Facilities Master Plan Claire s Courtyard

Size: px
Start display at page:

Download "Facilities Master Plan Claire s Courtyard"

Transcription

1 Project Manual For: Facilities Master Plan Claire s Courtyard 1515 SW 10 th AVE. Topeka, KS February 13, 2018

2 SPECIFICATIONS TABLE OF CONTENTS BIDDING DOCUMENTS Invitation to Bid Instructions to Bidders Bid Form GENERAL CONDITIONS OF THE CONTRACT AIA Document A201, 2007 (Included herein by reference) Supplementary General Conditions of the Contract Bonds DIVISION 01 GENERAL REQUIREMENTS Summary Unit Prices Alternates Substitution Procedures Contract Modification Procedures Payment Procedures Project Management and Coordination Construction Progress Documentation Submittal Procedures References Temporary Facilities and Controls Temporary Erosion and Sediment Control and Pollution Prevention Product Requirements Execution Construction Waste Management and Disposal Closeout Procedures Operation and Maintenance Data Project Record Documents Demonstration and Training DIVISION 02 EXISTING CONDITIONS Selective Structure Demolition DIVISION 03 CONCRETE Cast-in-place Concrete Architectural Concrete DIVISION 04 MASONRY Unit Masonry Anchored Stone Masonry Cast Stone Masonry DIVISION 05 METALS Structural Steel TABLE OF CONTENTS - 1

3 Steel Decking Cold Formed Metal Framing Pipe and Tube Railing DIVISION 06 WOOD, PLASTICS, AND COMPOSITS Misc. Rough Carpentry Sheathing DIVISION 07 THERMAL AND MOISTURE PROTECTION Thermal Insulation Fluid Applied Membrane Vapor Barriers Metal Wall and Soffit Panels Thermoplastic Polyolefin (TPO) Roofing Sheet Metal Flashing & Trim Roof Specialties Joint Sealants DIVISION 08 OPENINGS Hollow Metal Doors and Frames Aluminum Framed Entrances and Storefronts Door Hardware Glazing DIVISION 09 FINISHES Non-Structural Metal Framing Gypsum Board Acoustical Panel Ceilings Exterior Painting Interior Painting High Performance Coatings DIVISION 10 SPECIALTIES Fire Extinguisher Cabinets Fire Extinguishers Exterior Sun Control Devices DIVISION 11 EQUIPMENT DIVISION 12 FURNISHINGS DIVISION 13 SPECIAL CONSTRUCTION DIVISION 14 THROUGH DIVISION 21 (NOT USED) (BY OWNER) (NOT USED) (NOT USED) TABLE OF CONTENTS - 2

4 PLUMBING, MECHANICAL & ELECTRICAL SPECIFICATIONS DIVISION 22 PLUMBING Plumbing Provisions Basic Plumbing Materials and Methods Piping Piping Specialties Valves Plumbing Fixtures and Equipment DIVISION 23 HEATING, VENTILATING AND AIR CONDITIONING HVAC Provisions Basic HVAC Materials and Methods HVAC Air Side Equipment Automatic Temperature Controls DDC DIVISION 26 ELECTRICAL Electrical Provisions Basic Electrical Materials and Methods Wiring Means, Methods, and Materials Wiring Devices and Specialties Electrical Distribution Electrical Equipment Luminaires, Lamps and Ballasts Fire Alarm System DIVISION 27 COMMUNICATIONS Common Work for Communications Communications Equipment Room Fittings Communications Cabling DIVISION 28 ELECTRONIC SAFETY AND SECURITY Common Work for Electronic Safety & Security Conductors and Cables for Electronic Safety and Security DIVISION 31 - EARTHWORK Site Clearing Earth Moving DIVISION 32 - EXTERIOR IMPROVEMENTS Concrete Paving Unit Paving Segmental Retaining Walls END OF TABLE OF CONTENTS TABLE OF CONTENTS - 3

5 TABLE OF CONTENTS - 4

6 INVITATION TO BID (Request for Proposal) February 13, 2018 PROJECT Facilities Master Plan Claire s Courtyard PROJECT DESCRIPTION The Topeka and Shawnee County Public Library is a 21st-century, landmark library; named the Library Journal s 2016 Library of the Year in the U.S. and Canada. The Library features the Alice C. Sabatini Gallery, the Millennium Café, Chandler Booktique (used bookstore), free meeting rooms, computer training, and Internet access. Located in the heart of Shawnee County, the Library has a collection of more than 450,000 items and serves nearly 100,000 registered borrowers. About 3,000 people walk through the doors daily. Bookmobiles make about 25 stops traveling across the county six days a week, and the Library provides services to 40 senior living facilities and 130 homebound individuals. The Digital Branch Library, serves customers needs 24/7. In July 2016, the Board of Trustees approved a Facilities Master Plan. The Plan is based on five guidelines: 1. Maintain optimal conditions and operation of the building, its site, systems, furnishings, technology and other physical infrastructure. 2. Increase public space used to support learning, literacy and civic engagement. 3. Preserve the Library s architectural integrity and character. 4. Improve people s ability to use the services, programs collections and learning experiences provided by a 21 st century library. 5. Exercise good stewardship of public and private resources in maintaining and improving the building, its site, its systems, furnishings, technology and other physical infrastructure. The Plan is expected to be completed in phases over a projected 10-year timeframe, subject to funding availability, and with individual projects approved by the Board of Trustees. The Plan may be viewed from the Library s web site at then selecting the Facilities Master Plan hyperlink under Strategic Plans. Claire s Courtyard project within this Request for Proposal includes finalized plans for Design Concept #1B in the Facilities Master Plan. This project encompasses several exterior additions designed to: (1) provide access to outdoor patio space for the Cafe; (2) create private space for small group meeting (3) create outdoor education space supported by modern technology resources. The project scope includes, but is not limited to: a. Exterior Patio space b. Connecting bridge to the existing Main Floor west corridor. c. Construction of a three season Pavilion space for small group meeting. d. Construction of an Amphitheater for outdoor education.

