Loading...
HomeMy WebLinkAboutResolution - 3605 - Contract - Texas Roofing Company - Roof Repairs, Various City Buildings - 04_25_1991Resolution No. 3605 April 25, 1991 Item #34 :js RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock BE and is hereby authorized and directed to execute for and on behalf of the City of Lubbock a Contract by and between the City of Lubbock and Texas Roofing Company for roof repairs at var- ious City buildings, attached herewith, which shall be spread upon the minutes of the Council and as spread upon the minutes of this Council shall constitute and be a part of this Resolution as if fully copied herein in detail. Passed by the City Council this 25th day of April , 1991. C. McMIN , MAYOR ATTEST: iKaneTte boys, uity Jecretary\_ !APPROVED AS TO CONTENT: i !Gene EA , Purchasing Manager APPROVED AS TO FORM: Harold �✓ Willard, Assistant City Attorney Ply) for Nailable Decks. Reroofing over a lightweight insulating con- insulation is used as the base to receive the roof membrane. cretedeck requirps a tear off to the deck. It the deck is dry, either a GAFGLAS Liberty Guarantees will only be issued when the roof is -nailed Stratavent (Vent Ply) tot Nailable decks or a nailed GAFGLAS installed by a GAF Approved Roofing Contractor and all Guarantee 475 Base Sheet can'serve as the base sheet for the N-B-4-G procedures have been met. When issued, GAFGLAS Liberty Guarantees specification will cover all GAF labeled materials including GAF Membranes GAF Only GAF labelled products including GAFTEMP Insulations, GAFTITE TEMP® Insulations, and GAF Accessories. GAF cannot be responsible for Roof Insulation Fasteners, GAFGLAS Felts, Ruberoid MB Membranes improper installation of, or defects in, or failure of any non -GAF labeled GAF Roofing Asphalts, GAF Vent Stacks, and GAF Cements and Coat- material. ngs will be permitted on installations to be guaranteed. Exceptions will GAFGLAS Liberty Guarantees will be effective only afterthe Notice to ,. )e considered on a job -to -job basis as dictated by availability of prod- Owner" attached to the Guarantee is returned to GAF signed by the - )cts, code requirements or specification requirements. Any non -GAF owner or the owner's representative. )roducts that maybe allowed in a GAFGLAS installation will be GAFhas no obligation to issue a GAFGLAS Liberty Guarantee on any xCiuded from coverage by the GAFGLAS Liberty Guarantee issued. roof, Any inspection prior to issuance is solely for GAFs benefit and )nly labor employed by a GAF Approved Roofing Contractor is also does not imply acceptance of any particular roof or component thereof ;overed by this Guarantee. as satisfactory or suitable to be ouaranteed and shell not constitute -lashing constructions Type 3,4,5,6 Type 5M8 Torched, 5MB Mopped, approval of the application conditions or workmanship. , iMB Torched, 6MB Mopped, 3MB PLUS Torched, 3MB PLUS Mopped, GAF's acceptance of an independent contractor as eligible to apply a iM8 PLUS Torched and 4MB PLUS Mopped are permitted with this roof on which a GAFGLAS Liberty Guarantee may be issued does not 'uarantee. itself create any liability of GAF for the contractor's work. The possible lhisGuarantee is available tot acceptable recovering (leaving the availability of a GAFGLAS Liberty Guarantee does not imply any other :wsling roof in.place and going over it) installations. School buildings representation or warranty with respect to any product or roof poten- excluding swimming pool area, etc.) are covered by this Guarantee. tially subject to a GAFGLAS Liberty Guarantee. No person has authority rAF�iLA$ Liberty Guarantee Exceptions to modify or interpret a GAFGLAS Liberty Guarantee, or to assume for y p GAF any liability in connection therewith or in connection with any prod- , tAF will not issue Liberty Guarantees for roof systems installed over uct or services, except in writing signed by a GAF Product Manager or lomedstructures, heated tanks, storage silos, drying kilns, car wash Technical Service Manager: Only by obtaining an issued GAFGLAS Lib- tuddlings, swimming pools and other structures with abnormally high erty Guarantee can the owner obtain the comprehensive GAF -backed )umidityconditions, Also Guarantees will not be issued on roofs applied repair protection afforded by its terms. )veccold storage :or cooler building areas when the freezer or cooler Suitt -Up Roofing Materials Approx. Coverage ASTM and Other Product and Weights Specifications FGLASar FELT BASED BUR PRODUCTS GAFGLAS® Stratavent®1Vent Ply( Perforated —A moisture resistant and flame retardant inorganic 1 Square (100 sq. ft.) U.L. Type G2 BUR basesheet, asphalt coated and surfaced with mineral granules —has % inch perforations spaced 3 36 In. Wide ASTM D-3672 ),rich es; on center, For use over insulation and as first ply in reroofing 60 lbs. afiAFGlJ1S Strataverd (Vent Plyl for Nallable Decks —also referred to asNailable Stratavent A t Square (100 sq, ft) U L Type G2 BU.R iynoisture rest ant and flame retardant inorganic base sheet, asphalt coated and surfaced with 36 In. Wide Meets the performance`'- mineral granules. Designed for mechanical attachment only over nailable decks, including poured- 69 Ibs. criteria of 0-3672 `rrr-place decks. . . `, 0GLAS #75 Baser09W-A heavyweight asphalt coated glass base sheet, fully coated on both 3 Squares (300 sq. ft) U.L. Type 62 BUR sides,;for use as a Ease ply to the construction of built-up roofs.,36 In. Wide Fed Spec, SS R 620B, Type II 75.lbs. ASTM D4601 Type II , i Ply O-A.premium grade asphalt impregnated glass ply sheet for use in the construction 5 Squares (500 sq. ft.) I.I.L. Type G1 plied built-up roofs 36 In. Wide D-2178, Typi 60 lbs, Fed. Spec: S rong lightweight asphalt impregnated glass ply sheet for use in the 5 Squares (500 sq, ft.) plied built-up roofs 36 in. Wide 521bs. faced Cap Sheet —An asphalt coated mineral surfaced cap sheet for use as the 1 Square (100 sq. ft.) U.L. Type ation of hot applied built-up roofs and as a top ply in flashing construction. 36 In, Wide ASTM D- tF.Sales Districts) 761bs. Fed. Spec RIALS A strong heavily asphalt- coated glass flashing sheet used in the construction 72 sq. ft. Roll p roofs 12 in. x 72 fti25 lbs. 108 sq. ft. Roll 18 in. x 72 ft./38 lbs. 216 sq. ft, Roll 36 in. x 72 ft,1761bs. An asphalt -coated mineral surfaced cap sheet for use as the 1 Square (100 sq. ft.) f built-up roofs and as atop ply in flashing construction. 36 In. Wide 76 lbs. ifications Type 3, 4,3 MB Plus Mopped, 3 MB Plus Ti: N sheet for use in the construction 5 Squares (500 sq. it.) :d, 4 MB Plus Mopped, 4 MB 36 In. Wide 60 lbs. ASTI - Fed. H &A 620E Type III G1 BUR 178, Type IV SS-R-620B Type III G3 BUR 3909 SS-R-630D Tvoe III ��l Non -Mailable Deck or Acceptable Roof Insulation / GAF Roofing Asphalt i Slag or 81/2" ao Gravel 36n n 1� 2%1/2rr n 04a�roper a 8%" GAFGLAS Ply .:: GAFGLAS® Specification HN 0 4-G & 1-0-4-G North, South & West Zones Formerly Specification`105G This specification is eligible for the GAFGLAS Liberty Twenty Guarantee, see pages Surfacing 52-53. - Over the entire surface apply a uniform coahng,at the nominal rate of 60 pounds Non-nailable decks or insulated decks up to 3 inches per foot: incline. Poured con- per 100 square feet of GAF Roofing Asphalt into which,' wliitetltdt2,apply not less crete, precast concrete, acceptable roof insulation. than 400 poundsof gravel or 300 pounds of slag for each f00 square feet of roof Materials Approximate Weight Per Squarearea. In the North and South zones the 1op pouring shall be GAF Special Roofing GAF© Asphalt/Concrete Primer (when applicable) 11b gal, Bitumen or GAF Flat Asphalt on slopes up.to'h inch per foot and GAF Steep Roof- GAFGLAS Ply (4 plies) 441bs. ing Asphalt on slopes from y2,inch to a maximum o13 inches per foot. in the West GAFRoofing Asphalt zone on slopes up to 3 inches per foot the top pouring shall be GAF Steep Rooting Interplies 100lbs. Asphalt. Pour Coat 60lbs. Special Instructions Aggregate Surfacing Gravel 400 lbs: or Slag 300 Ibs: I For roof slopes exceeding t inch per toot all plies must be back -nailed 4 inches Total 504-604 lbs. in from the back edge of the felt into wood naders. See page 8 2 For insulated decks, see recommendations on page 6 Specifications U.L. Classification General subwa Sunccbia Wine ulclan Application recommendations detailed on pages 4-9 shaft apply in addition to the C or Nc Gravel, emshed alone or slag e°- 3" A following recommendations and Specifications. Substrates: Application of Roofing Membrane C-Combustible decks, W inch thick (minimum) plywood decks with or without Starting at the low point of the roof, mop four plies of GAFGLASs Ply, lapping each; one or more,layers of roof insulation (GAFTEMPO, R, GAFTEMP Compo- sheet:27*inches over the preceding sheet, solidly mopped to the underlying sub- site;.GAFTEMP Penile, GAFTEMP Fiberboard or GAFTEMP High Density Fiberboard) strate to provide four plies over the entire. roof area. rolh inch thick maximum. Asphalt Requirements NC —Noncombustible decks with or without one or more layers of roof insulation Interplymoppings of GAF Roofing Asphalt must be applied in a continuous film (GAFTEMP Isotherm A, GAFTEMP Composite, GAFTEMP Pedite, GAFTEMP Fiber• and shall consist of approximately 25 pounds per 100 square feet of root area with board or GAFTEMP High Density Fiberboard) 61h inch thick maximum a tolerance not to exceed 20%,plus or minus: The appropriate asphalt for the inclines involved must be used. Incline per foot Asphalt Type Up to 31, Steep ASTM Type III On inclines up to'h inch per foot, Flat ASTM Typeil may be used except in Florida, Texas, New Mexico, Arizona and California: i1 ` . . . . . . . . ...SbMt GAF AsphalUConcrete Primer GAFGLAS Ply ft Masonry Wail Metal Counterflashing Z, Nails R_8" O.C. _ 4, GAF Fibered Aluminum Coating "N GAFGLAS Flashing 8 -12" Built -Up Roofing 3 GAF FlaIshtite Cement Wood Nailer x�bCan $= GAFGLAS @ Flashing 9. Wail Type 6 This specification is eligible for the GAFGLAS Liblany Two Plus Ten Guarantee, see Installation pages 52-53. I All masonry walls to receive composition flashing'shiafl be primed With GAF Materials Aspbalt/,ConQrete Primer and allowed to dry thoroughly, GAFO Asphalt/Concrete Primer 2 Embed; in GAF Jetblak Ff asbilitia Dement.bate flashing consist oi- sheet of Pl 2V -GAFGLAS Ply GAFGLAS y andon6 sheet of GAFGLASse flashing sibikflixtencl qa6hing. The base AAFGLAS Flashing at least 8 inches, and not more than 12 inches, up the vertical surface and.not less GAFGLAS Mineral Surfaced Cap Sheet than 7 inches onto the roof. Nail the top edge of the baseflashing into mortar joint iiitlass Fabric Plashtite or nailing strip at 8 inch intervals with nails fiavinig'ihiJids at least I inch. iff.