY, STORAGE AND HANDLING A. Delivery 1. Deliver materials, products and equipment to the project site in manufacturer's original, unopened containers or packaging, with identifying labels intact and legible. 2. Promptly inspect shipments to assure that products comply with requirements, quantities are correct, and products are undamaged. 3. Provide equipment and personnel to handle products by methods to prevent soiling, disfigurement, or damage. 4. Arrange deliveries in accordance with the construction schedule and in ample time to facilitate inspection prior to installation to avoid unnecessary delays in the construction process. B. Storage l . Store and protect products in accordance with manufacturer's instructions, with seals and labels intact and legible. 2. Store sensitive products in weather -tight, climate controlled enclosures. 3. For exterior storage of fabricated products, place on sloped supports, above ground. 4. Cover products subject to deterioration with impervious sheet covering. Provide ventilation to avoid condensation or potential degradation of Products. 5. Store loose granular materials on solid flat surfaces in a well -drained area. Prevent mixing with foreign matter. 6. Provide equipment and personnel to store products by methods to prevent soiling, disfigurement, or damage. 03873003 PRODUCT REQUIREMENTS 01600 - 1 07/03 � � �...__. ._.... .���., m.d ':..° s 34 SECTION 01650 STARTING OF SYSTEMS PART1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this Section. 1.2 SECTION INCLUDES A. Starting systems. B. Demonstration and instructions. C. Testing, adjusting, and balancing. 1.3 RELATED SECTIONS A. Section 01700 - Contract Closeout: System operation and maintenance data and extra materials. B. Division 15 - Testing Adjusting and Balancing. 1.4 STARTING SYSTEMS A. Coordinate schedule for start-up of various equipment and systems. B. Notify Architect seven days prior to start-up of each item. C. Verify that each piece of equipment or system has been checked for proper lubrication, drive rotation, belt tension, control sequence, or other conditions which may cause damage. D. Verify that tests, meter readings, and specified electrical characteristics agree with those required by the equipment or system manufacturer. E. Verify wiring and support components for equipment are complete and tested. F. Execute start-up under supervision of responsible manufacturer's representative and Contractors' personnel in accordance with manufacturers' instructions. G. When specified in individual specification Sections, require manufacturer to provide authorized representative to be present at site to inspect, check and approve equipment or system installation prior to start-up, and to supervise placing equipment or system in operation. 1.5 DEMONSTRATION AND INSTRUCTIONS ., A. Demonstrate operation and maintenance of Products to Owner's personnel two weeks prior to date of final inspection. B. For equipment or systems requiring seasonal operation, perform demonstration for other season. C. Utilize operation and maintenance manuals as basis for instruction. Review contents of manual with Owners' personnel in detail to explain all aspects of operation and maintenance. D. Demonstrate start-up, operation, control, adjustment, trouble -shooting, servicing, maintenance, and shutdown of each item of equipment at agreed -upon times, at equipment location. E. Prepare and insert additional data in operations and maintenance manuals when need for additional data becomes apparent during instruction. 03873003 STARTING OF SYSTEMS 01650 - 1 �_ _ 07/03 PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 03873003 STARTING OF SYSTEMS 01650 - 2 07103 SECTION 01700 EXECUTION REQUIREMENTS PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this Section. 1.2 SECTION INCLUDES A. Closeout procedures. B. Final cleaning. C. Adjusting. D. Project record documents. E. Operation and maintenance data. F. Warranties. G. Spare parts and maintenance materials. 1.3 RELATED SECTIONS A. Section 01500 - Temporary Facilities and Controls: Progress cleaning. B. Section 01650 - Starting of Systems: System start-up, testing, adjusting, and balancing. 1.4 CLOSEOUT PROCEDURES A. Submit written certification that Contract Documents have been reviewed, Work has been inspected, and that Work is complete in accordance with Contract Documents and ready for Architect's inspection. B. Provide submittals to Architect that are required by governing or other authorities. C. Submit final Application for Payment identifying total adjusted Contract Sum, previous payments, and sum remaining due. 1.5 FINAL CLEANING A. Execute final cleaning prior to final inspection. B. Clean interior and exterior glass and surfaces exposed to view; remove temporary labels, stains and foreign substances, polish transparent and glossy surfaces, vacuum carpeted and soft surfaces. C. Clean equipment and fixtures to a sanitary condition. D. Replace filters of operating equipment. E. Clean debris from roofs, gutters, downspouts, and drainage systems. F. Clean site; sweep paved areas, rake clean landscaped surfaces. G. Remove waste and surplus materials, rubbish, and construction facilities from the site. H. Repair, patch and touch-up marred surfaces to match adjacent finishes. I. Clean ducts, blowers and coils if air conditioning units were operated during construction. 03873003 EXECUTION REQUIREMENTS 01700 - 1 07/03 1.6 ADJUSTING A. Adjust operating Products and equipment to ensure smooth and unhindered operation. 1.7 PROJECT RECORD DOCUMENTS A. Maintain on site, one set of the following record documents; record actual revisions to the Work: 1. Contract Drawings. 2. Specifications. 3. Addenda. 4. Change Orders and other Modifications to the Contract. 5. Reviewed shop drawings, product data, and samples. B. Store Record Documents separate from documents used for construction. C. Record information concurrent with construction progress. D. Specifications: Legibly mark and record at each Product section description of actual Products installed, including the following: 1. Manufacturer's name and product model and number. 2. Product substitutions or alternates utilized. 3. Changes made by Addenda and Modifications. E. Record Documents and Shop Drawings: Legibly mark each item to record actual construction including: 1. Measured depths of foundations in relation to finish first floor datum. 2. Measured horizontal and vertical locations of underground utilities and -appurtenances, referenced to permanent surface improvements. 3. Measured locations of internal utilities and appurtenances concealed in construction, referenced to visible and accessible features of the Work. 4. Field changes of dimension and detail. 5. Details not on original Contract Drawings. 6. Changes made by addenda and modification. F. Submit documents to Architect with claim for final Application for Payment. 1.8 OPERATION AND MAINTENANCE DATA A. Submit one copy 15 days prior to final inspection, 8 I/s x 11 inch text pages, bound in three D-ring binders with durable plastic covers. B. This copy will be returned after final inspection, with Architect comments. Revise content of documents as required prior to final submittal. C. Submit two final volumes revised within ten days after final inspection. D. Prepare binder covers with printed title "OPERATION AND MAINTENANCE INSTRUCTIONS", title of project, and subject matter of binder when multiple binders are required. E. Internally subdivide the binder contents with permanent page dividers, logically organized as described below; with tab titling clearly printed under reinforced laminated plastic tabs. F. Contents: Prepare a Table of Contents for each volume, with each Product or system description identified, type on 24 pound white paper. G. Part 1: Directory, listing names, addresses, and telephone numbers of Architect, Contractor, Subcontractors, and major equipment suppliers. 03873003 EXECUTION REQUIREMENTS 01700 - 2 07/03 1 F H. Part 2: Operation and maintenance instructions, arranged by system and subdivided by specification section. For each category, identify names, addresses, and telephone numbers of Subcontractors and suppliers. Identify the following: 1. Significant design criteria. 2. List of equipment. 3. Parts list for each component. 4. Operating instructions necessary for Owner to make full and efficient use of equipment including recommended maintenance and seasonal change -over procedures for HVAC systems. 5. Maintenance instructions for equipment and systems. 6. Maintenance instructions for finishes, including recommended cleaning methods and materials and special precautions identifying detrimental agents. I. Part 3: Project documents and certificates, including the following: 1. Shop drawings and product data. 2. Air and water balance reports. 3. Certificates. _ 4. Photocopies of warranties and bonds. 1.9 WARRANTIES A. Provide duplicate notarized copies. B. Execute and assemble documents from Subcontractors, suppliers, and manufacturers. C. Provide Table of Contents and assemble with metal prong binder in durable plastic presentation ' cover. _ D. Submit prior to final Application for Payment. E. For items of Work delayed beyond date of Substantial Completion, provide updated submittal ' within ten days after acceptance, listing date of acceptance as start of warranty period., 1.10 SPARE PARTS AND MAINTENANCE MATERIALS A. Provide products, spare parts, maintenance and extra materials in quantities specified in individual specification Sections. B. Deliver to project site and place in location as directed; obtain receipt prior to final payment. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 03873003 EXECUTION REQUIREMENTS 01700 - 3 _ 07/03 SECTION 02072 MINOR DEMOLITION FOR REMODELING PART 1-GENERAL 1.1 RELATED SECTIONS A. Drawings, General Conditions of the Agreement and Division 1- General Requirements apply to Work of this Section. 1.2 SECTION INCLUDES A. Removal of designated construction. B. Disposal of materials. C. Identification of utilities. 1.3 RELATED SECTIONS A. Section 01010 - Summary of Work: Owner's continued occupancy. ' B. Section 01039 - Coordination and Meetings. C. Section 01500 - Construction Facilities and Temporary Controls: Temporary enclosures, dust control barricades, security at Owner occupied areas, and cleanup during construction. D. Section 01700 - Contract Closeout: Project record documents. 