7 Topeka & Shawnee County Public Library 2 Project: Claire s Courtyard, February 13, 2018 BID RECEIVING Date: Wednesday, March 7, 2018 Time: 2:00 PM CST Place: Topeka and Shawnee County Public Library 1515 SW 10th Avenue, Topeka, KS Menninger Room, 206 (2nd floor) Attendance at the bid receiving is not required. Those who do not attend shall ensure the bid is received by the Topeka and Shawnee County Public Library not later than 1:00 PM CST. TIMELINE OF BID PROCESS Invitation to Bid/RFP Issued: Thursday, February 13, 2018 Mandatory Pre-Bid Conference/ Site Visit: Submission of Bidder Questions*: Bid Receiving: Board Consideration of Award: Notification of Decision to Bidders: Contract Awarded: Tuesday, February 20, 2018; 9:00 AM CST (meet in the Rotunda inside the Library s front entrance) Not later than Thursday, March 1, 2018; prior to 2:00 PM CST Wednesday, March 7, 2017; 2:00 PM CST Thursday, March 15, 2017; 4:00 PM CST; (bidders do not need to be present at the Board Meeting) Friday, March 16, 2017 (via ) Upon final legal approval *bidder questions must be submitted to the Project Coordinator in writing, preferably by . OWNER Topeka & Shawnee County Public Library 1515 S.W. 10th Avenue Topeka, KS Project Coordinator: Thad Hartman, Community & Strategic Services Manager P: E: thartman@tscpl.com

8 Topeka & Shawnee County Public Library 3 Project: Claire s Courtyard, February 13, 2018 INSTRUCTIONS TO BIDDERS Date: February 13, 2017 PROJECT: Facilities Master Plan Claire s Courtyard DEFINITIONS: Bidding documents include Invitation to Bid, Instructions to Bidders, Bid Form, and Contract Documents, including any Addenda issued prior to bid receiving. ADDENDA: Addenda are written or graphic instruments issued prior to bid receiving which modify or interpret the bidding documents, including specifications, additions, deletions, clarifications, or corrections. Prior to bid receiving, Addenda will be posted on the Owner s website and each Bidder recorded by the Owner as having received the bidding documents will be notified. Bidders shall acknowledge receipt of Addenda on the Bid Form. Any questions or requests for information by interested bidders must be submitted in writing to the Project Coordinator, preferably by , and will be posted on the Library s webpage as a public document for anyone s review. EXAMINATION OF BIDDING DOCUMENTS: Each Bidder shall examine the bidding documents carefully. Any interpretation or correction will be issued as an Addendum by the Owner. ONLY A WRITTEN INTERPRETATION OR CORRECTION BY ADDENDUM SHALL BE BINDING. MANDATORY PRE-BID CONFERENCE/ SITE VISIT: Each Bidder intending to submit a bid as the Prime Contractor for the project must attend the pre-bid conference and site visit. The pre-bid conference and site visit will be held on Tuesday, February 20, 2018, 9:00 AM CST at the Topeka & Shawnee County Public Library. Bidders shall acknowledge attendance at pre-bid conference and site visit on the BID FORM. Bidders shall meet in the rotunda of the Library to begin the meeting. Subcontractors are also invited and encouraged to attend the prebid conference and site visit. This shall be the ONLY opportunity for bidding contractors and subcontractors to examine the site and existing facilities. Visits at other times will not be accommodated. Bids from those not attending this mandatory conference/site visit will not be accepted. BID PREPARATION A single lump sum bid will be received for a single General Contract for the completion of all work outlined in the Contract Documents. Additionally, there are three alternate items for which changes to the base bid are requested on the Bid Form. The Owner is a political subdivision of the State of Kansas, eligible for government contract prices, and is exempt for the Kansas Retailers' Sales Tax Act and Kansas Compensating Tax Act under the provisions of Kansas Statutes Annotated (K.S.A.) Supplement (b).