&me ter. End laps shall not be less than 3 A 4 inch fabric must be GAF Jetblak Cement inches. glass strip, Y,4J,!.Mt Fibered Aluminum Coating installed in GAF Jetblak Flashtita Cement at each end lap in the GAFGLAS ASTM D-312 Type Ill Flashing, 8 oninno a 6' Od d for: oase 16shing where metal countertlashing i,is to'be.used. 3 Cover entire flashing With a trowel coat of GAF Jetblak Flashfite Cement or a brush coating of GAP Fibered Aluminum Coating. Reapplication of surfacing should . 3 1" be employed as part of a periodic maintenance program. The frequency may vary, depending on Climatic conditions. 4 Top edge of felts shall be given a trowel 6AI: OfIGAF Jetblak Flashtite Cement upon completion of nailing, -fliishilrd immediately installed to and metal counildir on prevent seepage of water behind base flashing: rF Alternate: GAF Steep Asphalt maybe substituted for GAF Jetblak Flashtile Cement except for final surfacing. Note: When the deck is hot supported by the wall or the wall does not provide a suitable nailing surface, flashing shall be supported by a vertical wood member attached to the deck. Alternate: South and West zones only: GAFGLAS Mineral Surfaced Cap Sheet may be substi- tuted for GAFGLAS Flashing. 43 lz, k Construction Details Metal Flanges Turn down one Ply ,y3 kn ltf ���,, 7 Joint cover 4"to 6°wide 8set in mastic. off below wood ce t tlblockin g. _1rv�' ;•a: h Metal set in mastic. 'ryph�. Nail flshng with PP W diesleners— oa* ' gill (Fume Range before stopping) 6me approz.8"o.c: ✓ �, , ' ny .' r 2-ply Stripping Minimumll 4to e" Neils approx., 3'o.c. P.6 f 4 pq., Cont:,. Cleat staggered. .6-: 00 W000 Cent' q, •oo 4Sa' �� f. r" Turn down one plyo felt to belowblockmg. Nell cant to : wood bloskin9. Eeslomaricsealentat ells n �•Qe 'o fasteners. 2-fastenereantl neOPrena - u Cleat washers atdenterof eeOh c fpco—Plate .Tapered Edge Stri \�.l This type of detail aThe Only ba used where the deck i5 supported. This typaof dolail should only be used wheredeck is supported by oUi6itl0 wall, - t ' and with tight gauge metals such as i 6 oz. copper, 24 ga. getvanize u si a all, aluminum. This detail usesatapered edge strip to raise tits gfavelsfop.Frequentlecnon ou : by the outalde well. The cant pieced as shown, will result in a higher , fries I ne: The GAFGLAS� Py shown behind the tasUe provxles Pro- ' for the flash ngedge and seals the systemuntilthe metal work nalAng iS necessary to control thermal movement. Envelope shown is to prevent f b retatled' drlppage;when low slope asphalt Is used Eave Construction - Fle)dble vapor retarder to t• wive as insulation retainer attached to top of curb. >, Fasten wood screws approx.8"o.c. O: 0 Op o Strainer ApprovedfasteneYs ,.- �watertight washers. ePProx. B"oc. r, d o Clamping Ring Q, '4 Y�� f--- Base. Flashing Dry h a :d� `� e tk�}' 3<c ." t`om� • Whorl.toward q Taper Insulation 24"eachwdedowT drairrhead. ChamfertoP v, woodcurb each - °o -�Wdetodratn x. C CgmPrgaeible lnsuletion 'Y6ty CA" o /�— fir 4x 4 f FasYedata approx. Wood Na ler ` + 8"0.0: - - Each sde secured-debk d "y il earn to wood with appropriate fast. - -' Naener Deck GIs mp - nailerand curb. approx. 2410.c Min. 3W sq.2i?too#lead or Setflan eon supported 9 ExpansionJoint 16 oz. soft clapper fleshing set deckorwoodblockingto, on finished roof felts In mastic achieve pbsigve,drainage. ' Prime top surface before stripping. Roof Drain The construction details shown are suggestions where metal is used in ` Metal flanges shall be set in GAF Jetblak Flashtite Cement on top of the , Conjunction with built-up roofing. Inasmuch as the metal or the junction completed roof, and nailed at 3 inch intervals into a wood nailer. Never, between the metal and built-up roofing is not included in a roofing gua nail Into insulation. rantee, It is recommended that such details be carefully reviewed. Con- Flanges of all gravel stops, eave finish or other edge treatment shall be struetion details shown in the National Roofing Contractors Association finished off in accordance with the flashing recommendations on page'7. . Roofing Manual are considered acceptable. S1 GAFGLAS LIBERTY,TW0 PLUS:TEN GUARANTEE �YF Plies Falls Surfacing Decks Specifications (Subject to Zone Limitation) 4 Ply 4 or Ply 6 Smooth, Gravel (New or Tear Off Only) 1-0-4-G, NN-0-4-G (1( with Cap Sheet as Insulated Steel 1-0 4-C, NN-0-4-C (1( appropriate limited Concrete I-13-4-C, NN-B-4-C (11 base sheet geographically, Wood 1-13-4-G NN-6-4-G (1f if specified. Structural Woodfiber I.64-M, NN-134-M (1( Gypsum 1-0-4-G, (CT). (1( NN-0-4-G(CT) (1( N-13-4-C (1( N-6-4-M' "(1( N-3=4-G (CT) (1( 1-0-4-M, NN-O-4-M (1( Lightweight Aggregate N B-5-G ` Fill Insulating Concrete N-134-G ' (i (See pages 24, 25) The GAFGLAS Liberty Two Plus Ten Guarantee is unique within the rantee. Only GAF labeled products including GA industry and is exclusive with GAF. The GAFGLAS Liberty Two Plus GAFTITE Roof Insulation Fasteners, GAFGLAS:F ' Ten Guarantee is free to the owner for the first two years at which time branes, GAF Roofing Asphalts, GAF Vent Stalk; the owner may elect to renew the Guarantee for an additional 10 years. Coatings will be permitted on installations to be Subject to conditions of renewal set forth on the Guarantee and upon will be considered on a job -to -job. basis as dict< payment to GAF`of the Guarantee charge, the Guarantee will.be products, code requirements or specification re' extended ten years to cover a total period of 12 years from the date of GAF products that maybe allowed in a GAFGU the membrane completion. The renewal Guarantee charge will be billed excluded from coverage by the GAFGLAS Liber " directly to the owner, by GAF. Labor employed only by a GAFApproved Rod The GAFGLAS Liberty Two Plus Ten Guarantee has no penal sum and covered by this Guarantee " GAF will repair or, replace the leaking portion of the roof at GAPS Flashing constructions Type3,4,5,B, Type 5MO option in order to maintain watertight integrity for those conditions or 6MB Mopped; 6MB Torched; 3MB PLUS Moppei causes shown on the face of the Guarantee during the term of the Gua- 4 MB PLUS Mopped and 4MB PLUS Torohed ar, ar GAFGLAS LIBERTY TEN GUARANTEE plies Felts Surfacing Decks Specifications 3 or 4 Ply 4 or Ply 6 Smooth, Gravel; (New or Tear Off Only) All current GAFGLAS® with Cap Sheet as Insulated Steel specs appropriate limited Concrete subject to zone - base sheet geographically. Wood limitations' a if specified. Structural Woodfiber Gypsum Lightweight Aggregate Fill N-B-5-G Insulating Concrete N-134-G (See pages 24, 25) The GAFGLAS Liberty Ten Guarantee has no penal. sum, and GAF will availability of products, code requirements: repair or replace the leaking portion of the roof at GAF's option in order meets: Any non -GAF products thatmay bt to maintain watertight integrity for those conditions or causes shown "installation will be excluded from coverage b.t on the face of the Guarantee for a period of ten years from the date of Guarantee issued. Labor employed only by a:G4 membrane completion. Only GAF labeled products including GAFTEMP Contractor is also covered by this Guarantee. Insulations, GAFTITE Roof Insulation Fasteners, GAFGLAS Felts, Rube- Flashing constructions Type 3,4,5;6, Type 5MB`if roil MB Membranes, GAF Roofing Asphalts, GAF Vent Stacks, and GAF 6MB Mopped, 6MB Torched, 3MB PLUS Moppet Cements and Coatings will be permitted on installations to be guaran- 4M8 PLUS Mopped and 4MB PLUS Torched are teed. Exceptions will be considered on a job -to -job basis as dictated by Guarantee, GAFGLAS LIBERTY FIVE PLUSFIVE GUARANTEE The GAFGLAS Liberty Five Plus Five Guarantee is for an initial period antee up to the limit of the penal sum of five years with a renewable option for an additional five years sub- This Guarantee is applicable to all GAFGLAS sps ject to the requirement for renewal and upon request for renewal by zone limitations included in the current GAFGLAI the owner. There is a maximum penal sum of one hundred dollars per Over lightweight insulation concrete specdicati,c one hundred square feet of roof area and this Guarantee covers repair is required, see pages 24& 25 in addition, fbr n ' or replacement of the leaking portion of the roof in order to maintain concrete becks, new construction' requires the., watertight integrity for those conditions or causes covered in the Guar- f �� R3��s r CITY OF LUBBOCK SPECIFICATIONS FOR ROOF REPAIRS AT VARIOUS CITY BUILDINGS BID # 10693 CITY OF LUBBOCK Lubbock, Texas ���-B MAILED TO VENDOR: 5-16-90 CLOSE: 5-24-90 2:00 P.M. NEW CLOSE DATE: 5-31-90 BID # 10693 ADDENDUM # 1 PLEASE AMEND OR MODIFY CONTRACT DOCUMENTS AS FOLLOWS: -- 1. The closing date has been changed to May 31, 1990 at 2:00 p.m. y 2. Please replace the Bid Proposal form in the specifications with the proposal form enclosed in this addendum. 