1.4 SUBMITTALS FOR REVIEW A. Section 01330 - Submittals: Procedures for submittals. 1.5 SUBMITTALS FOR CLOSEOUT A. Section 01700 - Contract Closeout: Procedures for submittals. B. Project Record Documents: Accurately record actual locations of capped utilities and subsurface obstructions. 1.6 REGULATORY REQUIREMENTS A. Conform to applicable code for demolition work, dust control and products requiring electrical disconnection and reconnection. B. Obtain required permits from authorities. C. Do not close or obstruct egress width to any building or site exit. D. Do not disable or disrupt building fire or life safety systems without 3 days prior written notice to Owner. E. Conform to procedures applicable when hazardous or contaminated materials are discovered. 03873003 MINOR DEMOLITION FOR REMODELING 02072 - 1 07/03 1.7 SCHEDULING A. Section 01330 - Submittals: Work schedule. B. Perform noisy, malodorous or dusty work: 1. Coordinate with Owner. 1.8 PROJECT CONDITIONS A. Conduct demolition to minimize interference with adjacent and occupied building areas. B. Cease operations immediately if structure appears to be in danger and notify Architect. Do not resume operations until directed. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION 3.1 PREPARATION A. Erect and maintain temporary partitions to prevent spread of dust, odors, and noise to permit continued Owner occupancy. B. Where demolition occurs immediately adjacent to occupied portions of the building, construct dust -proof partitions of minimum 4-inch studs, 5/8-inch drywall (joints taped) on occupied side, 1/2-inch fire -retardant plywood on demolition side. Fill partition cavity with sound -deadening insulation. C. Protect existing materials and equipment which are not to be demolished. D. Provide protective covers over existing carpet and vinyl composition flooring, including floor finish in elevator. E. Provide elevator manufacturer's standard protective padding on elevator walls. F. Provide temporary protective comer protection at all outside comers along route for removal of refuse. G. Do not store nor pile demolition materials nor equipment on any part of the structure in a manner that would cause permanent damage. H. Prevent movement of structure; provide bracing and shoring. I. Notify affected utility companies before starting work and comply with their requirements. J. Mark location and termination of utilities. Provide bypass connections as necessary to maintain continuity of service to occupied areas of building. Provide minimum of 72 hours advance notice to Architect if shutdown of service is necessary during changeover. K. Provide appropriate temporary signage including signage for exit or building egress. L. Set refuse containers at location approved by Owner. M. Do not use water when it may create hazardous or objectionable conditions such as ice, flooding, and pollution. 03873003 MINOR DEMOLITION FOR REMODELING 02072 - 2 07/03 3.2 DEMOLITION A. Disconnect and identify designated utilities within demolition areas. B. Demolish in an orderly and careful manner. Protect existing supporting structural members. C. Flame Cutting: Do not use cutting torches for removal until work area is cleared of flammable materials. At concealed spaces, such as interior of ducts and pipe spaces, verify condition of hidden space before starting flame -cutting operations. Maintain portable fire suppression devices during flame -cutting operations. D. Maintain fire protection services during demolition operations. E. Remove temporary Work. F. Locate demolition equipment throughout structure and promptly remove debris to avoid imposing excessive loads on supporting walls, floors, or framing. I. Provide services for effective air and water pollution controls as required by local authorities having jurisdiction. G. If unanticipated mechanical, electrical, or structural elements that conflict with intended function or design are encountered, investigate and measure both nature and extent of the conflict. Submit report to Architect/Engineer in written, accurate detail. Pending receipt of directive from Architect/Engineer, rearrange demolition schedule as necessary to continue overall job progress without undue delay. H. If hazardous materials are encountered during demolition operations, comply with applicable regulations, laws, and ordinances concerning removal, handling, and protection against exposure or environmental pollution. 3.3 DISPOSAL A. Coordinate route for movement of refuse within the existing building with the Owner to create the least amount of interference with Owner's continuing occupancy and operations. B. Remove demolished materials from site except where specifically noted otherwise. Do not burn or bury materials on site. C. Storage or sale of removed items on site will not be permitted. D. Remove materials as Work progresses. 3.4 CLEANUP A. Repair damaged pavement and landscaping under refuse containers and return to original condition. B. Repair existing finishes to remain, which are damaged during demolition, to match adjacent finishes. C. Shampoo all soiled carpet along the refuse removal route. Repair or replace carpet along the refuse removal route which has been damaged. Make repairs to satisfaction of Owner. D. Upon completion of demolition work, remove tools, equipment, and demolished materials from site. E. Remove protections and leave exterior areas broom clean. F. Repair demolition performed in excess of that required. Return elements of construction and surfaces to remain to condition existing prior to start operations. G. Repair adjacent construction or surfaces soiled or damaged by demolition work. END OF SECTION 03873003 MINOR DEMOLITION FOR REMODELING 02072 - 3 07/03 No Text SECTION 15000 GENERAL PROVISIONS FOR MECHANICAL AND ELECTRICAL PART 1- GENERAL 1.1 GENERAL A. In general, the lines and ducts to be installed by the various trades under these specifications shall be run as indicated, as specified herein, as required by particular conditions at the site, and as required to conform to the generally accepted standards as to complete the work in a neat and satisfactorily workable manner. The following is a general outline concerning the running of various lines and ducts and is to be excepted where the drawings or conditions at the building necessitate deviating from these standards. -' B. All piping, conduit and ductwork for the mechanical and electrical trades shall pass vertically through finished areas concealed in chases, except as otherwise specified above, indicated on the drawings, or required. Horizontal lines run on the undersides of the construction above in areas that have ceilings shall be run concealed in those ceilings, unless otherwise specifically indicated or directed. C. Piping, ductwork, conduits and raceways may be run exposed in machinery and equipment spaces, where serving as connections to motors and equipment items in finished rooms where exposed connections are required, and elsewhere as indicated on the drawings or required. ' D. All conduits in any space where they are exposed shall run parallel with the building walls. - They shall enter the concealed areas perpendicular with the walls, ceilings or floors. Fittings shall be used where necessary to comply with this requirement. E. The Contractor shall thoroughly acquaint himself with the details of the construction and finishes before submitting his bid as no allowances will be made because of the Contractor's unfamiliarity with these details. Place all inserts in masonry walls while they are under construction. All concealed lines shall be installed as required by the pace of the general construction to precede that general construction. F. The plans do not give exact details as to elevations of lines and ducts, exact locations, etc., and do not show all the offsets, control lines, pilot lines and other installation details. The Contractor shall carefully lay out his work at the site to conform to the architectural and structural conditions, to provide proper grading of lines, to avoid all obstruction, to conform --, to details of installation supplied by the manufacturers of the equipment to be installed, and thereby to provide an integrated, satisfactorily operating installation. G. The Contractor shall be responsible for the proper fitting of his material and apparatus into the space. Should the particular equipment which any bidder proposes to install require other space conditions than those indicated on the drawings, he shall arrange for such space with -' the Architect before submitting his bid. Should changes become necessary on account of failure to comply with this clause, the Contractor shall make such necessary changes at his (the Contractor's) own expense. -F H. The Contractor shall submit working scale drawings of all his apparatus and equipment which in any way varies from these specifications and plans, which shall be checked by the Engineer before the work is started, and interferences with the structural conditions shall be 1= corrected by the Contractor before the work proceeds. I. Order of precedence shall be observed in laying out the pipe, ductwork, material, and conduit in order to fit the material into the space above the ceiling and in the chases and walls. The -= following order shall govern. 02085 GENERAL PROVISIONS FOR MECHANICAL AND ELECTRICAL 15000 - 1 1.2 1.3 1.4 J. K. L. M 1. Items affecting the visual appearance of the inside of the building such as lighting fixtures, diffusers, grilles, outlets, panelboards, etc. Coordinate all items to avoid conflicts at the site. 2. Lines requiring grade to function such as sewers. 3. Large ducts and pipes with critical clearances. 