9 Topeka & Shawnee County Public Library 4 Project: Claire s Courtyard, February 13, 2018 Bids shall be made upon the BID FORM included with these specifications. Fill in all blanks on the BID FORM clearly with typewriter or ink. Erasures or other changes in a bid must be explained or noted over the signature of the Bidder. Signature shall be in longhand by a principal duly authorized to sign contracts. Bids shall contain no alterations or recapitulation of the work. The Owner reserves the right to: (1) waive any informalities or minor defects in the bids or bidding procedures; (2) reject any or all bids; (3) rebid the project at a later date if bids are rejected; and (4) accept the bid that, in the judgment of the Topeka and Shawnee County Public Library, will be in the best interest of the Library, whether or not said bid is the lowest bid. Bidders may not use omissions or errors in the Specifications or other Contract Documents to their advantage. The Owner reserves the right to issue new instructions correcting any such errors or omissions, which new instructions shall be treated as if originally included. The Owner may make any investigation it deems necessary to determine the ability of the Bidder to perform the work. Bidders shall furnish information for this purpose to the Owner upon request. The Owner reserves the right to reject any bid if the evidence submitted by, or other investigation of, the Bidder fails to satisfy the Owner that the Bidder has the proper qualifications, experience, equipment, manpower, or financial and managerial capability to carry out the obligations of the contract agreement or to perform the work as specified. Bids shall be prepared and submitted in accordance with these INSTRUCTIONS TO BIDDERS. Mail, deliver or the BID FORM to: Kim Torrey Chief Financial Officer Topeka & Shawnee County Public Library 1515 SW 10th Avenue Topeka, KS ktorrey@tscpl.org If submitting a paper BID FORM, enclose the BID FORM in a sealed opaque envelope bearing the legend: BID FORM Project: Topeka and Shawnee County Public Library Facilities Master Plan Claire s Courtyard Bidder: (your company name) Address: (your company address) Please note submission of BID FORMS is not secure, unless initiated in that manner by the Bidder. All documents in an ed bid must be in read-only pdf format. COORDINATOR: The Coordinator shall assume general coordination and direction of the project. The Coordinator is: Thad Hartman Community & Strategic Services Manager P: E: thartman@tscpl.com

10 Topeka & Shawnee County Public Library 5 Project: Claire s Courtyard, February 13, 2018 BIDDER'S REPRESENTATION: The Bidder, by responding to this bid, represents that: 1. The Bidder has read and understood the INSTRUCTIONS TO BIDDERS. 2. The Bidder has carefully examined all bidding documents pertaining to the project. 3. The Bidder acknowledges receipt of Addenda, if any. 4. The Bidder acknowledges attendance at the pre-bid conference and site visit. BID RECEIVING: The Owner will receive and publicly open and read bid proposal forms at the time and place indicated in the INVITATION TO BID. The bid proposal shall include all costs for labor, materials, equipment, services and incidentals necessary to complete the work as represented in the Contract Documents. No oral or telephone bids will be considered. Modifications by telephone will be considered only on BID FORMS delivered to Owner prior to time set for bid receiving. BID WITHDRAWAL: A Bidder may withdraw a BID FORM in writing, including via , to Owner prior to time fixed for bid receiving. Unless otherwise provided in any supplement to these INSTRUCTIONS TO BIDDERS, no Bidder shall modify, withdraw, or cancel the bid, or any part thereof, for thirty (30) calendar days after the date for receiving bids. EVALUATION CRITERIA: The Owner intends to accept the bid that, in the judgment of the Topeka and Shawnee County Public Library, will be in the best interest of the Library, whether or not said bid is the lowest bid. Criteria that shall be taken into consideration shall include, but not be limited to: the proposed cost, proposed time of completion, experience and competency of the contractor, demonstrated performance to complete similar work, capacity to complete work on time, and competency of proposed subcontractors to be utilized. AWARD OF CONTRACT: If notified of the acceptance of this bid within thirty (30) calendar days of the time set for opening of bids, the Bidder agrees to execute The Standard Form of Agreement Between Owner / Contractor where the Basis of Payment is a Stipulated Sum, Document No. A-101, as issued by the American Institute of Architects, current edition, with Owner revisions, within seven (7) calendar days of receipt of such notification and in accordance with the bid and the Contract Documents. The Owner- Contractor Agreement shall be prepared by the Architect on behalf of the Owner. BONDS: PERFORMANCE AND LABOR AND MATERIAL BONDS shall be furnished to the Owner by the Contractor, in an amount equal to 100% of the Contract Sum as security for the faithful performance of the contract and payment of all persons performing labor and furnishing material in connection with the contract. Said payment bond shall also be executed in statutory bond and filed in the office of the Clerk of the District Court of the County in which the project is located (Shawnee). The successful Contractor shall provide the Owner with a certified copy of said statutory bond as so filed. BONDS FURNISHED shall be written by a SURETY approved by the U.S. Treasury Department and licensed to do business in the State of Kansas. No work shall be commenced until bonds are in force.

11 Topeka & Shawnee County Public Library 6 Project: Claire s Courtyard, February 13, 2018 FORM OF BOND shall be AIA Document A310, latest edition, issued and approved by the American Institute of Architects. POWER OF ATTORNEY for the surety company agent must accompany each bond issued, and must be certified to include the date of the bonds. Provide triplicate copies of the bond forms and power of attorney. Cost of the bonds shall be included in the bid and paid for by the Contractor. REJECTION OF BIDS: The Bidder acknowledges the Owner's right to reject any and all bids and to waive any formality or irregularity in any bid received. The Bidder recognizes the Owner's right to reject any bid, which fails to submit the data required by the bidding documents, or is in any way incomplete or irregular. An award to the lowest Bidder is not required. PROPOSED SCOPE OF WORK: Please refer to page 2 of this Request for Proposal for a brief summary of the proposed scope of work. The complete scope of work to be completed by the contractor is represented in the Contract Documents enumerated in the Sheet Index contained on Sheet G002 and dated February 13, DRAWINGS & SPECIFICATIONS: Drawing and Specifications will be issued digitally and may be obtained from the Topeka and Shawnee County Public Library web site at