3. On drawings sheet 3.00, detail 12: Add to base bid note •- "Provide copper end caps at the sections of gutter remaining at entrances". THANK Y U, Ron Shuf 'eld CITY OF LUBBOCK PURCHASING OFFICE PLEASE RETURN ONE COPY WITH YOUR BID BID PROPOSAL BID FOR LUMP SUM CONTRACTS PLACE DATE '—` PROJECT NO. Proposal of (hereinafter called Bidder) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Gentlemen: The Bidder, in compliance with your invitation for bids for the construction of the below, having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all —� other related contract documents and the site of the proposed works, and being familiar with aLL of the conditions surrounding the construction of the proposed projects including the availability of materials and Labor, hereby proposes to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The prices to cover aLL expenses incurred in performing the work required under the contract documents, of which this proposal is to be a part, are as follows: BID PACKAGE #1 (S ) ROOF REPAIR - WOODS POOL BUILDING Unit cost per square foot to replace decking more than 2 S.F. S.F. BID PACKAGE #2 <$ ) p ROOF REPAIR AT HOLLY AVENUE POWER PLANT Alternate #1 Add Alternate #2 Add BID PACKAGE #3 (� ) ROOF REPAIR AT MAHON LIBRARY Unit cost per square foot to replace decking more than 2 S.F. /S.F. Alternate #1 Add ($ ) BID PACKAGE 44 ($ ) ROOF REPAIR AT THE MUNICIPAL BUILDING _ Unit cost per square foot to replace decking more than 2 S.F. S.F. Alternate #1 Add ($ ) BID PACKAGE #5 ($ ) ROOF REPAIR AT THE POLICE PROPERTY ROOM Unit cost per square foot to replace decking more than 2 S.F. S.F. Alternate #1 Add (E ) (Twenty Year Warranty) ^' TOTAL BID (Amount shall be shown in both words and figures. 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 150 consecutive calendar days thereafter as stipulated in the specifications and other contract documents. Supplier hereby further agrees to pay to Owner as liquidated damages the sum of $50.00 (Fifty dollars) for each consecutive calendar day in excess of the time set forth hereinabove for completion of this project, all as more fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid proposal shall be completed and submitted in accordance with instruction number 20 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the bidding. The Bidder agrees that this proposal shall be good and may not be withdrawn for a period of thirty (30) calendar days after the scheduled closing time for receiving proposals. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has proposed; as provided in the contract documents. Enclosed with this proposal is a Cashiers Check or Certified Check for Dollars ($ ) or a Proposal Bond in the sum of Dollars (S ), which it is agreed shall be collected and retained by the owner as liquidated damages in the event the proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents and the required bond (if any) with the Owner within ten (10) days after the date of receipt of written notification of acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Bidder understands and agrees that the contract to be executed by Bidder shalt be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Bidders. Contractor BY: (Seat if Bidder is a Corporation) ATTEST: Secretary MAILED TO VENDOR: 5-25-90 CLOSE: 5-31-90 2:00 P.M. BID # 10693 ADDENDUM # 2 PLEASE MODIFY OR AMEND CONTRACT DOCUMENTS REGARDING POLICE PROPERTY ROOM AS FOLLOWS: Section 05311: 2.02 Materials: Delete Items B - Welding Materials and C - Touch-up Primer. 2.04 Fabrication: Item B should read: B. Fasteners: Galvanized hardened steel, self - tapping. Delete Item I - Weld washers. 3.02 Installation: Item C should read: C. Fasten ribbed deck to steel suport members at ends and intermediate supports with self -tapping steel screws at 12" o.c. maximum, parallel with the deck flute and at each transverse flute. Delete Items E and G. Section 07514: - 1. Delete: Items #1.01 - D. Traffic Pads; #2.09 - B. Traffic Pads; #3.10 - H. "Install traffic pads by ....."; and #3.12 D. "Butt aggregate to edge of traffic pads." r- 2. Replace section 2.05 with the following: 2.05 Roof Insulation: A. Fm, Class 1, I-90 B. UL, Class A C. FS, HI-I-1972/gen & /2 D. 2 Layers; 3 inches total thickness E. Asphalt coated fiberglass mat face bonded to isocyanurate foam core. F. Equivalent to Manville's U1traGard, C-10, with an R-value of 18. 3. Delete: Item #3.11 - B. "Install one roof vent......" 4. Delete: Item #3.12 - B. "Sweep away loose aggregate....." Section 07565: 1. Replace paragraph 3.04 subparagraph B with the following: B. Remove all existing roofing components down to the steel "^ decking. Section 07631: r. 1. Delete Item #2.06 - A. "Shop prepare and ....." General Notes: 1. Remove existing metal sign supports located in the south east corner of the roof. Remove flush with existing steel roof deck. Contractor to verify quantities and method of removal. THANK Y , XRon AShueldo , CITY OF LUBBOCK PURCHASING OFFICE PLEASE RETURN ONE COPY WITH YOUR BID MAILED TO VENDOR: 5-30-90 CLOSE: 5-31-90 2:00 P.M. NEW CLOSE 6-4-90 2:00 P.M. ^^ BID # 10693 ADDENDUM # 3 PLEASE MODIFY OR AMEND CONTRACT DOCUMENTS AS FOLLOWS: 1. The closing date has been changed to Monday, June 4, 1990 at �. 2.00 P.M. 2. Per attached sheets. T K uffiYO , Ron She d, CITY OF LUBBOCK PURCHASING OFFICE PLEASE RETURN ONE COPY WITH YOUR BID May 29, 1990 Addenda 40 Roof Repairs City of Lubbock Item 1. Drawings Sheet 3.00, Roof Plan: Add to Mahon Library Base Bid note "REPLACE EXISTING E.J. WITH MATERIAL SPECIFIED 07620, 2.02 I." Item 2. Specifications Section 07514, 2.01, A. Change "Owens Corning 41-XG" to "Owens Corning 41-IG". Item 3. Specifications Section 07514, 3.03, C. Nail Base Sheet Ply to Existing Gypsum Deck after the exposed deck have been inspected and repaired as necessary. Mop 2" Rigid Insulation, either wood fiber or Fesco, to the new Base Sheet. Item 4. Specifications Section 07514, 3.03, D. Change "three plies" to "four plies". Item 5. Specifications Section 07514, 3.03, Delete G.& I. Item 6. Specifications Section 07535, 1.02, B. Delete "Class A". Item 7. Specifications Section 07535, 1.07, Delete A. Item 8. Specifications Section 07535, 1.07, B. Add "with no dollar limit penal sum". Item 9. Specifications Section 07535, 2.02, A. Add "Spud existing roof in preparation to receive Asphalt Primer.". r- Item 10. Specifications Section 07535, 2.02, B. Delete 2. r-- MAILED TO VENDOR: 5-30-90 CLOSE: 6-4-90 2:00 P.M. BID # 10693 ADDENDUM # 4 PLEASE MODIFY OR AMEND CONTRACT DOCUMENTS PER THE ATTACHED TWO PAGES: T K YOU, Ron Shuf ield, CITY OF LUBBOCK PURCHASING OFFICE PLEASE RETURN ONE COPY WITH YOUR BID ADDENDUM NO. FOUR 30MAY90 CITY OF LUBBOCK POLICE PROPERTY ROOM RE —ROOFING PROJECT BID #10693 -► The following information is directly from Manville Systems Division in Fort Worth, Texas. It shall be used as a guide specification for the above mentioned project. Any roofing system bid for this project shall be equal to the system described herein. Should there be any questions concerning the following information, please call Joel K. Lewallen, Sr. Technical Services Specialist from Manville — Ft. Worth, at 817 335-4204. The roof system described below is eligible for Manville's standard 10 Limited Signature Series WaterTite Roofing System Guarantee when applied per Manville's current specifications by a standard Manville Approved or No Dollar Limit Approved Roofing Contractor, inspected and approved by a Manville Representative and when the published requirements of Manville's guarantee program have been met. 1. Mechanically attach one layer of Manville U1traGard Gold Insulation (isocyanurate) to a minimum 22 ga. steel deck using U1traFast Screws and Plates. 2. Offsetting all vertical joints, solidly adhere one layer of 1/2 inch RetroFit Board Insulation. 3. Install Manville 4GIG or 4GIS built—up roof system using G1asPly IV (ASTM D-2178, Type IV. 4. Base flashing should be constructed with DynaFlex or G1asTite Flexible per the appropriate Manville published detail. If a 20 Year No Dollar Limit Guarantee is desired, the following system should be installed by a Manville No Dollar Limit Approved Roofing Contractor in accordance with Manville's published specifications. 1. Mechanically attach one layer of Manville U1traGard Gold Insulation (isocyanurate) to a minimum 22 ga, steel deck using U1traFast Screws and Plates. continued.... Page 2 2. Offsetting all vertical joints, solidly adhere one layer of minimum 3.4 inch Fresco Board Insulation. 3. Install Manville's 4GIG or 4GIS built-up roof system using G1asPly Premier (ASTM D-2178, Type VI). 