4. Conduit, water lines, and other lines whose routing is not critical and whose function would not be impaired by bends and offsets. Piping, ducts and conduits serving outlets on items of equipment shall be run in the most appropriate manner. Where the equipment has built-in chases, the lines shall be contained therein. Where the equipment is of the open type, the lines shall be run as close as possible to the underside of the top and in a neat and inconspicuous manner. Exceptions and inconsistencies in plans and specifications shall be brought to the Engineer's attention before the contract is signed, otherwise the Contractor shall be responsible for any and all changes and additions that may be necessary to accommodate his particular apparatus, material, or equipment. The Contractor shall distinctly understand that the work described herein and shown on the accompanying drawings shall result in a finished and working job, and any item required to accomplish this intent shall be included whether specifically mentioned or not. Each bidder shall examine the plans and specifications for the General Construction. If these documents show any item requiring work under Division 15 or 16 and that work is not indicated on the respective "M", "E", "P" drawings he shall notify the Engineer in sufficient time to clarify before bidding. If no notification is received, the Contractor is assumed to require no clarification, and shall install the work as indicated on the General Plans in accordance with the specifications. DIMENSIONS A. Before ordering any material or doing any work, the Contractor shall verify all dimensions, including elevations, and shall be responsible for the correctness of the same. No extra charge or compensation will be allowed on account of differences between actual dimensions and measurements indicated on the drawings. Any difference which may be found shall be submitted to the Engineer for consideration before proceeding with the work. INSPECTION OF SITE A. The accompanying plans do not indicate completely the existing mechanical and electrical installations. The bidders for the work under these sections of the specifications shall inspect the existing installations and thoroughly acquaint themselves with conditions to be met and the work to be accomplished in removing and modifying the existing work, and in installing the new work in the present building and underground serving to and from that structure. Failure to comply with this shall not constitute grounds for any additional payments in connection with removing or modifying any part of the existing installations and/or installing any new work. ELECTRICAL WIRING A. All electric wiring of every character, both for power supply, for pilot and control, for temperature control, for communications, etc. will be done under Division 16 of these specifications. 02085 GENERAL PROVISIONS FOR MECHANICAL AND ELECTRICAL 15000 - 2 [_ B. Every electrical current consuming device furnished as a part of this project, or furnished by the Owner and installed in this project, shall be completely wired up under Division 16. Verification of exact location, method of connection, number and size of wires required, voltage requirements, and phase requirements is the responsibility of the Contractor under Division 16. If conflicts occur between the drawings and the actual requirements, actual requirements shall govern. 1.5 PROGRESS OF WORK A. The Contractor shall keep himself fully informed as to the progress of the work and do his work at the proper time without waiting for notification from the Engineer or Owner. 1.6 MANUFACTURER'S DIRECTIONS A. All manufactured articles shall be applied, installed and handled as directed by the manufacturer. 1.7 MATERIALS AND WORKMANSHIP A. All materials shall be new unless otherwise specified, and of the quality specified. Materials shall be free from defects. All materials of a type for which the Underwriters' Laboratories, Inc., have established a standard shall be listed by the Underwriters' Laboratories, Inc., and shall bear their label. B. Wherever the make of material or apparatus required is not definitely specified, the Contractor shall submit a sample to the Engineer before proceeding. C. The Engineer reserves the right to call for samples of any item of material offered in substitution, together with a sample of the specified material, when, in the Engineer's _P opinion, the quality of the material and/or the appearance is involved and its deemed that an evaluation of the two materials may be better made by visual inspection. This shall be limited to lighting fixtures, wiring devices, plumbing. brass, grilles, registers, ceiling outlets and similar items and shall not be applicable to major manufacturers items of equipment. D. The Contractor shall be responsible for transportation of his materials to and on the job, and shall be responsible for the storage and protection of his materials and work until the final acceptance of the job. E. The Contractor shall furnish all necessary scaffolding, tackle, tools, and appurtenances of all kinds, and all labor required for the safe and expeditious execution of his contract. F. The workmanship shall in all respects be of the highest grade and all construction done according to the best practice of the trade. 1.8 SUBSTITUTION OF MATERIAL A. Where a definite material or only one manufacturer's name is mentioned in these specifications, it has been done in order to establish a standard. The product of the particular manufacturer mentioned is of satisfactory construction and any substitution must be of quality as good as or better than the named article. No substitution shall be made without review by the Engineer, who will be the sole judge of equality. w- B. Within 30 days of being awarded the Contract for any section or sections of the work under this heading, the Contractor shall submit for approval a complete list of the materials he proposes to use. This list shall give manufacturer's names and designations corresponding to each and every item and the submission shall be accompanied by complete descriptive 02085 GENERAL PROVISIONS FOR MECHANICAL AND ELECTRICAL 15000 - 3 literature and/or any supplementary data, drawings, etc., necessary to give full and complete details. If the material is not submitted within 30 days of the contract signing, the Contractor shall furnish the specified materials. C. Should a substitution be accepted under the provisions of the conditions of these specifications, and should this substitute prove to be defective or otherwise unsatisfactory for the service for which it is intended within the guarantee period, the Contractor who originally requested the substitution shall replace the substitute material with the specified material. 1.9 SHOP DRAWINGS 1.10 0 C. IA Wherever shop drawings are called for in these specifications, they shall be furnished by the Contractor for the work involved after review by the Engineer as to the make and type of material and in sufficient time so that no delay or changes will be caused. This. is done in order to facilitate progress on the job and failure on the part of the Contractor to comply shall render him liable to stand the expense of any and all delays, changes in construction, etc., occasioned by his failure to provide the necessary details. Also, if the Contractor fails to comply with this provision, the Engineer reserves the right to go directly to the manufacturer he selects and secure any details he might deem necessary and should there be any charges in connection with this, they shall be borne by the Contractor. Shop drawings will be reviewed by the Engineer for general compliance with the design concept of the project and general compliance with the information given in the contract documents. Review by the Engineer and any action by the Engineer in marking shop drawings is subject to the requirements of the entire contract documents. Contractor will be held responsible for quantities, dimensions which shall be confirmed and correlated at the job site, fabrication processes and techniques of construction, coordination of all.trades and the satisfactory performance of his work. 1. Shop drawings submitted shall not consist of manufacturer's catalogues or tear sheets therefrom that contain no indication of the exact item offered. Rather, the submission of individual items shall designate the exact item offered and shall clearly identify the item with the project. All shop drawings shall be submitted at one time and shall consist of a bound catalogue of all shop drawings under each section, properly indexed and certified that they have been checked by the Contractor. The omissions of any material from the shop drawings which has been shown on the contract drawings or specified, even though the Engineer has reviewed the remainder of the submitted material, shall not relieve this contractor from furnishing and erecting same. PROTECTION OF APPARATUS A. The Contractor shall at all times take such precautions as may be necessary to properly protect his new apparatus from damage. This shall include the erection of all required temporary shelters to adequately protect any apparatus stored in the open on the site, the cribbing of any apparatus above the floor of the construction, and the covering of apparatus in the incompleted building with tarpaulines or other protective covering. Failure on the part of the Contractor to comply with the above to the entire satisfaction of the Engineer will be sufficient cause for the rejection of the pieces of apparatus in question. I I 02085 GENERAL PROVISIONS FOR MECHANICAL AND ELECTRICAL 15000 - 4 �t 1.11 PERMITS, FEES, ETC A. The Contractor under each section of these specifications shall arrange for a permit from the local authority. The Contractor shall arrange for water, gas and electric services. If any charges are made by any of the utility companies due to the work on this project, the contractor shall pay these charges, including charges for metering, connection, street cutting, etc. The Contractor shall pay for any inspection fees, or other fees and charges required by ordinance, law, codes and these specifications. 1.12 TESTING A. The Contractor under each division shall at his own expense perform the various tests as specified and required by the Engineer and as required by the State and local authorities. The Contractor shall furnish all fuel and materials necessary for making tests. 1.13 LAWS, CODES AND ORDINANCES A. All work shall be executed in strict accordance with all local, state, and national codes, ordinances, and regulations governing the particular class of work involved, as interpreted by the inspecting authority. The Contractor shall be responsible for the final execution of the work under this heading to suit those requirements. Where these specifications and the accompanying drawings conflict with these requirements, the Contractor shall report the matter to the Engineer, shall prepare any supplemental drawings required illustrating how the work may be installed so as to comply and on approval, make the changes at, no ' cost to the Owner. On completion of the various portions of the work the installation shall be tested by the constituted authorities and approved and on completion of the work, the Contractor shall obtain and deliver to the Owner a final certificate of acceptance. 