12 Topeka & Shawnee County Public Library 7 Project: Claire s Courtyard, February 13, 2018 BID FORM--Single Contract Owner: Topeka & Shawnee County Public Library 1515 S.W. 10th Avenue Topeka, KS BASE BID In compliance with the Invitation for Bids, Instructions to Bidders, and Contract Documents, the Undersigned proposes to provide all labor, materials, equipment, services and incidentals necessary for COMPLETE CONSTRUCTION of the Project in accordance with the Contract Documents at the prices stated below. The Undersigned agrees to perform all Work indicated on the Drawings and described in the Specifications and Addenda thereto for the complete construction for the total sum of: dollars ($ ). ALTERNATE PRICES For changes to the scope of work as described in the Schedule of Alternates, Division 1, the Undersigned agrees to modify the Base Bid as itemized below: Alternate No. Brief Description Add Deduct 01 Provide insulated glass instead of single pane glass $ See Architectural drawings. 02 If required by Addendum $ $ UNIT PRICES Unit Prices shall include all labor, materials, equipment, haulage, services, insurance and other incidentals to cover the completed work of the several kinds called for. Refer to Specification Section Unit Prices for descriptions of Unit Prices. Schedule of Unit Prices Unit Add Deduct Unit Price No. 1: - Normal Earth Excavation c.y. $ $ Unit Price No. 2: - Neat Earth Excavation at Trenches c.y. $ $ Unit Price No. 3 - Crushed Stone Fill c.y. $ $ Unit Price No. 4: - Earth Backfill c.y. $ $ Unit Price No. 5: - Engineered Earth Fill from on-site materials c.y. $ $ Unit Price No. 6: - Off-site Engineered Earth Fill. c.y. $ $

13 Topeka & Shawnee County Public Library 8 Project: Claire s Courtyard, February 13, 2018 ADDENDA Receipt is acknowledged of Addenda numbers. PRE-BID CONFERENCE/SITE VISIT: A representative was in attendance. YES NO TIME OF COMPLETION The undersigned agrees to substantially complete the work of the Contract within calendar days from the date of the award of Contract. It is the Owner's desire that the project be completed as expeditiously as prudent for proper execution of the work. Time of completion may be a factor in consideration for award of contract. CONTRACT If notified of the acceptance of this bid within thirty (30) calendar days of the time set for opening of bids, Undersigned agrees to execute The Standard Form of Agreement Between Owner / Contractor where the Basis of Payment is a Stipulated Sum, Document No. A-101, as issued by the American Institute of Architects, current edition, with Owner revisions, within seven (7) calendar days of receipt of such notification and in accordance with the bid and the Contract Documents. BONDS The Undersigned agrees, if awarded the Contract, to execute and deliver to the Architect at time of Contract Signing a Performance Bond and Labor and Materials Payment Bond in amounts equal to 100% of the Contract Sum as set forth in the Instructions to Bidders. DECLARATION The undersigned hereby declares the Bidding Documents have been carefully examined, this proposal is submitted in compliance therewith, and that in signing this bid he waives all rights to plead any misunderstanding regarding same. The undersigned understands that competence and responsibility, time of completion, as well as any other factors of interest to the Owner may be a consideration in making the award. The Owner reserves the right to reject any or all proposals, to accept or reject alternate proposals and unit prices, and waive technicalities concerning the bid proposals received as it may be in the Owner's best interest to do so. Authorized Representative's Signature Title Company Street Address Date Telephone Fax City/State/Zip

14 SUPPLEMENTARY GENERAL CONDITIONS OF THE CONTRACT Topeka & Shawnee County Public Library Claire s Courtyard The following supplements modify AIA Document A General Conditions of the Contract for Construction. Where a portion of the General Conditions is modified or deleted by these Supplementary Conditions, the unaltered portions of the General Conditions shall remain in effect. ARTICLE 1 GENERAL PROVISIONS The Project The drawings and specifications presented at this time and described as Topeka & Shawnee County Public Library Phase 1 Renovations, constitute a part of the total work of the project. Additional work includes but is not limited to separate contract entered into by the Owner, signage by separate contract entered into by the Owner, equipment by separate contract entered into by the Owner, moving and furniture installation by separate contract entered into by the Owner. ARTICLE 2 OWNER 2.2 Information and Services Required by the Owner Delete Section and substitute the following: The Owner shall furnish the Contractor one (1) printed paper copy of the drawings and specifications and one (1).pdf file of the drawings and specifications. The Contractor may reproduce, at the Contractor s expense, as many copies of the documents as are required to execute the work of this phase of the Project. ARTICLE 3 CONTRACTOR 3.4 Labor and Materials Add Section to Section 3.4.2: The Owner shall be entitled to reimbursement from the Contractor for amounts paid to the Architect for reviewing the Contractor s proposed substitutions and making agreed-upon changes in the Drawings and Specifications resulting from such substitutions Shop Drawings, Product Data and Samples Add Section to Section 3.12: The Architect s review of Contractor s submittals will be limited to examination of an initial submittal and two (2) resubmittals. The Owner is entitled to obtain reimbursement from the Contractor for amounts paid to the Architect for evaluation of additional resubmittals. ARTICLE 7 CHANGES IN THE WORK 7.1 GENERAL Add Section to Section 7.1: Overhead and Profit for Change Orders SUPPLEMENTARY GENERAL CONDITIONS OF THE CONTRACT-1