4. Base flashing should be constructed with DynaFlex per the appropriate Manville published detail. Any substitute for the above roofing system shall be equal to or better than the Manville system described above. END OF ADDENDUM NO. THREE DM/C/9016ADN MAILED TO VENDOR: 5-31-90 CLOSE: 6-4-90 2:00 P.M. BID # 10693 - Roof Repairs at Various City Buildings ADDENDUM # 5 PLEASE MODIFY OR AMEND CONTRACT DOCUMENTS AS FOLLOWS: 1. Addendum #4; Page 1 & 2; Item 3: should read "Install Manville 4GIG built-up roof system using GlasPly IV (ASTM D-2178, Type IV)." 2. Addendum #4; Page 2; Item 2: should read "Offsetting all vertical joints, solidly adhere one layer of minimum 3/4" Fresco Board Insulation." T K YO , Ron Shuff'e Pd, CITY OF LUBBOCK PURCHASING OFFICE PLEASE RETURN ONE COPY WITH YOUR BID r- MAILED TO VENDOR: 5-31-90 CLOSE: 6-4-90 2:00 P.M. BID # 10693 - Roof Repairs at Various City Buildings ADDENDUM # 6 PLEASE MODIFY OR AMEND CONTRACT DOCUMENTS PER THE ATTACHED SHEET: T K YOU, Ron Shuffi ld, CITY OF LUBBOCK PURCHASING OFFICE PLEASE RETURN ONE COPY WITH YOUR BID r- r ROOF REPAIRS AT VARIOUS CITY BUILDINGS ADDENDA # b Due to the number of buildings involved in this bid, below is a breakdown of the scope of work by building: Item #1 Drawings Sheet 3.00 Mahon Library Tear off the existing roof and rigid insulation down to the gypsum deck. Inspect deck and wood blocking, make necessary repairs and replace with roofing system specified in sections 07514, 07620, 06100, and 07900. Make special note of the aggregate differences and gutter notes on the roof plan. Item #2 Drawings Sheet 3.10 Municipal Building Remove existing sky light domes, install wolmanized wood curb and prefinished metal trim curb inside as shown, tie into the existing roof membrane with a built up application, then install new sky light on new curb. Replace existing counter flashing as r needed. Alternate #1 provide and install two new roof drains and tie into existing down spouts as noted on the plans. Item #3 Drawings Sheet 3.10 Woods Community Center Pool Bld Tear off the existing wood shingle roof and replace with roofing system specified in section 07311. Item #4 Drawings Sheet 3.20 Holly Plant Power Station Spud the existing roof and replace with roofing system specified in section 07535. Reinstall and replace missing components of the existing lighting protection system. Due to �- the break down of the base and alternate bids, warrantees may need to be modified according to the scope of work. Item #5 Specifications Section 07535, 1.07, C. Delete the words "Warranty covers product quality and performance for 10 years: Guaranty". Insert the word "Warranty"so that the sentence reads; "Warranty to cover: Warranty covers product quality, performance and installation _ for 10 years. See Warranty or Guaranty specimen for complete details. CITY OF LUBBOCK SPECIFICATIONS for TITLE: ROOF REPAIRS AT VARIOUS CITY BUILDINGS ADDRESS: BID NUMBER: 10693 PROJECT NUMBER: 1491-552101-9524 CONTRACT PREPARED BY: Purchasing Department F i -1- (This page left blank intentionally) INDEX .� PAGE 1. NOTICE TO BIDDERS..........................................................................................3 2. GENERAL INSTRUCTIONS TO BIDDERS............................................................................4 3. BID PROPOSAL - BID FOR LUMP SUM CONTRACTS.................................................................10 r^ 4. PAYMENT BOND............................................................................................:.13 ...�. 5. PERFORMANCE BOND..........................................................................................16 6. CERTIFICATE OF INSURANCE..................................................................................19 7. CONTRACT..................................................................................................21 8. GENERAL CONDITIONS OF THE AGREEMENT.......................................................................23 9. CURRENT WAGE DETERMINATIONS...............................................................................41 10. SPECIFICATIONS............................................................................................42 . - 11. SPECIAL CONDITIONS........................................................................................43 12. NOTICE OF ACCEPTANCE......................................................................................45 ram. -2- (This page left blank intentionally) r*. NOTICE TO BIDDERS -3- (This page left blank intentionally) NOTICE TO BIDDERS BID # 10693 Sealed proposals addressed to Gene Eads, C.P.M., Purchasing Manager, City of Lubbock, Texas, will be received at the office of the Purchasing Manager, 1625 13th St., Room L-04, Lubbock, Texas, 79401, until y 2:00 o'clock p.m. on the 24th day of May. 1990, or as changed by the issuance of formal addenda to all planholders, to furnish all Labor and materials and perform all work for the construction of the following described project: ROOF REPAIRS AT VARIOUS CITY BUILDINGS After the expiration of the time and date above first written, said sealed proposals will be opened by the Purchasing Manager at his office and publicly read aloud. It is the sole responsibility of the bidder to insure that his bid is actually in the office of Gene Eads, Purchasing Manager for the City of Lubbock, prior to the expiration of the date above first written. The City Council will consider the bids on the 14th day of June, 1990, at Municipal Bldg., Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all bids and waive any formalities. The successful bidder will be required to furnish a performance bond and payment bond in accordance with Article 5160, Vernon's Ann. Civil St., in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000.00. Said statutory bonds should be issued by a company carrying a current Best Rating of B or superior, as the rating of the bond company is a factor that will be considered in determination of the lowest responsible bidder. If the contract price does not exceed $25,000.00 the said statutory bonds will not be required. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within 10 days after notice of award of the contract to him. It shall be each bidders sole responsibility to inspect the site of the work and to inform himself regarding all local conditions 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. The plans, specifications, proposal forms and contract documents may be examined at the office of the Purchasing Manager for the City of Lubbock, Texas. Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the office of the Purchasing Manager of the City of Lubbock, 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. a r- 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, or national origin in consideration for an award. There will be a pre -bid conference on 15th day of May. 1990, at 10:00 o'clock a.m., Committee Room 103, Municipal Building, 1625 13th Street. CITY OF LUBBOCK BY: Gene Eads, P.M. Purchasing Manager ADVERTISEMENT FOR BIDS BID # 10693 Sealed proposals addressed to Gene Eads, C.P.M., Purchasing Manager, City of Lubbock, Texas, will be received at the office of the Purchasing Manager, Municipal Building, 1625 13th Street, Room L-04, Lubbock, Texas, 79401 until 2:00 o'clock p.m. on the 24th day of May, 1990, or as changed by the issuance of formal addenda to all planholders, to furnish all Labor and materials and perform all work for the construction of the following described project: ROOF REPAIRS AT VARIOUS CITY BUILDINGS After the expiration of the time and date above first written, said sealed proposals will be opened r by the Purchasing Manager at his office and publicly read aloud. The plans, specifications, proposal forms and contract documents may be examined at the office of the Purchasing Manager for the City of Lubbock, Texas. Attention of each bidder is particularly called to the Schedule of General Prevailing Rate of Per Diem pages included in the contract documents on file in the office of the Purchasing Manager of the City of Lubbock, Texas. Each bidder's attention is further directed to the provisions of Article 5159a, Vernon's Ann. Civil St., and the requirements contained therein concerning such wage scales and payment by the contractor of the prevailing rates of wages as heretofore established by the City of Lubbock. The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, or national origin in consideration for an award. There will be a prebid conference on 15th day of May, 1990, at 10:00 o'clock a.m., Committee Room «- 103, Municipal Building, 1625 13th Street. BY: Gene Eads, C.P.M. r„ PURCHASING MANAGER (This page left blank intentionally) r GENERAL INSTRUCTIONS TO BIDDERS MI: (This page left blank intentionally) GENERAL INSTRUCTIONS TO BIDDERS 1. SCOPE OF WORK The work to be done under the contract documents shall consist of the following: Roof repair at the Mahon Library. The contractor shall furnish all labor, superintendence, machinery, equipment and all materials necessary to complete this project in accordance with contract documents. 