1.14 TERMINOLOGY A. Whenever the words "furnish", "provide", "furnish and install," "provide and install", and/or similar phrases occur, it is the intent that the materials and equipment described be furnished, installed and connected under this Division of the Specifications, complete for operation unless specifically noted to the contrary. B. Where a material is described in detail, listed by catalogue number, or otherwise called for, it shall be the Contractor's responsibility to furnish and install the material. C. The use of the word "shall" conveys a mandatory condition to the contract. D. "This section" always refers to the section in which the statement occurs. E. "The project" includes all work in progress during the construction period. F. In describing the various items of equipment, in general, each item will be described singularly, even though there may be a multiplicity of identical or similar items. 1.15 COOPERATION AND CLEANING UP A. The contractor for the work under each section of these specifications shall coordinate his work with the work described in all other sections of the specifications to the end that, as a whole, the job shall be a finished one of its kind, and shall carry on his work in such a manner that none of the work under any section of these specifications shall be handicapped, hindered, or delayed at any time. 02085 GENERAL PROVISIONS FOR MECHANICAL AND ELECTRICAL 15000 - 5 B. At all times during the progress of the work, the Contractor shall keep the premises clean and free of unnecessary materials and debris. The Contractor shall, on direction at any time from the Engineer, clear any designated areas or area of materials and debris. On completion of any portion of the work, the Contractor shall remove from the premises all tools and machinery and all debris occasioned by the work, leaving the premises free of all obstructions and hindrances. 1.16 COORDINATION OF TRADES A. The contractor shall be responsible for resolving all coordination required between trades. For example: B. Items furnished under Division 15 which require electrical connections shall be coordinated with Division 16 for: 1. Voltage 2. 2. Phase 3. 3. Ampacity 4. 4. No. and size of wires 5. 5. Wiring diagrams 6. 6. Starter size, details and location 7. 7. Control devices and details C. Items furnished under various sections which require plumbing connections shall be coordinated for services, pressure, size and location of connections, type of fuel, clearances for service, auxiliary devices required, etc. D. Items requiring insulation shall be fully insulated and that insulation shall be checked against manufacturer's directions and job requirements for suitability, coverage, thickness and finish. E. Items installed in/on finished ceilings shall be coordinated with the ceiling construction. The contractor under each section shall conform to the reflected ceiling plan and shall secure details and/or samples of the ceiling materials as necessary to insure compatibility. Any device not conforming to this requirement shall be replaced by the Contractor at his expense. F. All items specified under Divisions 15 and 16 shall be installed tight, plumb, level, square and symmetrically placed in relation to the work of other trades. 1.17 CUTTING AND PATCHING A. The Contractor for work specified under each section shall perform all structural and general construction modifications and cut all openings through either roof, walls, floors, or ceilings required to install all work specified under that section or to repair any defects that appear up to the expiration of the guarantee. All of this cutting shall be done under the supervision of the Engineer, and the Contractor shall exercise due diligence to avoid cutting openings larger than required or in wrong locations. Verify the scope of this work at the site and in cooperation with all other trades before bidding. B. No cutting shall be done to any of the structural members that would tend to lessen their strength, unless specific permission is granted by the Engineer to do such cutting. C. The Contractor for work under each section shall be responsible for the patching of all openings cut to install the work covered by that section and to repair the damage resulting from the failure of any part of the work installed hereunder. D. Before bidding, the Contractor shall review and coordinate the cutting and patching required under the respective section with all trades. E. In all spaces where new work under Division 15 and 16 is installed and no other alteration or refinishing work is shown or called for, existing floors, walls and ceilings shall be restored to 11 02085 GENERAL PROVISIONS FOR MECHANICAL AND ELECTRICAL 15000 - 6 match existing conditions. All cutting and patching shall be done by workmen skilled in the affected trade. F. Where openings are cut through masonry walls, the Contractor under each respective section shall provide and install lintels or other structural supports to protect the remaining masonry and adequate support shall be provided during the cutting operation to prevent any damage to the masonry occasioned by the operation. All structural members, supports, etc. shall be of the size, shape, and installed as directed by the Engineer. 1.18 SEALING A. The Contractor installing pipes, conduits, ducts, etc., shall seal all spaces between pipes and/or sleeves where they pierce walls, partitions or floors by packing fire resistant rope and fire resistant cement. The packing shall effect a complete fire and/or air seal where pipes, conduits, ducts, etc., pierce walls, floors or partitions. 1.19 ACCESS PANELS A. Wherever mechanical and/or electrical equipment is installed and where future access is required through either walls or ceilings and such cannot be obtained through the removable ceiling or through other means, the Contractor shall provide Milcor Style "M" access doors at least 12 inches by 12 inches in size or larger if required for access. Provide access doors for all fire dampers, smoke dampers, valves, etc. 1.20 USE OF SYSTEMS A. It is considered that it will be necessary to operate the mechanical systems to provide heating and ventilation in portions of the building that are enclosed. As systems or portions of systems become operable, they shall be operated as required to maintain habitable conditions in enclosed portions of the building that are still under construction and portions that are fully complete as may be required to properly protect installed piping, equipment and finishes. B. In order to provide protection to ducts, plenums, etc. install temporary filters over or in return air openings until all finished painting is completed. Protect supply outlets, coils, etc. as necessary in each case. C. Except for operation of cooling equipment to prove its performance and to adjust and balance the systems, that equipment will not be operated for comfort of construction workers. D. The use of the equipment for maintaining environmental and/or protective temperature conditions shall in no way constitute acceptance of that equipment and the connected piping, ducts, insulation, finishes, etc. by the Owner. Furthermore, it shall in no way shorten the guarantee period hereinafter specified. The Contractor shall either secure extended warranties from the vendors of equipment or shall purchase insurance to provide proper coverage on the equipment through the guarantee period and shall file with the Engineer substantiating affidavits from equipment manufacturers or a copy of the insurance policy covering the equipment through the guarantee period. The personal underwriting of the Contractor for equipment manufacturer's warranties is not acceptable, but his personal underwriting of piping, ductwork, insulation, and associated materials is acceptable, subject to the provisions of the contract. E. The Contractor shall provide such labor as may be required in the operation of the systems and shall pay all costs. a 02085 GENERAL PROVISIONS FOR MECHANICAL AND ELECTRICAL 15000 - 7 1.21 PAINTING A. New and touch up painting shall be performed by Contractor. B. If the factory finish on any apparatus or equipment is marred, it shall be touched up and then given one coat of half flat half enamel, followed by a coat of machinery enamel of a color to match the original. Paint factory primed surfaces. 1.22 SALVAGE MATERIALS A. Existing equipment, piping, duct, wire, conduit, fixtures, convectors, accessories, and other items associated with the mechanical, electrical or plumbing systems, where abandon, exposed to view or uncovered by any cutting or removal of general construction: If the item has no continuing function (as determined by the Engineer) it shall be removed by the Contractor under the section in which the item normally falls. B. Existing items that are abandon shall be removed from building. C. All items or materials removed from the Project shall be made available for the Owner's inspection. The owner retains the option to claim any item or material. Contractor shall deliver any claimed item or material in good condition to the place designated by the owner. All items not claimed become the property of the Contractor and shall be removed from the site. 1.23 SCHEDULE OF WORK A. The Contractor shall program his work in such manner as to interfere as little as possible with the normal routine of the Owner. It must be understood that the Owner will continue to function throughout the construction period. All water, electrical and sanitary facilities shall therefore be continued in operation with a minimum of interruption and the Contractor shall make any temporary connections necessary to comply with this requirement. B. The work under the various sections must be expedited and close coordination will be required in executing the work. The various trades shall perform their portion of the work at such times as directed so as to insure meeting scheduled completion dates, and to .avoid delaying any other trade. The Engineer will set up completion dates, schedule the times of work in the various areas involved, etc. 1.24 WORDING TIME A. Where new connections are to be made into existing lines, present lines must be relocated or rerouted, present equipment items relocated, or other work accomplished that would affect the operation of the present building, the work shall be carried on at such times as to cause a minimum of interference with the normal operation of that building. In certain cases the work may be accomplished during normal working hours. The work may have to be executed during times of the day outside of the normal working period, on holidays, etc. Each individual case presents a separate decision as to the time during which it shall be performed. The Contractor involved shall present each case to the Engineer for his decision, which will be made after due consultation with the Owner. No additional compensation for overtime will be granted for compliance with these requirements. 