15 Topeka Shawnee County Public Library Phase 1 Renovations Project No Overhead and profit charged by the Contractor shall be considered to include, but not limited to, applicable bond(s), applicable insurance, job site office expense, job and field supervision, company benefits, general office overhead, cost associated with the preparation of design documents, layout drawings or shop drawings. The percentages of overhead and profit applied to change orders may be negotiated and may vary according to the nature, extent and complexity of the change in the work but in no case shall the Overhead and Profit percentages, for Change Orders, exceed the following: Overhead Profit Fee.1 To Contractor for work performed by other than the Contractor s own forces: 0% 0% 10%.2 To first level subcontractor for work performed by the subcontractor s subcontractors: 0% 0% 10%.3 To Contractor and/or the contractor s subcontractors for the portion of the work performed with their respective forces: 10% 10% 10%.4 On proposals covering both increases and decreases in the amount of the Contract, the application of overhead and profit shall be on the net change indirect cost for the Contractor or Subcontractor of any tier performing the Work..5 The percentages of overhead and profit credit to the Owner on change orders, that are strictly decreases in the quantity of the Work or material, shall be negotiated and may vary according to the nature, extent and complexity of the Work involved. ARTICLE 9 PAYMENTS AND COMPLETION 9.3 Applications for Payment Add the following Section to Section 9.3.1: Until Substantial Completion the Owner shall pay 90% of the amount due the Contractor on account of progress payments. 9.8 Substantial Completion Add the following Section to Section 9.8.3: The Architect will perform no more than two (2) inspections to determine whether the Work or a designated portion thereof has attained Substantial Completion in accordance with the Contract Documents. The Owner is entitled to reimbursement from the Contractor for amounts paid to the Architect fir any additional inspections Final Completion and Final Payment Add the following section to Section : The Architect will perform no more than two (2) inspections to determine whether the Work or a designated portion thereof has attained Final Completion in accordance with the Contract Documents. The Owner is entitled to reimbursement from the Contractor for amounts paid to the Architect for any additional inspections. 2-SUPPLEMENTARY GENERAL CONDITIONS OF THE CONTRACT

16 ARTICLE 11 INSURANCE AND BONDS Add Paragraph : Topeka & Shawnee County Public Library Claire s Courtyard The following insurance protection, underwritten by carriers approved by the Owner, shall be certified to for the required limits of liability. No work shall commence prior to obtaining all insurance hereunder and filing certificates with the Architect. 1. Contractor s Liability Insurance: Contractor shall provide evidence of his insurance, including workman s compensation and employer s liability as required by the State of Kansas and comprehensive general liability and comprehensive automobile liability. Coverage under comprehensive general liability insurance shall be on an Occurrence Basis for X, C and U Hazards (where applicable). Personal Injury Liability (Groups A, B and C) on an Occurrence Basis for Property Damage and shall include non-owned and hired automobiles. Coverage shall be in the following minimum amounts: (Noted as per occurrence / Aggregate Limits): Workers Compensation a. $1,000,000 Each Accident Limit b. $1,000,000 Each Employee Limit c. $1,000,000 Policy Limit Commercial General Liability a. $1,000,000 Each Occurrence Limit b. $2,000,000 General Aggregate Limit c. $2,000,000 Products/Completed Operations Aggregate Limit d. $1,000,000 Personal & Advertising Injury Limit Contractor s Commercial General Liability policy must name Topeka and Shawnee County Public Library as an additional insured; the policy must also include a Waiver of Subrogation in favor of Topeka and Shawnee County Public Library. Automobile Liability a. $1,000,000 Combined Single Limit for Bodily Injury and Property Damage Coverage must be included for hired and non-owned autos. 2. Contractor shall provide Topeka and Shawnee County Public Library prior to commencement of work, a Certificate of Insurance providing evidence that required coverages are in force and will not be cancelled without at least 30 days notice to Topeka and Shawnee County Public Library. Contractor and Subcontractors shall evidence required insurance coverage on the Certificate of Insurance (A.I.A. Document G705), or other certificate approved as to form by Owner. SUPPLEMENTARY GENERAL CONDITIONS OF THE CONTRACT-3

17 BONDS 1. PERFORMANCE AND LABOR AND MATERIAL BONDS: A. PERFORMANCE AND LABOR AND MATERIAL BONDS shall be furnished to the Owner by the Contractor, in an amount equal to 100% of the Contract Sum as security for the faithful performance of the contract and payment of all persons performing labor and furnishing material in connection with the contract. Said payment bond shall also be executed in statutory bond and filed in the office of the Clerk of the District Court of the County in which the project is located (Shawnee). The successful Contractor shall provide the Owner with a certified copy of said statutory bond as so filed. B. BONDS FURNISHED shall be written by a SURETY approved by the U.S. Treasury Department and licensed to do business in the State of Kansas. No work shall be commenced until bonds are in force. C. FORM OF BOND shall be AIA Document A310, latest edition, issued and approved by the American Institute of Architects. D. POWER OF ATTORNEY for the surety company agent must accompany each bond issued, and must be certified to include the date of the bonds. E. PROVIDE TRIPLICATE COPIES of the bond forms and power of attorney. F. COST of the bonds shall be included in the bid and paid for by the Contractor. BONDS-1