2. CONTRACT DOCUMENTS ~ All work covered by this contract shall be done in accordance with contract documents described in the Gen- eral Conditions. ALL bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 3. PLANS FOR USE BY BIDDERS It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without charge of forfeiture of deposit. The contract documents, may be examined without charge as noted in the Notice to Bidders. r 4. TIME AND ORDER FOR COMPLETION The construction covered by the contract documents shall be fully completed within 180 (ONE HUNDRED EIGHTY) calendar days from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder. The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is •^ determined by the City that the progress of the work is not in accordance with the progress schedule so sub- mitted, the City may direct the Contractor to take such action as the City deems necessary to insure comple- tion of the project within the time specified. 5. PAYMENT ALL payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. b. AFFIDAVITS OF BILLS PAID The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for Labor, materials and incidentals incurred in the construction of the improvements contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. -5- 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 pro- tecting 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 provi- sion. 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. _ 8. GUARANTEES All equipment and materials incorporated in the project and all construction shall be guaranteed against de- fective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear - within ONE year from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 9. PLANS FOR THE CONTRACTOR The contractor will be furnished one set of plans and specifications, and related contract documents for his use during construction. Plans and specifications for use during construction will only be furnished di- rectly to the Contractor. The Contractor shall then distribute copies of plans and specifications to sup- pliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Con- tractor. 10. PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materi- als, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construc- tion, 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 re- serves the right, after the bids have been opened and before the contract has been awarded, to require of a bidder the following information: (a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by the proposed contract and all work in progress with bond amounts and percentage completed. (b) A sworn statement of the current financial condition of the bidder. (c) Equipment schedule. 11. TEXAS STATE SALES TAX This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the ma- terials to be incorporated into the work without paying the tax at the time of purchase. SS 12. PROTECTION OF SUBSURFACE LINES AND STRUCTURES �— It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility Lines, conduits or other underground structures which might or could be damaged by Contractor during the construc- tion of the project contemplated by these contract documents. The City of Lubbock agrees that it will fur- nish Contractor the location of all such underground lines and utilities of which it has knowledge. How- ever, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such under- ground lines or structures cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense. 13. BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger sig- nals, 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 re- placed by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barri- cades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of ` acceptance of the project- - 14. EXPLOSIVES The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from the City. In all cases where written permission is obtained for the use of explosives, the Contractor shall assume full responsibility for all damage which may occur as a direct or indirect result of the blast- ing. In addition, in all cases where explosives are authorized to be used, the Contractor shall use utmost care so as not to endanger life or property and the Contractor shall further use only such methods as are currently utilized by persons, firms, or corporations engaged in similar type of construction activity. .� Explosive materials shall not be stored or kept at the construction site by the Contractor. In all cases where explosives are to be used during the construction of the project contemplated by this a— 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. 15. CONTRACTOR'S REPRESENTATIVE The successful bidder shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful bidder shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. 16. INSURANCE The Contractor shalt 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 -7- notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. ALI policies shall contain an agreement on the part of the insurer waiving the right to subroga- tion. The insurance certificates furnished shall name the City as an additional insured and shall further state that all subcontractors are named as additional insureds, or in the alternative, shall be accompanied by a statement from the Contractor to the effect that no work on this particular project shall be subcontracted. 17. LABOR AND WORKING HOURS Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate which must be paid on this project shall not be Less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The bidders' attention is further directed to the requirements of Article 5159a, Vernon's Annotated Civil Statutes providing for the payment of the wage schedules above mentioned and the bidder's obligations there- under. The inclusion of the schedule of general prevailing rate of per diem wages in these contract docu- ments does not release the Contractor from compliance with any wage law that may be applicable. Construc- tion work under this contract requiring an inspector will not be performed on weekends or holidays unless the following conditions exist: (1) The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. (2) Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. Before construction work requiring an inspector is to be performed on weekends or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on weekends or holidays will be made by the Owner's Representative. In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 18. PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors engaged at the site of the work shall not later than the seventh day following the payment of wages, file with the Owner's Representative, or Engineer, a certified, sworn, Legible copy of such payroll. This shall contain the name of each employee, his classification, the number of hours worked on each day, rate of pay, and net pay. The affidavit shall state that the copy is a true and correct copy of such payroll, that no rebates or deduc- tions (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. 24 The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, ten dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. ,.._ 19. PROVISIONS CONCERNING ESCALATOR CLAUSES Proposals submitted containing any conditions which provide for changes in the stated bid price due to in- creases or decreases in the cost of materials, labor or other items required for the project will be re- jected and returned to the bidder without being considered. 20. PREPARATION FOR PROPOSAL The bidder shall submit his proposal on forms furnished by the City. All blank spaces in the form shall be correctly filled in and the bidder shaLL state the price both in words and numerals, for which he proposes to do the work contemplated or furnish the materials required. Such prices shall be written in ink, dis- tinctLy and legibly, or typewritten. In case of discrepancy between the price written in words and the price written in figures, the price written in words shall govern. If the proposal is submitted by an indi- vidual, his name must be signed by him or his duly authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member must be given and the proposal signed by a member of the firm, association or partnership, or person duly authorized. If the proposal is submitted by a company or corporation, the company or corporate name and business address must be given, and the proposal signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign proposals must be properly certified and must be in writing and submitted with the proposal. The proposal shall be executed in ink. Each proposal shalt be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and endorsed on the outside of the envelope in the following manner: (a) Bidder's name (b) Proposal for (description of the project). Bid proposals may be withdrawn and resubmitted at any time prior to the time set for opening of the bids, but no proposal may be withdrawn or aLtered thereafter. 