02085 GENERAL PROVISIONS FOR MECHANICAL AND ELECTRICAL 15000 - 8 1.25 INSTALLATION DRAWINGS A. It shall be incumbent upon the Contractor to prepare special drawings as called for elsewhere herein or directed by the Engineer to coordinate the work under each section, to illustrate changes in his work, to facilitate its concealment in finished spaces or avoid obstructions, or to illustrate the adaptability of any item of equipment which he proposes to use. B. These drawings shall be used in the field for the actual installation of the work. Unless otherwise directed, they shall not be submitted for approval, but three copies shall be provided to the Engineer for his information. 1.26 OPERATING INSTRUCTIONS A. The Contractor for each section of the work hereunder shall, in cooperation with the representatives of the manufacturers of various equipment items carefully instruct the Owner's representatives in the proper operation of each item of equipment and of each system. During the balancing and adjusting of systems, the Owner's representative shall be made familiar with all procedures. 1.27 OPERATING MANUALS A. Prepare and submit 3 copies of the operating manuals bound in hard covers. Three weeks prior to completion of the work, the Engineer will check the manuals and any additional material necessary to complete the manuals shall be furnished and inserted by the Contractor. B. Manuals shall contain the following data: I . Catalogue data of all equipment. 2.. Shop drawings of all equipment. 3. Trouble shooting procedures for major equipment. 4. Wiring diagrams. 5. Recommended maintenance schedule for equipment. 6. Parts list for all items. 7. Name and address of each vendor. 1.28 GUARANTEE A. Unless a longer guarantee is hereinafter called for, all work, material and equipment items shall be guaranteed for a period of one year after acceptance by the Owner. All defects in labor and materials occurring during this period, as determined by the Engineer, shall be repaired and/or replaced to the complete satisfaction of the Engineer. Guarantee shall be in writing and in triplicate. 1.29 COMPLETION REQUIREMENTS A. Before acceptance and final payment the Contractor under each Division of the specifications -s shall furnish: 1. Accurate "as built" record drawings, shown in red ink on blue line prints furnished for that purpose all changes from the original plans made during installation of the work. Drawings shall be filed with the Engineer when the work is completed. 2. All manufacturer's guarantees. 3. All operating manuals. 4. Guarantees. 02085 GENERAL PROVISIONS FOR MECHANICAL AND ELECTRICAL 15000 - 9 1.30 CONTRACTOR'S RESPONSIBILITY FOR FINAL INSPECTION A. Before calling for the final inspection, the Contractor under each Division shall carefully inspect his work to be sure it is complete and according to plans and specifications. END OF SECTION 02085 GENERAL PROVISIONS FOR MECHANICAL AND ELECTRICAL 15000 - 10 SECTION 15201 FIRE PROTECTION SPRINKLER SYSTEM PART 1- GENERAL 1.1 NOTE A. Conform with applicable provisions of the General Conditions Special Conditions, General Requirements, and Supplemental Conditions. 1.2 SUBMITTALS A. Submit manufacturer's data on all materials, provide complete plan layout of system and hydraulic calculation (for hydraulic design) for approval. 1.3 SCOPE A. The attached plans show the area of work were the existing sprinkler system shall be modified. The design and installation shall be done by a Contractor regularly engaged in the construction of fire protection sprinklers systems and licensed for such by the authorities having jurisdiction. Verify extent of work to be performed at site. 1.4 APPLICABLE SPECIFICATIONS A. The design and installation of the Automatic Sprinkler Systems and the Alarm and Supervisory Systems shall be in strict accordance with all mandatory and recommended provisions of the NFPA, FM, UBC, and UL publications. All recommended provisions of the NFPA (National Fire Codes) listed below shall be considered as mandatory requirements. B. Issues of the following publications, including revisions and amendment as of the date of award of this contract, form a part of this specification. l . National Fire Protection Association Standards (NFPA) 2. No. 101 Life Safety Code 3. No. 13 Sprinkler System 4. No. 70 National Electrical Code 5. No. 72 Fire Alarm Codes 6. No. 24 Outside Protection 7. Factory Mutual System, Factory Mutual Engineering Corporation Publication (FM) 8. Underwriter's Laboratories, Inc. Publication (UL) 9. Approved Equipment Lists (with supplements). 10. Interpretations of state and local authorities 1.5 GENERAL A. All material and equipment shall be new and the current standard products of the manufacturer. Where two or more items of equipment performing the same function are required, they shall be exact duplicates, produced by one manufacturer. However, component parts need not be products of the same manufacturer. 02085 FIRE PROTECTION SPRINKLER SYSTEM 15201 - 1 B. All materials and equipment shall be UL listed and/or FM approved for systems of the type indicated on the drawings, unless otherwise noted, and shall conform to the requirements of NFPA No. 13. PART 2 - PRODUCTS 2.1 MATERIALS AND EQUIPMENT A. The following is a listing of the materials and specifications. The list is comprehensive in nature. It is not intended that all materials listed will necessarily be required, but that those required for the work be selected from this listing. All pipe and fittings shall be non -galvanized, except where called for on the drawings or required by code. ITEM SIZE (INCL) SPECIFICATIONS Pipe All Schedule 10 steel or heavier, ASTM A120 or A53 Fittings, Grooved All Schedule 10, ASTM 120 Fir Grooved Fittings Fittings, Screwed All Malleable iron, 150 lb, ANSI B16.3. Cast iron acceptable. Fittings, Flanged All Steel, 150 lb, ANSI B16.5. 'Cast iron not acceptable. Fittings, Welding All Steel, Sch. 40, ANSI B16.9 Flanges All Steel, 150 lb, ANSI B16.5. Cast iron not acceptable. Threadolets Thru 2" Steel, ANSI B16.11 ASTM A105 Sockolets Weldolets 2" and larger Steel, 90 degrees STD only, ANSI B16.9, ASTM 105 Plugs All Brass, square head, 125 lb, ANSI B16.5 Unions Thru 2" Malleable iron, 300 lb bronze to iron ground joint Flange Gaskets All Red rubber 1/16 inch, ANSI B16.21 Valves: Globe Valves Thru 2" Screwed, bronze body, rising stem, 175 lb WWP, screw -in bonnet, renewable disc, Kennedy Fig. 97. Angle Valves Thru 2" Screwed, bronze body, rising stem, 175 lb WWP, screw -in bonnet, renewable disc, Kennedy Fig. 98. 02085 FIRE PROTECTION SPRINKLER SYSTEM 15201 - 2 Gate Valves Thru 2" r, Gate Valves 2-1/2" & Larger Check Valve Thru 2" Check Valves 2-1/2" & Larger Auto Ball Drip 1/2 or 3/4 Sprinklers and Nozzles: Automatic Sprinkler head, standard upright and pendant Water Flow Alarm Devices: Alarm check valves . ; Water Motor Gong ` Miscellaneous: Pipe Hangers Supports, and Connections Pipe Escutcheons ' Pipe Escutcheons Sprinkler Escutcheon Sprinkler Guard Hypochlorite Water Pressure Gage Siamese Screwed, bronze body, OS&Y, 175 lb WWP, Kennedy Fig. 66. Flanged, iron body, OS&Y, 175 lb WWP, Kennedy Fig. 68 Screwed, bronze body, 175 lb WWP, horizontal swing, renewable disc, Kennedy Fig. 442. Flanged, iron body, 175 lb WWP, bolted bonnet, horizontal swing, renewable seat & rubber faced disc; Kennedy Fig. 126A. Bronze, Grinnell Model F775. Reliable Model G Head type, 165 degree temperature rating satin chrome finish where exposed in finished areas. Provide quick response heads where required. Alarm check valve, complete with trim including retard chamber & connections for pressure switches for local alarm bell & water flow transmitter. Reliable Model E. Reliable Model C. Approved type, in accordance NFPA No. 13 and No. 15 requirements. Chromium -plated brass, one piece held in place by setscrew. Two-piece, finish to match sprinkler except where otherwise specified on drawings. Depth as required to position sprinkler. Approved guard, standard baked red enamel finish. AWWA 300 3-inch minimum dial, 0-300 psi range, polished brass case, Federal Spec. GG-G-76. 