18 SECTION SUMMARY PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Project information. 2. Work covered by Contract Documents. 3. Phased construction. 4. Work by Owner. 5. Work under separate contracts. 6. Future work. 7. Purchase contracts. 8. Owner-furnished products. 9. Contractor-furnished, Owner-installed products. 10. Access to site. 11. Coordination with occupants. 12. Work restrictions. 13. Specification and drawing conventions. 14. Miscellaneous provisions. B. Related Requirements: 1. Division 01 Section "Temporary Facilities and Controls" for limitations and procedures governing temporary use of Owner's facilities. 1.3 PROJECT INFORMATION A. Project Identification: Topeka & Shawnee County Public Library Claire s Courtyard, Project No Project Location: 1515 SW 10 th Ave., Topeka, KS B. Owner: Topeka & Shawnee County Public Library, 1515 SW 10 th Ave., Topeka, KS Owner's Representative: Thad Hartman, Community and Strategic Services Manager. Contact Information: Mailing Address: Topeka & Shawnee County Public Library, 1515 SW 10 th Ave., Topeka, Kansas 66604; Telephone: ; thartman@tscpl.org C. Architect: Tevis Architectural Group, P.A., 1250 SW Oakley Ave., Suite 200, Topeka, KS 66604; (785) SUMMARY

19 D. Architect's Consultants: The Architect has retained the following design professionals who have prepared designated portions of the Contract Documents: 1. Structural Engineering: Certus Structural Engineers, Kevin Vollrath, P.E., 900 S. Kansas Ave., Suite 400, Topeka, KS 66612; ; 2. Mechanical, Electrical & Plumbing Engineering: Pearson Kent McKinley Raaf Engineers, LLC (PKMR), Scott McKinley, P.E., 2933 Woodside Drive, Suite C, Topeka, KS 66614; ( WORK COVERED BY CONTRACT DOCUMENTS A. The Work of Project is defined by the Contract Documents and consists of the following: 1. The Topeka and Shawnee County Public Library Claire s Addition project consists of a courtyard, pavilion and amphitheater remodeling and addition to the existing library facility and the landscaped area to the west of the library facility. 2. The work of the Project includes, but is not limited to: Demolition and selective demolition, site grading, paving, reinforced concrete, unit masonry (CMU, brick, stone and pre-cast stone), structural steel, steel deck, miscellaneous steel, miscellaneous carpentry, insulation, TPO roofing membrane, sheet metal flashing and trim, roof specialties and accessories, joint sealants, expansion control, hollow metal doors and frames, access doors and frames, aluminum entrances and storefronts, aluminum windows, door hardware, glazing, steel stud and gypsum board systems, acoustical panel ceilings and systems, painting and coatings, miscellaneous specialties, plumbing systems, HVAC systems, and electrical systems and lighting. B. Type of Contract: 1. Project will be constructed under a single prime contract. 1.5 PHASED CONSTRUCTION A. The Work shall be conducted in one phase. 1.6 WORK BY OWNER A. General: Cooperate fully with Owner so work may be carried out smoothly, without interfering with or delaying work under this Contract or routine maintenance and/or other capital improvement work by Owner. Coordinate the Work of this Contract with work performed by Owner. B. Concurrent and/or Future Work: Owner will perform the following construction operations at Project site. Those operations will be conducted either concurrently, or subsequent, to the work under this Contract. 1. Landscaping. 1.7 WORK UNDER SEPARATE CONTRACTS A. General: Cooperate fully with separate contractors so work on those contracts may be carried out smoothly, without interfering with or delaying work under this Contract or other contracts. Coordinate the Work of this Contract with work performed under separate contracts. SUMMARY

20 1.8 FUTURE WORK A. The Contract Documents include requirements that will allow Owner to carry out future work following completion of this Project as indicated. 1.9 OWNER-FURNISHED PRODUCTS A. Not applicable OWNER-PROVIDED PRODUCTS A. The Owner shall provide landscaping as indicated on the drawings ACCESS TO SITE A. General: Contractor shall have limited use of Project site for construction operations as indicated on Drawings by the Contract limits and as indicated by requirements of this Section. B. Use of Site: Limit use of Project site to areas within the Contract limits indicated. Do not disturb portions of Project site beyond areas in which the Work is indicated. 1. Limits: Confine construction operations to areas indicated. 2. Driveways, Walkways and Entrances: Keep driveways loading areas, and entrances serving premises clear and available to Owner, Owner's employees, and emergency vehicles at all times. Do not use these areas for parking or storage of materials. a. Schedule deliveries to minimize use of driveways and entrances by construction operations. b. Schedule deliveries to minimize space and time requirements for storage of materials and equipment on-site. 3. Exits: NO exit may ever be blocked when the library facility is occupied, either by the District or the Contractor, unless an acceptable alternate means of egress has been provided. 4. The Contractor shall keep the premises, adjacent streets, parking lots and surrounding areas free from accumulation of waste materials or rubbish caused by operations under the Contract on a daily basis. Paved roads used for access to and from the site are to be kept clean on an hourly basis when the construction site is muddy, snowy or icy. At completion of the Work, the Contractor shall remove waste materials, rubbish, the Contractor s tools, construction equipment, machinery and surplus materials from and about the Project. 5. The use of the site by the Contractor includes keeping all existing and temporary emergency exit routes, partitions, doors, walks, roadways and other means of, both internal and external, egress from and access to the facility and site by emergency vehicles open AT ALL TIMES for safe passage of all persons through the entire construction site to areas of safe refuge away from the construction site. The Contractor shall include a temporary egress plan as an element of the construction schedule detailing when any, and all, existing emergency egress route(s) from, or access to, the building facility may be compromised throughout the current or expected construction period. Failure to provide such information shall be reason to hold processing of a request for payment by the Owner. 6. The Work shall be asbestos free. The Contractor shall provide certification which attests to same, to the Owner upon completion of the project. Reference in the technical specifications to manufacturers, model numbers, equipment, material, article or process shall be regarded as SUMMARY