21. BOUND COPY OF CONTRACT DOCUMENTS Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the fol- lowing: (a) Notice to Bidders. (b) General Instructions to Bidders. (c) Bidder's Proposal. (d) Statutory Bond (if required). (e) Contract Agreement. (f) General Conditions. (9) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates. (j) ALL other documents made available to bidder for his inspection in accordance with the Notice to Bidders. If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered " incorporated by reference into the aforementioned contract documents. -9- (This page left blank intentionally) r- BID PROPOSAL -10- (This page left blank intentionally) BID PROPOSAL BID FOR LUMP SUM CONTRACTS i _ PLACE' Lubbock "-- - - - DATE June 4, 1990 PROJECT NO. 10693 Proposal of Texas Roofing Company (hereinafter called Bidder) To the Honorable Mayor and city council City of.Lubbock, Texas (hereinafter called owner). .. ' r.. Gentlemen: The Bidder, in compliance with your invitation for bids for the construction of the below, having _ carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and the site of the proposed works, and being familiar with all of the conditions surrounding the construction of the proposed projects including the availability of materials and Labor, hereby proposes to furnish all labor, materials, and -supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The prices to cover all expenses' incurred in performing the work required under the contract documents, of which this proposal is to be a part, are as follows: BID PACKAGE #1 NO BID -($ ) ROOF REPAIR - WOODS POOL BUILDING -. Unit cost per square foot to replace decking more than 2 S.F. /S.F. ' r. BID PACKAGE #2 NO BID - (S ) ROOF REPAIR AT HOLLY AVENUE POWER PLANT Alternate #1 Add _ NO BID ($ ) Alternate #2 Add NO BID �$ ) One Hundred Twentyfour-Thousand Five Hundred BID PACKAGE #3 Ninetythree and No/100----------------------- - (S J24.5g3.00) - ROOF REPAIR AT MAHON LIBRARY - • Unit cost per square foot to replace decking more than 2 S.F. $6,00 /S.F_ Alternate#1 Add Eight Thousand Six Hundred and N0/100---- 8,600.00) BID PACKAGE #4 NO BID (g ) ROOF REPAIR AT THE MUNICIPAL BUILDING Y m.� v Unit cost per square foot to replace decking more than 2 S.F. /S.F. Alternate #1 Add NO BID Thirtysix Thousand Three Hundred Twentyeight BID PACKAGE #5 and No/100------------------------------------ (S 36, 328.00 - ROOF REPAIR AT THE POLICE PROPERTY. ROOM Unit cost per square foot to replace decking more than 2 S.F. $ 6,00 /S.F. .. 'M4 Alternate #1 Add Three Thousand Six Hundred Thirty Two & No/10 3,632.00) ,1�t (Twenty Year Warranty) TOTAL BID NO BID (S ) (Amount shall be shown in both words and figures. 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 150 consecutive calendar days thereafter as stipulated in the specifications and other contract documents. Supplier hereby further agrees to pay to Owner as liquidated damages the sum of $50.00 (Fifty dollars) for each consecutive calendar day in excess of the time set forth hereinabove for completion of this project, all as more fully set forth in the general conditions of the contract ww documents. Bidder understands and agrees that this bid proposal shall be completed and submitted in accordance with instruction number 20 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the bidding. The Bidder agrees that this proposal shall be good and may not be withdrawn for a period of thirty (30) calendar days after the scheduled closing time for receiving proposals. - 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 proposal, 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 proposed; as provided in the contract documents. Enclosed with this proposal is a Cashier's Check or Certified Check for N/A Dollars (E N/A ) or a Proposal Bond in the sum of 5% of Total Bid Dollars (t N/A ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents and the required bond (if any) with the Owner within ten (10) daysR after the date of receipt of written notification of acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Bidder understands and agrees that the contract to be executed by Bidder shall be bound and incl.4O;m;at,l,•;contract documents made available to him for his inspection in accordance with the } Notice fo Bidders TEXAS ROOFING COMPANY S ':Contractor 3 L.W. Ramey „ PRESIDENT !auur (Seat if Bidder is a Corporation) AITEST• Se etary Bond No. COMMERCIAL UNION. INSURANCE COMPANY DISCLOSURE OF GUARANTY FUND NONPARTICIPATION''(Name of Insurance Company) IN THE EVENT THE C04UCIAL UNI INSURANCE COMPANIES j IS UNABLE TO FULLFILL ITS CONTRACTUAL OBLIGATION UNDER ' ID THIS POLICY OR CONTRACT OR APPLICATION OR CERTIFICATE BOND OF EVIDENCE OF COVERAGE, THE POLICYHOLDER OR CERTIFICATI HOLDER IS NOT PROTECTED BY AN INSURANCE GUARANTY FUND titute of Architects, OR OTHER SOLVENCY PROTECTION ARRANGS`I NT. iment No. A-310 February, 1970 Edition KNOW ALL MEN BY THESE PRESENTS, That we, TEXAS ROOFING COMPANY - P 0 BOX 2156 - LUBBOCK .TEXAS 7.9'408-2156 as Principal, hereinafter called the Principal, and COMMERCIAL UNION INSURANCE COMPANY a corporation duly organized under the laws of the State of Massachusetts, with its Home Office in the City of Boston, in the said State, as Surety, hereinafter called the Surety, are held and firmly bound unto CITY OF LUBBOCK, TEXAS as Obligee, hereinafter called the Obligee, in the sum of Five Percent (5%) of Maximum Amount Bid Dollars ($ ) 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 Roof repairs at Mahon Library and Police Property Room Building 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 speci- fied in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Con- tract 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 Contractand 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 iorger amount for ''- which the Obligee may in good faith contract with another party to perform the Work covered by s;.id bid, then this obligation shall be null and void, otherwise to remain in full force and effect. t Signedand sealed this 4th day of June A.D. 19 90. TEXAS ROOFING COMPANY (SEAL) el S (Principal) j[ (Witness Woodrow ampy, re i e it , Commer -a Unio,4.l suran om anv' (Sur ) (Witness) an at i Attorney in act It is agreed by acceptance of this bid that the contract documents as pertain to maintenance warranty/guarantee provisions for material or workmanship shall be limited to a maximum of 2 years from substantial completion. Any manufacturers maintenance/warranty guarantee ___; shabdp�g lexcluded from tl��}tractor. 9-70 • -O K COM -ANY POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, that the COMMERCIAL UNION INSURANCE COMPANY, a corporation duly organized and existing ^ under the laws of the Commonwealth of Massachusetts, and having its principal office in the City of Boston. Massachusetts, bath made, constituted and appointed, and does by these presents make and constitute and appoint EARL HUSBAND, MI CHAEL CARY and DANA PATKOWSKI all of Odessa, Texas and each of them its true and lawful Attorney -in -Fact, to make, execute, seal and deliver for and on its behalf as surety any and all bonds or undertakings and the execution of such bonds or undertakings in pursuance of these presents. shall be binding upon said Company as fully and amply, to all intents and purposes. as ifsuch bonds were signed by the President, sealed with the corporate seal of the Company, and duly attested by its Secretary, hereby ratifying and confirming all the acts ofsaid Attorney -in -Fact pursuant to the power herein given. This Power of Attorney is made and executed pursuant to and by authority of ^ the following resolutions adopted by the Board of DirectorsoftheCOMMERCIALUNIONINSURANCECOMPANYatameetingdulycalledandheldonthe twenty-seventh day of July, 1972: Resolved: That the President, or any Vice -President, or any Assistant Vice -President, may execute for and in behalf of the company any and all bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof, the same to be attested when necessary and the seal of the company affixed thereto by the Secretary, or any Assistant Secretary; and that the President, or any Vice -President, or Assistant Vice -President, may appoint and authorize an Attorney -in -Fact to execute on behalf of the company any and all such instruments and to affix the seal of the company thereto; and that the President, or any Vice -President, or any Assistant Vice -President, may at any time remove, any such Attorney -in -Fact and revoke all power and authority given to any such Attorney -in -Fact. Resolved: That Attorneys -in -Fact maybe given full power and authority to execute for and in the name and on behalf of the company any and all bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof, and any such instrument executed by any such Attorney -in -Fact shall be as binding upon the company as if signed by the President and sealed and attested by the Secretary, and, further. Attorneys -in -Fact are hereby authorized to verify any affidavit required to be attached to bonds, recognizances, contracts of indemnity, and all other writings obligatory in the -nature thereof, and are also authorized and empowered to certify to a copy of any of the by-laws oft he company as well as any resolution of the Directors having to do with the execution of bonds, recognizances, contracts of indemnity, and all other writings obligatory ^ in the nature thereof, and to certify copies of the Power of Attorney or with regard to the powers of any of the officers of the company or of Attorneys -in -Fact. This power of attorney is signed and iealed by facsimile under the authority of the following Resolution adopted by the Directors of the COMMERCIAL UNION INSURANCE COMPANY at a meeting duly called and held on the twenty-seventh day of July, 1972: `Resolved: That the signature of the President, or any Vice -President, or any Assistant Vice -President, and the signature of the Secretary or any Assistant Secretary and the Company Seal may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Attorneys -in -Fact for purposes only of executing and attesting any bond, undertaking, recognizance or other written obligation in the nature thereof, and any such signature an d seal where so used, being hereby adopted by the company as the original signature of such officer and the original seal of the ^^ company, to be valid and binding upon the company with the same force and effect as though manually affixed. - IN WITNESS WHEREOF, the COMMERCIAL UNION INSURANCE COMPANY, has caused these presents to be signed by its Assistant Vice -President and its corporate seal to be hereto affixed, duly attested by its Secretary on this eighth day of May 1989 COMMERCIAL UNION INSURANCE COMPANY Attest: (!' By Dennis R. Smith — Secretary Robert J. Spencer — Assistant Vice -President COMMONWEALTH OF MASSACHUSETTS COUNTY OF SUFFOLK SS. ^ On this eighth day of May 19 8 9 , before me personally came Robert J. Spencer, Assistant Vice -President, and Dennis R. Smith, Secretary ofthe COMMERCIAL UNION INSURANCE COMPANY, to mepersonalty known to be the individuals and officers described in and who executed the preceding instrument, and they acknowledged the execution of the same, and being by me duly sworn, severally and each for himself dcposeth and sayeth, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the corporate seal of said Company and that the said corporate seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Company. �D' W. X S.A. .. y j Edward W. Shay — Notary Public or�n..4 (Mr Commission expires Augurs 10. 