2-1/2"x2-l/2"x4" chromium plated flush mounted with caps, chains and sillcock. Mark "AUTO SPKR". FIRE PROTECTION SPRINKLER SYSTEM 15201 - 3 2.2 2.3 Tamper Valve Switch Notifier OSY2 Flow Switch Notifier WFD Series JOINTS A. Joints shall be the grooved or threaded type for 2" and smaller, and shall be grooved, welded or flanged for 2-1/2" and larger. B. Threaded Joints: Threads shall be concentric with the outside of the pipe and shall conform to ANSI B2.1. Threaded joints shall be made tight with an approved thread joint compound or tape. Joint compound shall be applied lightly but sufficiently to cover male threads only. Leaking joint shall not be repaired by peaning or packing. C. Flanged Joints: Flanged joints shall be faced -true, provided with 1/16 inch red rubber gaskets, and made square and tight. When made up, flange bolts shall extend through nuts by at least one full thread. No flanges shall be placed in locations which will be inaccessible after erection. D. Welded Joints: All welding, including methods and qualifications of welders, shall be in strict accordance with the standards and requirements specified in NFPA Nos. 13 and 15. All welds are subject to inspection by the Contracting Officer. The Contracting Officer reserves the right to accept, reject, or demand removal of welds which are in violation of these specifications. Welded branch connections to headers shall be made by use of threadolets, sockolets or weldolets type fittings. E. Cutting: Pipe shall be cut accurately to measurements shown on the shop drawings and to suit field conditions, and shall be carefully worked into place without forcing or springing. All cuts shall be reamed to remove fins and burrs. BACKFLOW PREVENTER A. Provide and install complete and new backflow preventer assembly as shown on the drawings. It shall be installed in conjunction with the existing backflow preventer assembly and piped sot that either or both devices can be used at the same time. The assembly shall be designed and approved, by all authorities having jurisdiction, for protecting the potable water supply to the building. B. The backflow preventer shall operate on the reduced pressure principle. Two check valves in series with a reduced pressure zone between them shall be utilized. An integral relief valve in the reduced pressure zone shall provide two channels: one for air in, one for water out. The backflow shall protect against back-siphonage and back pressure even if both check valves are fouled. C. The assembly shall be rated for a pressure of 175 psig at 110 degrees F. D. The check valve bodies shall be flanged pattern cast iron valves with NSF 61 listed — FDA approved epoxy coating. Check seats shall be bronze. The relief valve seat shall be stainless steel. There shall be no ferrous metal components shall be exposed to the water supply. E. Provide resilient seat OS&Y gate valves as specified for shut-off on both sides of the assembly. Provide a strainer with blow -off valve to protect the assembly against trash in the water supply. F. Provide a drain line from the relief valve to the existing floor drain with an air gap fitting at the valve. G. The assembly shall have a pressure drop of not more than 11 PSIG when flowing water at a nominal velocity of 8 ft. per second. Assembly shall be Watts Series 909 or equal. 02085 FIRE PROTECTION SPRINKLER SYSTEM 15201 - 4 H. Provide completely assembled with auxiliary piping and brass try cocks. Assembly shall be arranged for convenient testing. Testing will be done by University personnel using their own test instruments. PART 3 — EXECUTION 3.1 INSTALLATION A. Piping material, including valves and fittings, shall be delivered to the site in a clean and protected condition. End seals of pipe, valves and flange covers shall be maintained in place, being removed only as necessary for cleaning, fabrication, erection or for inspection by the Contractor. Care shall be exercised in the handling and storage of all piping materials and prefabricated piping so that contamination by moisture, grease, dirt, or injurious foreign matter shall not occur. B. The pipe shall be cut accurately to centerline measurements to suit field conditions, and shall be carefully worked into place without forcing or springing. Piping shall be pitched to allow proper drainage. C. The interior and exterior surfaces of all piping shall be kept clean at all times. Pipe shall be free from fins and burrs and shall be cleaned in accordance with cleaning procedures herein. D. No flanges or unions shall be placed in locations which will be inaccessible after erection. E. All valves shall be properly packed and made leakproof under the test pressures described. F. All piping passing through walls shall be provided with pipe sleeves two pipe sizes larger than the systems piping they accommodate or approved steel sleeves providing annular space around the pipe. Annular space shall be made weather and watertight. G. Where pipes pass through fire walls, fire partitions, or floor/ceiling assemblies, firestopping shall be applied, see Section 16500. H. Escutcheons: Pipe escutcheons shall be provided at all finished surfaces where exposed piping passes through floors, walls or ceiling except in boiler, utility, or equipment rooms. sSprinkler escutcheons shall be provided for all pendant heads through ceilings. Escutcheons shall be fastened securely to the pipe. I. Signs: All control drain and inspector's valves shall be provided with porcelainized metal identification signs. All hydraulically designed systems shall be provided with a permanently attached nameplate data sign as recommended by NFPA No. 13. J. Sprinkler Guards: All sprinkler heads installed within 7 feet of the floor or otherwise subject to mechanical damage shall be equipped with sprinkler guards. K. Testing: Testing of the sprinkler systems and alarm systems shall be as prescribed by NFPA Pamphlet No. 13 and 72. Each test shall be in the presence of an authorized representative of the owner. This representative shall sign the Certificate of Inspection as a witness of a successful test. The Contractor shall deliver these certificates of inspection in duplicate to the Engineer. L. Sterilization: All new lines shall be flushed and sterilized with chlorine before acceptance for service. Calcium hypochlorite powder, containing not less than 70% available chlorine, shall be used for sterilization. The amount of chlorine applied shall be such as to provide a dosage of 100 ppm for at least 24 hours. At the conclusion of the 24 hour contract time, C12 residual should be at least 20 ppm. The chlorinating material shall be mixed with treated water in an acceptable container and injected directly into the system, the process being repeated until the system is filled. All valves in the system shall be open .n and closed 3 times during the procedure to insure that the sterilizing mixture is thoroughly 02085 FIRE PROTECTION SPRINKLER SYSTEM 15201 - 5 and evenly distributed throughout the system. After a contact period of not less than 24 hours, the system shall be flushed with water. M. Procedure for Placing Systems in Service: The Contractor shall place the systems in service with the operating mediums after purging operations are completed. The Contractor shall furnish all labor and tools required. N. Electrical Work: All electrical work in connection with the installation of the fire protection system shall be performed in accordance with Division 16. O. Spare Sprinkler Heads: The Contractor shall furnish spare heads in accordance with NFPA Pamphlet No. 13. Heads shall be provided in a suitable cabinet and shall be representative of, and in proportion to, the number of each type and temperature rating of heads installed. In addition to the spare heads, the contractor shall furnish not less than one special sprinkler wrench per cabinet. The Cabinets shall be mounted at the system's riser. END OF SECTION 02085 FIRE PROTECTION SPRINKLER SYSTEM 15201 - 6 SECTION 15401 AIR DISTRIBUTION PART 1- GENERAL 1.1 NOTE A. Conform with applicable provisions of the General Conditions Special Conditions, General Requirements, and Supplemental Conditions. 1.2 SUBMITTALS A. Submit manufacturer's data on all materials. 1.3 SCOPE A. This section of the specifications comprises the furnishing of all labor, materials, transportation, tools and appliances and in performing all operations, in connection with the installation of apparatus casing, ductwork, plenums, linings, air distribution devices, dampers and control devices, relief air vents, curbs and other materials and accessories as described herein and/or as shown on the accompanying drawings, or reasonably implied therefrom. B. In addition, connect all air conditioning units, automatic dampers, filters' and all other materials and install (and/or cooperate in the installation with other trades) those various items of equipment and materials. . " PART2-PRODUCTS 2.1 LOW PRESSURE DUCTWORK A. Except as otherwise specified herein, in other sections of the specifications, and/or noted on the drawings, low pressure ducts shall be constructed of galvanized steel sheets in accordance with the recommended construction for low pressure ducts insofar as gauges of metal to be used, bracing of joints and joint construction as established in the latest edition F of the ASHRAE HANDBOOK. B. Duct construction details shall conform to "HVAC Duct Construction Standards", 1st Edition, (1985) published by the Sheet Metal and Air Conditioning Contractors National Association, Inc. (SMACNA). Refer to the fan schedules (TSP) for system pressures. Construction shall be suitable for actual duct system pressures. C. Make square elbows where shown or required, with double thickness factory -fabricated turning vanes. Make all other changes in direction with rounded elbows having a centerline radius equal to 1-1/2 times the width of the duct in the plane of the bend. D. Make transformations in duct shape or dimension with gradual slopes on all sides. Make increases in dimensions in the direction of air flow, with a maximum slope of V in 7" on any side. Make decreases in dimensions in the direction of air flow preferably with a slope of 1" in 7" on any side, but with a maximum slope of 1" in 4" where conditions necessitate. 1 02085 AIR DISTRIBUTION 15401 - 1 E. Ducts shall be routed in conjunction with pipes, electrical conduits, ceiling hangers, etc. so as to avoid interferences insofar as possible. Where duct penetrations are unavoidable, t - provide streamline shaped sleeves around such material penetrations, made airtight at duct surfaces, except that such sleeves are not required at tie rods. Where obstructions are of a size to exceed 10% of the duct area, the duct shall be transformed to maintain the same duct area. F. Ducts: 1. Insulate the supply, return and fresh air ducts with 0.75 lb. density, 2" thick Manville "Microlite R Series" glass fiber flexible insulation having a factory applied FSKL vapor barrier jacket. 2. This insulation shall be secured, vapor barrier side out, to sheet metal. On horizontal runs, lap top and bottom sheets over edges of side pieces. Butt joints tightly. Except on ducts handling warm air only, seal all joints, punctures, breaks and fasteners with two coats of Benjamin Foster 30-35 adhesive. Embed three inch wide Glassfab membrane in adhesive between coats. Install with not more than 25% compression in accordance with manufacturer's installation instructions. 3. Cover all joints, punctures and breaks with three inch wide facing strip. 4. Ducts handling warm air only need not be vapor sealed. 