21 establishing a standard of quality and/or function. The Contractor shall submit a request for substitution on any item which cannot be certified to be asbestos free. 7. No keys shall be issued to the Contractor. The Contractor shall provide the Owner with a (24) twenty-four hour notice prior to working non-business hours. 8. Use of illegal drugs, alcohol or tobacco products is prohibited on Owner s property. 9. No firearms, ammunition or explosive devices can be brought, by the Contractor, Subcontractor, Sub-subcontractor, equipment or material supplier, onto the Owner s property, grounds or facility for any purpose, or at any time, either on one s person, in a vehicle or in a package without the Owner s prior written approval of the material and the method to which it will be used. C. Condition of Existing Building: Maintain portions of existing building affected by construction operations in a weathertight condition throughout construction period. Repair damage caused by construction operations COORDINATION WITH OCCUPANTS A. Owner Occupancy: Owner will occupy site and existing, adjacent buildings during entire construction period, with the exception of areas under construction, until May 22, After May 22, 2012 the Owner will have limited occupancy of existing, adjacent buildings except for areas of existing buildings that are part of the Work of this Contract. Cooperate with Owner during construction operations to minimize conflicts and facilitate Owner usage. Perform the Work so as not to interfere with Owner's day-to-day operations. Maintain existing exits unless otherwise indicated. 1. Maintain access to existing walkways, corridors, and other adjacent occupied or used facilities. Do not close or obstruct walkways, corridors, or other occupied or used facilities without written permission from Owner and approval of authorities having jurisdiction. 2. Notify Owner not less than 72 hours in advance of activities that will affect Owner's operations WORK RESTRICTIONS A. Work Restrictions, General: Comply with restrictions on construction operations. 1. Comply with limitations on use of public streets and with other requirements of authorities having jurisdiction. B. On-Site Work Hours: Limit work to normal business working hours of 7:30 a.m. to 5:00 p.m., Monday through Friday, unless otherwise indicated. 1. Weekend Hours: Same as weekdays. 2. Early Morning Hours: As negotiated and scheduled. 3. Hours for Utility Shutdowns: As scheduled with Owner as indicated below. C. Existing Utility Interruptions: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted under the following conditions and then only after providing temporary utility services according to requirements indicated: 1. Do not interrupt utilities during normal occupancy unless approved by Owner well in advance of interruption. 2. Notify Owner not less than three days in advance of proposed utility interruptions. 3. Obtain Owner's written permission before proceeding with utility interruptions. SUMMARY

22 D. Noise, Vibration, and Odors: Coordinate operations that may result in high levels of noise and vibration, odors, or other disruption to Owner occupancy with Owner. 1. Notify Owner not less than two days in advance of proposed disruptive operations. 2. Obtain Owner's written permission before proceeding with disruptive operations. E. Nonsmoking Building: Smoking is not permitted within the building or within 25 feet of entrances, operable windows, or outdoor-air intakes. F. Controlled Substances: Use of other controlled substances on Project site is not permitted. G. Employee Identification: Provide identification tags for Contractor personnel working on Project site. Require personnel to use identification tags at all times SPECIFICATION AND DRAWING CONVENTIONS A. Specification Content: The Specifications use certain conventions for the style of language and the intended meaning of certain terms, words, and phrases when used in particular situations. These conventions are as follows: 1. Imperative mood and streamlined language are generally used in the Specifications. The words "shall," "shall be," or "shall comply with," depending on the context, are implied where a colon (:) is used within a sentence or phrase. 2. Specification requirements are to be performed by Contractor unless specifically stated otherwise. B. Division 01 General Requirements: Requirements of Sections in Division 01 apply to the Work of all Sections in the Specifications. C. Drawing Coordination: Requirements for materials and products identified on Drawings are described in detail in the Specifications. One or more of the following are used on Drawings to identify materials and products: 1. Terminology: Materials and products are identified by the typical generic terms used in the individual Specifications Sections. 2. Abbreviations: Materials and products are identified by abbreviations and scheduled on Drawings. 3. Keynoting: Materials and products are identified by reference keynotes. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION SUMMARY

23 SECTION UNIT PRICES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements for unit prices. B. Related Requirements: 1. Section "Contract Modification Procedures" for procedures for submitting and handling Change Orders. 2. Section "Quality Requirements" for general testing and inspecting requirements. 3. Individual Specification sections for requirements directly relating to unit prices. 1.3 DEFINITIONS A. Unit price is a price per unit of measurement for materials, equipment, or services, or a portion of the Work, added to or deducted from the Contract Sum by appropriate modification, if the scope of Work or estimated quantities of Work required by the Contract Documents are increased or decreased. 1.4 PROCEDURES A. Unit prices include all necessary material, plus cost for delivery, installation, insurance, overhead, and profit. B. Measurement and Payment: See individual Specification Sections for work that requires establishment of unit prices. Methods of measurement and payment for unit prices are specified in those Sections. C. Owner reserves the right to reject Contractor's measurement of work-in-place that involves use of established unit prices and to have this work measured, at Owner's expense, by an independent surveyor acceptable to Contractor. D. List of Unit Prices: A schedule of unit prices is included in Part 3. Specification Sections referenced in the schedule contain requirements for materials described under each unit price. UNIT PRICES