1990) i•�.��it V'a CERTIFICATE 1, the undersigned, Assistant Secretary of the COMMERCIAL UNION INSURANCE COMPANY, a Massachusetts Corporation, do hereby certify that the foregoing power of attorney is in full force and has not been revoked; and furthermore, that the Resolutions of the Board of Directors set forth in the power or attorney are now in force. Signed and sealed at the City of Boston. Dated this day ol(� 19 '�70 Joan K. Gedda — Assistant Secretary PAYMENT BOND -13- (This page left blank intentionally) BOND NO CS 4638254 Bl ` — TEXAS STATUTORY PAYMENT BOND Lll r `: ;rrS (PUBLIC WORKS) KN _AALL.h1EN BY THESE PRESENTS, That Texas Roofing Company/Lubbock, Texas (hereinafter called the Principal), as principal, and Hartford Casualty Insurance Company a corporation organized and existing under the laws of the State of Indiana licensed to do business in the State of Texas and admitted to write bonds, as surety, (hereinafter called the Suretyi, are held and firmly bound unto The City of Lubbock, Texas (hereinafter called the Obligee), in the amount of One Hundred Thirty Three Thousand One Hundred Ninety Three-----------------------------------I 0 133,193 ) for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors, and assigns, jointly and severally, firmly by these presents: .. WHEREAS, the Principal has entered into a certain contract with the Obligee, dated the 26th day of April , 19 91 , for Roof Repairs at Mahon Library, Lubbock, Texas which contract is hereby referred to and made a part hereof as fuiiv and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, That if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall 'e null and void; otherwise to remain in full ^- force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas and all liabilities on this bond shall be determined in accordance with the provisions, conditions and limitations of said Article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 26th day of April , 199 1 PRINCIPAL: TEXAS ROOFING COMPANY/LUBBOCK, TEXAS BY: ,• ''' 'i ' , r� WOODROW RAMPY , PRES I DENT SURETY: Hartford Casualty Insurance Company y \�� c c� chit_ciJ Attorney -In -Fact SaLVndra Taylor HARTFORD CASUALTY INSURANCE COMPANY EXECUTIVE OFFICE: Hartford. Connecticut POWER OF ATTORNEY Know ail men by these Presents, That the HARTFORD CASUALTY INSURANCE COMPANY, a corporation duly organized under the laws of the State of Indiana, and having its Executive Office in the City of Hartford. County of Hartford, State of Connecticut, does hereby make, constitute and appoint ,�. EARL H. HUSBAND, MIKE CARY, MICHAEL CARY and SAUNDRA TAYLOR of ODESSA, TEXAS its true and lawful Attomey(s)-in-Fact, with full power and authority to each of said Attomey(s)-in-Fad, in their separate capacity if more than one is named above, to sign, execute and acknowledge any and all bonds and undertakings and other writings obligatory in the nature thereof on behalf of the Company in its business of guaranteeing the fidelity of persons holding places of public or private trust; guaranteeing the performance of contracts other than insurance policies: guaranteeing the performance of insurance contracts where surety bonds are accepted by states and municipalities. and ^, executing or guaranteeing bonds and undertakings required or permitted in all actions or proceedings or by law allowed. in penalties not exceeding the sum of FIVE HUNDRED THOUSAND DOLLARS ($500,000.00) each,------------------------------------------------ and to bind the THE HARTFORD CASUALTY. INSURANCE COMPANY thereby as fully and to the same extent as if such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of the HARTFORD CASUALTY INSURANCE COMPANY and sealed and attested by one other of such Officers, and hereby ratifies and confirms all that its said Attorey(s)-in-Fact may do in pursuance hereof. This power of attorney is granted under and by authority of the following Resolutions adopted by the Board of Directors of the HARTFORD CASUALTY INSURANCE COMPANY at a meeting duly called and held on the 15th day of June. 1988. RESOLVED. mat, the President a any vica•Prasidem. acting with any Secretary w Assistant Secretary, shall have power and authority to appoint. for purposes onty of executing and attesting bonds and uncienaldngs and other writings obligatory in the nature merapf, one or mare Resident Vice -Presidents. Resident Assistant Secretaries and Attomeys-in•Fact and at any time to remove any such Resident Vice-Presdem. Resident Assistant Secretary, or Atfomey-irn-Fact. and revoke the power and authority given t0 him. Attorreystin-Fact shall have power and authonty, subject in the terms and limitations of the power of attomey issued to them, to execute and deliver �.- on behalf of the Company and to attach the seal of the Company (hereto any and all bonds and undertakings. and other writings obligatory ,n the nature thereof. and any such instrument executed by any such Allomey-In-Fact shall be as binding upon the Company as it signed by w Executive Officer and sealed and attested by one other of such Officers. RESOLVED. mat. Robed N. H. Saner. Assistant Vice -President, shall have. as long as he holds such office, the same powers as any Vice -President p u rsuant, to the preceding Resolution. RESOLVED, that, whereas the President of any Vice -President acting with any Secretary or Assistant Secretary. has the power and authority to appoint by a power of attorney, for purposes only of executing antl attesting bonds and undertakings. and other writings obligatory in the nature thereof. one or mare Resident V ce-Presidents, Assistant Secretaries and Attomeys-i Fact. Now therefore, the signatures of such Officers and the seal of the Company may be affixed to any such power of attorney or to any certificate relating thereto by facsimile, and any such power of attorney or certificate bearmly such facsimile signatures or facsimile seat shall be valid and binding upon the company and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company n the h1Nre with respect to any bond or undertaking to which it is attached.. RESOLVED, that, Robert N. H. Seiler. Assistant Vice•President may, as long as he holds such office, affix his signature by facsimile pursuant to and with the same effect as that granted to Vice -Presidents under the preceding Resolution. In Witness Whereof, the HARTFORD CASUALTY INSURANCE COMPANY has caused these presents to be signed by its Assistant Vice -President, and its corporate seal to be hereto affixed, duly attested by its Secretary, this 1st day of - August, 1990. - HARTFORD CASUALTY INSURANCE COMPANY Attest: �/ Richard R. Hemnarearl, o cr► ^i •� Secretary e4� '"e, •pop e hry ;• *h;,•' STATE OF CONNECTICUT Robert N. H. Sener jy Assistant Vice President COUNTY OF HARTFORD ) _ On this 2nd day of August, A.D. 1990, before me personalty came Robert N. H. Sener. to me known, who being by me duly Sworn, did depose and say: that he resides in the County of Hartford, State of Connecticut; that he is the Assistant Vice - President of the HARTFORD CASUALTY INSURANCE COMPANY, the corporation described in and which executed the above instrument; that he knows the seat of the said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order. STATE OF CONNECTICUT 1, ss. 1 ` / U Jean H. Wozniak COUNTY OF HARTFORD 1 `� Notary Public �'" My Commission Expires March 31. 1e94 CERTIFICATE I, the undersigned. Assistant Secretary of the HARTFORD CASUALTY INSURANCE COMPANY, an Indiana Corporation, DO HEREBY CERTIFY that the foregoing and attached POWER OF ATTORNEY remains in full force and has not been revoked; and furthermore, that the Resolutions of file Board of Directors, set forth in the Power of Attorney, are now n force. Signed and sealed at the City of Hartford. , i 'Dated the 7, � day (M4.c- 1/w� Davd A. JOfx160n i .'+a.