2.2 DUCT SEALER A. All air ductwork shall be sealed to provide airtight construction. Metal surfaces to beLi joined shall be clean, dry and free of dirt or grease. Apply a heavy coat of Kingco Seal -Rite 18-120 to the interior metal surface of the slip joint, then interlock into place -1 metal duct sections. Apply a heavy coat of 18-120 to the exterior metal surface duct joint, making sure any voids are filled to secure a continuous air pressure sealant. B. Allow sealant to dry a minimum of 48 hours before pressurizing system. 1 2.3 FIRE/SMOKE DAMPER A. Furnish and install a combination fire/smoke damper in all ducts penetrating fire/smoke partitions. Each combination fire and smoke damper shall meet all requirements specified elsewhere for fire dampers and additionally shall include an operating shaft which, when rotated 90 degrees, causes damper to operate between closed and open. Operating shaft and damper combination shall be suitable for linking to and operation by a damper operator. Combination fire/smoke dampers shall be Ruskin type FSD-36, Class II, 250 deg. F., 10 CFM/SF leakage @ 1 "SP for low pressure applications and Ruskin type FSD- 60, Class I, airfoil blade, 4 CFM/SF @ 1 "SP for high pressure applications. B. Each combination fire/smoke damper shall be furnished complete with factory sleeve and damper operator factory installed on exterior of sleeve and properly linked to damper operating shaft. Actuator shall be of the spring return fail closed type that will close LJ damper upon power interruption. Damper operators shall be UL listed as fire damper operators and bear the UL label for such. Blade edge seals shall be silicone rubber and i galvanized steel mechanically locked into blade edge (adhesive or clip -on seals not acceptable). C. The smoke damper shall close on a signal from the fire alarm system or from the operator of a smoke detector. tj [l 02085 AIR DISTRIBUTION 15401 - 2 D. Provide access doors with ductports in the duct and a ceiling access door if necessary for servicing the damper and actuator. END OF SECTION 02085 AIR DISTRIBUTION 15401 - 3 No Text SECTION 15800 TEMPERATURE REGULATION PART 1- GENERAL 1.1 NOTE A. Conform with applicable provisions of the General Conditions Special Conditions, General Requirements, and Supplemental Conditions. 1.2 SUBMITTALS A. Submit manufacturer's data on all materials and equipment. Include system schematics indicating all devices, pneumatic piping, electrical wiring and sequence of operation. Sequence of operation shall reference each component device by designation used on schematics. 1.3 SCOPE A. This Contractor shall include in his bid an amount necessary to connect fire and smoke dampers, and to remotely annunciate a fire alarm signal. It is intended that the system be pneumatic in its operation except for certain sensing functions, remote starting and stopping provisions, resetting arrangements, and alarm indications which can best be performed by electronic instruments. It shall include all master and submaster thermostats, valves, dampers, and operators, amplifiers, air receivers, switches, piping, air regulator, relays, multiplexers, cabinets, etc. required to make it complete in full accordance with the intent of the plans and the following description. B. The wiring for all the remote indicating, motor control, control set point and adjustment and alarm devices shall originate in a terminal board and extend to and connect to all multiplexers, relays, thermocouples, and similar devices. The wiring shall be performed by the Contractor under this section in accordance with diagrams on the plans, as specified herein and as indicated on the drawings which this contractor shall provide. C. The Contractor shall furnish and install all automatic dampers, and all automatic valves. The Contractor shall furnish, install, and adjust all damper and valve operators and all other switches, relays, etc. comprising the temperature regulation system. The Contractor shall furnish all pneumatic solenoid valves as required for the proper functioning of the fire alarm system, suitable for accepting a signal for operation of the valve. Temperature regulation specified herein is based on Johnson Controls, Honeywell, or Powers. D. The Contractor shall coordinate with the fire alarm contractor to annunciate (through contact closure) a fire alarm condition. The signal shall be sent through the existing Metasys commection to the City BAS computer in City Hall. 02085 TEMPERATURE REGULATION 15800 - 1 PART i - PRODUCTS 2.1 COMPRESSED AIR A. The existing air compressor will be reused to provide control air. This Contractor shall begin at the existing air line, connect 1" to the service and extend it according to the various requirements cited by, and inherent to, the descriptions herein. A manual valve shall be provided to allow isolation of the building from the service. Verify the location of the existing air line. Provide a ball valve at connection point. 2.2 GAUGES A. Provide and install two inch dial pressure gauges at each pneumatic valve and damper operator to indicate its performance. All such gauges shall be identified by a permanent tag or label indicating to which operator they apply. 2.3 PNEUMATIC ACTUATORS A. Pneumatic operators shall be sized to operate their appropriate dampers or valves with sufficient reserve power to provide smooth modulating action or two -position action as specified. B. Where sequencing of actuators is called for such sequencing shall be accomplished by spring ranges adequate for the application. C. Where critical application controllers are used, or where actuators are controlled' from pressure sensors, pilot positioners shall be used. END OF SECTION 02085 TEMPERATURE REGULATION 15800 - 2 i SECTION 16010 ELECTRICAL PART 1- GENERAL 1.1 NOTE A. Conform with applicable provisions of the General Conditions, Special Conditions, General Requirements, and Supplemental Conditions. 1.2 SUBMITTALS A. Submit manufacturer's data on all materials. 1.3 SCOPE A. The work shall include furnishing and installing all electrical work, including final connections to all devices and placing them in service. 1.4 SYSTEMS OF WIRING A. Electrical Service: Combined 208Y/120 volts, 3 phase, 4 wire, 60 Hz. service, for lighting and power. B. Power Feeders: 208 volts, 3 phase, 3 or 4 wire as noted. C. Lighting Feeders: 208/120 volts, 3 phase, 4 wire. D. Branch Circuits: 2, 3, or 4 wire as is most convenient for the contractor or as required to properly serve the load. PART 2—PRODUCTS 2.1 CONDUITS A. Rigid Steel Conduit: Rigid, threaded, thick -wall; galvanized inside and outside or galvanized outside with a protective coating inside; UL listed and labeled according to Standard UL6; conforming to ANSI Standard C80.1; Pittsburg, Republic Steel, Robroy or Allied. B. Electrical Metallic Tubing (EMT): Steel tubing, galvanized outside and provided• with a slick corrosion resistant interior coating; UL listed and labeled according to Standard 797; conforming to ANSI Standard C80.3; Pittsburg, Republic Steel, Robroy or Allied. C. Flexible Metal Conduit: Spirally wound with hot dip galvanized steel strips (commercial Greenfield); conforming to UL Standard UL l and UL listed and labeled; Triangle Conduit and Cable Company, or equivalent. 2.2 CONDUIT FITTINGS A. Couplings and Terminations for Rigid Steel Conduit: Factory made steel threaded couplings; bushing at all boxes and cabinets, with locknuts inside and outside box or cabinet. 02085 LIGHTING 16010 - 1 B. Couplings and Terminations for Electrical Metallic Tubing: Join lengths of EMT with steel compression couplings. Attach EMT to boxes or cabinets with steel compression -type box connectors having an insulated throat with locknuts. Where grounding bushings are required at terminations, they shall be T & B Series 3802, or equivalent. Set screw type connectors or indent connectors will not be allowed. C. Couplings and Terminations for Flexible Metal Conduit: T & B 440 Series couplings at connections between flexible and rigid conduit; T & B 3110 or 3130 Series nylon insulated throat, steel connectors at box or cabinet terminations. 2.3 OUTLET BOXES A. UL listed of sizes and types specified. B. Sheet Steel Boxes: Sheet steel not lighter than No. 14 gauge, galvanized after fabrication; Raco, Steel City or Appleton. C. Cast Metal Boxes: Cast iron or cast alloy with threaded hubs; Crouse -Hinds, Appleton or Pyle National. 2.4 PULL BOXES AND JUNCTION BOXES A. Sheet steel, galvanized inside and outside, with galvanized covers. B. Small Boxes: For boxes where the volume required is not over 100 cubic inches, use standard outlet boxes. C. Larger Boxes: For boxes where the volume required is over 100 cubic inches, use cabinets as specified for panelboard cabinets with covers of same gauge as boxes, secured with corrosion resistant bolts or screws. 2.5 CONDUCTORS (600 VOLTS AND UNDER) A. Type: Soft drawn, annealed copper, UL listed, rated at 600 volts, continuous without weld, splice or joint, uniform cross-section, free from flaws, scale and other imperfections; Okonite, Triangle, United Copper Industries, Anaconda or Simplex. No. 8 and larger shall be stranded; No. 10 and smaller shall be solid. B. Insulation: Branch circuits shall have type THHN/THWN, THW, or RHW insulation unless the type is specifically designated or specified. Service feeders shall be type THIIN/THWN or THW. Feeder circuits shall be Type THW. or THHN/THWN C. Circuits Subjected to High Temperatures: Type RHH conductors for wiring in proximity to boilers, and for motors and devices subject to high temperature because of high ambient temperature or convection or radiant heat. D. Lighting Fixture Conductors: Type and size approved by the NEC for the purpose. 2.6 JOINTS AND SPLICES A. Stranded Copper Conductors: UL approved solderless bolted pressure connectors or Thomas and Betts Series 54000 compression connectors. All connectors shall be of proper sizes to match conductor sizes. All compression connectors shall be applied with properly sized dies and tools. Split -bolt connectors are not acceptable. B. Solid Copper Conductors: UL approved solderless bolted pressure connectors; or UL approved electrical spring connectors of "Scotchlok", Ideal or T & B "Piggy" make. All connectors shall be of proper sizes to match conductor sizes. Split bolt connectors are not acceptable. 