24 PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION 3.1 SCHEDULE OF UNIT PRICES A. Unit Price No. 1 Normal Earth Excavation: 1. Description: Normal earth excavation according to Division 31 Section Earth Moving. 2. Unit of Measurement: One cubic yard of soil removal and replacement with approved fill. B. Unit Price No. 2 Neat Earth Excavation at Trenches: 1. Description: Neat earth excavation according to Division 31 Section Earth Moving. 2. Unit of Measurement: One cubic yard of neat earth excavation. C. Unit Price No. 3 Crushed Stone Fill: 1. Description: Replacement of unsatisfactory soil with approved AB-3 crushed stone aggregate and compaction of the crushed stone according to Division 31 Section Earth Moving. 2. Unit of Measurement: One cubic yard of soil removal and replacement with crushed stone. D. Unit Price No. 4 Earth Backfill: 1. Description: Earth backfill, including compaction, at foundations, retaining walls and miscellaneous structures according to Division 31 Section Earth Moving. 2. Unit of Measurement: One cubic yard of soil removal and replacement with earth backfill. E. Unit Price No. 5 Engineered Earth Fill from on-site materials: 1. Description: Replacement of unsatisfactory soil with approved engineered earth fill and compaction of engineered earth fill according to Division 31 Section Earth Moving. 2. Unit of Measurement: One cubic yard of soil removal and replacement with engineered earth fill. F. Unit Price No. 6 Engineered Earth Fill Imported from Off-site Location(s): 1. Description: Replacement of unsatisfactory soil with approved engineered earth fill imported from off-site location(s) and compaction of the engineered earth fill according to Division 31 Section Earth Moving. 2. Unit of Measurement: One cubic yard of soil removal and replacement with imported engineered earth fill. END OF SECTION UNIT PRICES

25 SECTION ALTERNATES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements for alternates. 1.3 DEFINITIONS A. Alternate: An amount proposed by bidders and stated on the Bid Form for certain work defined in the bidding requirements that may be added to or deducted from the base bid amount if Owner decides to accept a corresponding change either in the amount of construction to be completed or in the products, materials, equipment, systems, or installation methods described in the Contract Documents. 1. Alternates described in this Section are part of the Work only if enumerated in the Agreement. 2. The cost or credit for each alternate is the net addition to or deduction from the Contract Sum to incorporate alternate into the Work. No other adjustments are made to the Contract Sum. 1.4 PROCEDURES A. Coordination: Revise or adjust affected adjacent work as necessary to completely integrate work of the alternate into Project. 1. Include as part of each alternate, miscellaneous devices, accessory objects, and similar items incidental to or required for a complete installation whether or not indicated as part of alternate. B. Notification: Immediately following award of the Contract, notify each party involved, in writing, of the status of each alternate. Indicate if alternates have been accepted, rejected, or deferred for later consideration. Include a complete description of negotiated revisions to alternates. C. Execute accepted alternates under the same conditions as other work of the Contract. D. Schedule: A schedule of alternates is included at the end of this Section. Specification Sections referenced in schedule contain requirements for materials necessary to achieve the work described under each alternate. ALTERNATES

26 PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION 3.1 SCHEDULE OF ALTERNATES A. Alternate No. 1: One inch (1 ) insulated glazing at windows and storefront. 1. Provide 1 insulated glazing at the storefront and window systems as described on the Drawings and in the Specifications. B. Alternate No. 2: If required by Addendum END OF SECTION ALTERNATES

27 SECTION SUBSTITUTION PROCEDURES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements for substitutions. B. Related Requirements: 1. Division 01 Section "Alternates" for products selected under an alternate. 2. Division 01 Section "Product Requirements" for requirements for submitting comparable product submittals for products by listed manufacturers. 3. Divisions 02 through 33 Sections for specific requirements and limitations for substitutions. 1.3 DEFINITIONS A. Substitutions: Changes in products, materials, equipment, and methods of construction from those required by the Contract Documents and proposed by Contractor. 1. Substitutions for Cause: Changes proposed by Contractor that are required due to changed Project conditions, such as unavailability of product, regulatory changes, or unavailability of required warranty terms. 2. Substitutions for Convenience: Changes proposed by Contractor or Owner that are not required in order to meet other Project requirements but may offer advantage to Contractor or Owner. 1.4 ACTION SUBMITTALS A. Substitution Requests: Submit three copies of each request for consideration. Identify product or fabrication or installation method to be replaced. Include Specification Section number and title and Drawing numbers and titles. 1. Substitution Request Form: Use CSI Form 13.1A. 2. Documentation: Show compliance with requirements for substitutions and the following, as applicable: a. Statement indicating why specified product or fabrication or installation cannot be provided, if applicable. b. Coordination information, including a list of changes or revisions needed to other parts of the Work and to construction performed by Owner and separate contractors, that will be necessary to accommodate proposed substitution. c. Detailed comparison of significant qualities of proposed substitution with those of the Work specified. Include annotated copy of applicable Specification Section. Significant qualities may include attributes such as performance, weight, size, durability, visual effect, sustainable design characteristics, warranties, and specific features and requirements indicated. Indicate deviations, if any, from the Work specified. SUBSTITUTION PROCEDURES