1 02085 LIGHTING 16010 - 2 r, 2.7 COLOR CODING A. Phase conductors shall be black, red and blue for phases, A, B, and C respectively in the 208 volt system. Neutral conductors shall be white and grounding conductors shall be green. PART 3 - EXECUTION 3.1 INSTALLATION OF BUILDING RACEWAYS A. All wiring of every description shall be run in conduit or electrical metallic tubing unless noted or specified otherwise. Conduits may be run exposed in machinery and electrical rooms and unfinished areas. All other conduits shall be run concealed unless otherwise noted. All exposed runs shall be installed parallel to the surface of the building in a neat and orderly manner. B. Types: All conduits installed in wet or damp locations, or on roofs shall be rigid galvanized steel conduits. Above grade interior conduits shall be rigid galvanized steel conduit, intermediate metal conduits or electrical metallic tubing. Conduits installed below grade in slabs or buried in earth shall be PVC or PVC coated rigid galvanized steel or wrapped rigid galvanized steel. C. Sizes: Size and install raceways so that conductors may be drawn in without injury or excessive strain. Make field bends with approved bending devices. Do not install bends or offsets in which conduit is crushed, deformed or otherwise injured. D. Connections: Use lengths of flexible metal conduit, not less than 12" long at final connections to all motors, generators, controls and other devices subject to movement because of vibration or mechanical adjustment. Use flexible metal conduit also at connections to recessed lighting fixtures, and elsewhere as required. In damp or wet locations, and where installed outdoors, use liquidtight flexible metal conduit. E. Around Heat Producing Equipment: Do not install raceways within 3" of steam and hot water pipes, breeching and flues, except where crossings are unavoidable, and then keep raceways at least 1" from insulation on the pipe, breeching or flue crossed. Wherever possible, avoid installing raceways directly above or in close proximity to boilers and other like objects operating at high temperatures. F. Damp or Wet Locations: In damp or wet locations make every effort to avoid installing raceways in a manner which will create moisture traps. Where they must be so installed, seal both ends of raceways with an approved sealing compound to prevent "breathing" and moisture condensation within the raceways. G. Different Systems: In systems operating at more than 300 volts between phase conductors, where different phase conductors are to be run to a common gang wall switch box, install a separate conduit for each different phase wire and its return switch leg, and provide substantial barriers between adjacent switches in the box so that two different phase wires will not be the same compartment. H. Joining Rigid Conduits: Join with threaded couplings. Ream out all conduit ends after threading. Secure rigid conduits at panel boxes, junction boxes, pull boxes, switchboards, support boxes, or sheet metal outlet boxes by galvanized locknuts, inside and outside, with insulating bushing inside. Unthreaded set screw type couplings or connectors are not m acceptable in rigid conduit systems. No running threads shall be used anywhere in conduit systems. I. Protection of Raceways: Seal ends of all raceways with blank discs ("pennies"), push pennies or other approved closers during construction. Do not pull any conductors into 02085 LIGHTING 16010 - 3 3.2 raceways until all plastering in the vicinity is completed. Swab out all raceways before pulling in conductors. ; J. Penetrations: Wherever raceways pass through floors, walls partitions, etc., carefully fill any space between the outside of the raceway and the building material to .prevent passage of air, water, smoke and fumes. Filling material shall be fire resistive and installed to meet requirements of the UL Fire Resistance Directory. INSTALLATION OF OUTLET BOXES A. Usage: Provide at each outlet or device of whatever character a metal outlet box in which conduits shall terminate. B. Boxes recessed in construction: Sheet steel boxes. C. For Lighting Fixture Outlets: 4" octagonal by 1-1/2" minimum depth with 3/8" fixture stud for incandescent lights which are surface mounted, wall mounted or suspended. D. For Wall Switches, Receptacles and Communications Use: Use 4"x4" size with proper square cornered tile wall cover, plaster cover, or finishing plate, except where construction ' will not permit or the device requires a larger box. , E. Wall Mounted Telephone Outlet Boxes: 4-11/16" square by 2-1/8" deep, unless otherwise noted or unless wall construction requires a smaller box. F. Boxes for Exposed Work: Cast metal boxes. G. Boxes for Outdoors: Cast metal boxes with gasketed covers. 3.3 INSTALLATION OF PULL AND JUNCTION BOXES A. Sizing:Size all pull and 'unction boxes in accordance with using larger sizes than t' P J NEC,� g g t_.i required by code where job conditions so indicate. B. Mounting: Fasten all boxes securely to the building construction, independent of conduit systems. On concealed conduit systems where boxes are not otherwise accessible, set box H11 covers flush with finished surfaces for access. 3.4 WIRE PULLING A. Wire Pulling: Provide suitable installation equipment for pulling conductors into raceways or conduits. Use ropes of polyethylene, nylon or other suitable material to pull in conductors. Attach pulling lines to conductors by means of woven basket grips or by pulling eyes attached directly to conductors. All conductors to be installed in a single conduit shall be pulled in together. Pull no conductors into conduits until all work of a nature which may cause injury to conductors is completed. Use an Underwriters' listed cable pulling compound where necessary. B. Cable Lubricants: All cable lubricants shall be UL listed, and shall be certified by their manufacturer to be non -injurious to the insulation on which they are used. C. Pulling Devices in Empty Raceways: Provide in every empty raceway, not containing conductors to be installed by this Contractor, a suitable pull line to facilitate future installation of wiring. Lines shall be free from splices and shall have ample exposed length at each end. Identify each end of each line with a linen tag bearing complete information as to the purpose of the raceway and the location of its other end. All lines shall be nylon or polyethylene cord with a tensile strength not less than 200 pounds. 02085 LIGHTING 16010 - 4 3.5 INSTALLATION OF BUILDING WIRE (600 VOLTS AND UNDER) A. Feeders: Run all feeders their entire length in continuous pieces without joints or splices, insofar as practicable. Make joints in branch circuits only where circuits divide as shown on drawings. Such joints shall consist of one through circuit to which shall be spliced the tap circuit. B. Branch Circuits: Not more than one power or lighting circuit shall be installed in a single conduit, except that one 3-wire circuit or one 4-wire circuit consisting of 2 different phase wires and a common neutral or 3 different phase wires and a common neutral may be installed in a single conduit. This provision shall not prohibit the installation in a single conduit of all conductors of a circuit with three- and four-way switching. C. Sizes: No wire shall be smaller than No. 12 except for signal or control circuits, and except for individual lighting fixture taps as permitted by the National Electrical Code. D. Receptacle and Motor Branch Circuits: No. 12 conductors unless noted or, scheduled otherwise. E. Joints and Splices: Make joints and splices only where necessary and only at outlet boxes and pull boxes. All joints shall be mechanically and electrically secure. After a joint or splice is complete, insulate it with Okonite rubber tape, and Manson friction tape to snake the insulation of the joint or splice equal to that of the conductor. In lieu of this, 3M Company's "Scotch" No. 33 vinyl plastic tape may be used if applied in at least four layers (half lapped in two directions), with all larger splices, terminals, sharp corners and voids being first protected by application of "Scotchfil" insulating putty. F. Conductor splices in wet locations shall be made in accordance with the conductor manufacturer's recommendations. G. The building structural steel frame shall be grounded to the building service grounding electrode, using the conductor size specified in National Electrical Code Section 250-66. 3.6 EQUIPMENT GROUNDING CONDUCTORS A. Provide a separate, green -insulated copper grounding conductor, with insulation of the same rating as phase conductors, for each feeder and for each branch circuit indicated. Install the grounding conductor in the same raceway with the related phase and neutral conductors, and connect the grounding conductor to pull boxes or outlet boxes at intervals of 100 feet or less. Where paralleled conductors in separate raceways occur, provide a grounding conductor in each raceway. Connect all grounding conductors to bare grounding bars in panelboards, and to ground buses in service equipment to the end that there will be an uninterrupted grounding circuit from the point of a ground fault back to the point of connection of the equipment ground and system neutral. Size all of these grounding conductors per NEC Table 250-122. 3.7 EQUIPMENT WIRING A. Connect complete for operation all items of heating, air conditioning, sprinkler equipment, and all other electrical devices furnished by the Owner or under other Divisions of the specifications. Outlets of various types have been indicated at equipment locations, but no indications of exact location or scope of the work are shown on the drawings. Refer to the Owner and to the various Contractors for the work under the other Divisions for the scope of connections to equipment furnished by them and for the exact locations of all items. Request of the Owner and the aforementioned suppliers and contractors all rough -in drawings required for proper installation of the electrical work, in ample time to permit preparation of the drawings and thus avoid delays on the job. _ 02085 LIGHTING 16010 - 5 B. Where disconnect switches or circuit breakers are not provided integral with control equipment for motors and other electrical appurtenances, provide and install all disconnect switches required by the National Electrical Code and/or indicated. END OF SECTION fI 02085 LIGHTING 16010 - 6 1