„" n e - Atsistam Secretary form S•3507-e (HC) Printed m U.S.A. 5''0 • _ ry PERFORMANCE BOND iFS (This page left blank intentionally) BOND NO CS 4638254 TEXAS STATUTORY PERFORMANCE BOND UCE i' Siv '•;-;4 ,' ( PUBLIC WORKS) DAra a Rl av OW ALL MEN BY THESE PRESENTS, That Texas Roofing Company/Lubbock, Texas (hereinafter called the Principal), as principal, and Hartford Casualty Insurance Company , a corporation organized and existing under the laws of the State of Indiana licensed to do business in the State of Texas and admitted to write bonds, as surety, (hereinafter called the Surety), are held and firmly bound unto _ The City of Lubbock, Texas (hereinafter called the Obligee), in the amount of One Hundred Thirty Three Thousand One Hundred Ninety Three ------------------ ------------------ rpollars) ($ 133-193 ) for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors, and assigns, jointly and severally, firmly by these presents: WHEREAS, the Principal has entered into a certain contract with the Obligee, dated the 26th day of April 19 91 for Roof Repairs at Mahon Library, Lubbock, Texas which contract is hereby referred to and made a part hereof as fully and to ^ the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, That if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, than this obligation shall be null and void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that'this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas and all liabilities on this bond shall be determined in accordance with the provisions, conditions and limitations of said Article to the same extent as if it were copied at length herein. IN WITtiESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 26th day of April PRINCIPAL: Texas Roofing Company/Lubbock,Texa { ! 1 g WOODROW RAMPY, PRESIDENT ' fiSILj; t SURETY: Hartford Casualty Insurance Company Attorney -In -Fact aundra Taylor HARTFORD CASUALTY INSURANCE COMPANY EXECUTIVE OFFICE: Hertford. Connecticut .�., POWER OF ATTORNEY Know all men by these Presents, That the HARTFORD CASUALTY INSURANCE COMPANY, a corporation duly organized under the laws of the State of Indiana, and having its Executive Office in the City of Hartford. County of Hartford, State of Connecticut, does hereby make, constitute and appoint EARL W. HUSBAND, MIKE CARY, MICHAEL CARY and SAUNDRA TAYLOR of ODESSA, TEXAS its true and lawful Attorney(s)-in-Fad, with full power and authority to each of said Attomey(s)-in-Fact, in their separate capacity if more than one is named above, to sign, execute and acknowledge any and all bonds and undertakings and other writings obligatory in the nature thereof on behalf of the Company in its business of guaranteeing the fidelity of persons holding places of public or private trust; guaranteeing the performance of contracts other than insurance policies: guaranteeing the performance of insurance contracts where surety bonds are accepted by states and municipalities. and executing or guaranteeing bonds and undertakings required or permitted in all actions or proceedings or by law allowed. in penalties not exceeding the sum of FIVE HUNDRED THOUSAND DOLLARS ($500,000.00) each-------------------------------------------------------------------------------- and to bind the THE HARTFORD CASUALTY INSURANCE COMPANY thereby as fully and to the same extent as if such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of the HARTFORD CASUALTY INSURANCE COMPANY and sealed and attested by one other of such Officers, and hereby ratifies and confirms all that its said Attorney(s)-in-Fad may do in pursuance hereof. This power of attomey is granted under and by authority of the following Resolutions adopted by the Board of Directors of the HARTFORD CASUALTY INSURANCE COMPANY at a meeting duly called and held on the 15th day of June. 1988. RESOLVED. that, the President or any lice -President. acting with any Secretary or Assistant SeQetery, Shall have power and au(honty to appoint. for purposes only of executing and anesong bonds and undertakings and other writings obligatory in Me nature thereof, one or more Resident Vice -Presidents. Resident A —Scant Secretanes and Artorneys:n-Fact and at any time to remove any such Resident Vice -President. Resident Assistant Secretary, or Attomey-Fai- and revoke the power and authority given to him. Atlomeys-in-Fact shall have power and authority, Subject to me terms and limitations of me power of attomey issued to them. to execute and deliver on behalf of the Company and to attach the seal of the Company thereto any and all bonds and undertakings, and other wntings obligatoryin me nature thereof. aril any such instrument executed by any Such Attomey-in-Fact shall be as binding upon the Company as it signed by an Execusve Officer and Sealed and attested) by one other of such Officers. RESOLVED. that. Robert N. H. Sener, ASS-1, Vice -President, snail have. as long as he holds such office. the same powers as any Vice -President Pursuant to the preceding Resolution. RESOLVED, that, whereas the President or any VicaPresident, acting with any Secretary or Assistant Secretary, has the power and authority to .� appoint by a power of attorney, for purpp5es only of executing and attesting bonds and undertakings. and other writings obligatory in the nature thereof. one or more Resident Vice -Presidents, Assist3m Secretaries and Anomeys-iri-Fact. Now therefom , the signatures of such Officers and Me seal of the Company may be affixed to any Such power o1 attorney of to any Certificate relating Ihereto by facsimile. and any such power of anomey or cendicate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company and any such power So executed and certified by facvmile sgnmire5 and facsimile seal snail be valid and binding upon the Company ih the future with respect to any bond or undertaking to which it is attached. r RESOLVED, that, Robert N. H. Sener. Assistam Vice -President. may, as bng as he folds such office. affix his signature by facsimile pursuant to and with the same effect as that granted to Vice -Presidents under the preceding Resolution. In Witness Whereof, the HARTFORD CASUALTY INSURANCE COMPANY has caused these presents to be signed by its Assistant Vice -President, and its corporate seal to be hereto affixed. duly attested by its Secretary, this tst day of August, 1990. HARTFORD CASUALTY INSURANCE COMPANY Attest: �/!J/ �% .-► �7�� '�._" '' - a.. Richard R. Hermanson, Secretary >•'>D -'ovblH Robert N. H. Saner STATE OF CONNECTICUT ) ....... Assistant vice President COUNTY OF HARTFORD On this 2nd day of August. A.D. 1990, before me personally came Robert N. H. Sener, to me known, who being by me duly sworn, did depose and say: that he resides in the County of Hartford, State of Connecticut; that he is the Assistant Vice - President of the HARTFORD CASUALTY INSURANCE COMPANY, the corporation described in and which executed the above instrument; that he knows the seal of the said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order. STATE OF CONNECTICUT f OR"'^' '-V zV' 55. t Jean H. Wozniak COUNTY OF HARTFORD `�-,;�, Notary FLblic My Commission Expires March 31. 1944 CERTIFICATE I, the undersigned, Assistant Secretary of the HARTFORD CASUALTY INSURANCE COMPANY, an Indiana Corporation, DO HEREBY CERTIFY that the foregoing and attached POWER OF ATTORNEY remains in full force and has not been revoked; and furthermore, that the Resolutions of the Board of Directors, set forth in the Power of Attorney, are now in force. 7/ n �„• Signed and sealed at the City of Hartford. Dal a the IZI day of /�, 79 l / Devitl A. Johnson As stem Secretary Form S-3507-6 (MCI Primed) m U.S.A. CERTIFICATE OF INSURANCE -19- (This page left blank intentionally) •.y_ I •� •. CERTIFICATE C THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. SHOULD -- ANY OF THE POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL MAIL DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED: i— d ISSUE DATE OF THIS CERTIFICATE 04/29/91 ISSUED AT T T mOrv` • Iry CITY OF LUBBOCK 10 TEXAS EMPLOYERS' INSURANCE ASSN. • DALLAS, TX P. 0. BOY 2000 ❑p TEXAS EMPLOYERS' INDEMNITY CO. • DALLAS, TX LUBBOCK, TX 79457 EMPLOYERS CASUALTY COMPANY - DALLAS, TX 3❑ EMPLOYERS NATIONAL INSURANCE CO. • DALLAS, TX 7❑ EMPLOYERS CASUALTY CORPORATION • DALLAS, TX ® EMPLOYERS NATIONAL INS. CORP. - DALLAS, TX INSURED TEXAS ROOFING COMPANY ❑E EMPLOYERS OF TEXAS LLOYD'S . DALLAS, TX BOY 2156 LUBBOCK, TX 79408 (TYP.d) Carl Luckenbach THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUEDTOTHE INSURED NAMED ABOVE FORTHE POLICY PERIOD INDICATED, NOTWITH- STANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND CONDITIONS OF SUCH POLICIES. TYPE OF INSURANCE CO. NO. POLICY NUMBER POLICY EFFECTIVE DATE (MM/DD/YY) POLICY EXPIRATION DATE (MM/OONY) ALL LIMITS IN THOUSANDS STATUTORY _::..DEN....__....:»::_..: WORKERS' COMPENSATION AND 2 25Y2581* O02/01/91 02/01/9'2 $ 5� (EACH ACCIDENT) Is -uo (DISEASE -EACH EMPLOYEE) EMPLOYERS' LJABILITY Is - (DISEASE -POLICY LIMIT) GENERALUABILITY E E418933 02/01/91 02/01/92 GENERAL AGGREGATE $ 0 PRODUCTS-COMPIOPS AGGREGATE $ CDMERGNL GENERA. LML IN S © OCQiSENCE PERSONAL& ADVERTISING INJURY $ EACH OCCURRENCE $ OMCFM L camucras PROTECTIVE FIRE DAMAGE (ANY ONE FIRE) $ MEDICAL EXPENSE (ANYONE PERSON) $ AUTOMOBILE LIABILITY ANY AUTO CSL $ BODILY ALL OWNED AUTOS SCHEDULED AUTOS INJURY (PER PERSONI $ HIRED AUTOS BODILY INJURY (PER NON -OWNED AUTOS ACCIDENT) $ GARAGE LIABILITY PROPERTY DAMAGE Is ER\ EXCESS UABIUTY EACH AGGREGATE*` OCCURRENCE RELLA 3 3449684 02/01/91 O'2/01/92 $1.000 $ 1.000 OTHER THAN UMBRELLA FORM OTHER OWNERS AND CONTRAC— $1,000 AGGREGATE TORS PROTECTIVE 2 TO BE ASSIGNED 04/29/91 04/29/92 1 $ 500 EACH OCCURRENCE EXCLUDES MASTERS AND FIBERS OF CREidS OF VESSELS. H. 0. ASSIGNED RISK UNIT C: NGA TECO 17993-C (3-90) INSURANCE BINDER ISSUE DATE (MMIDDIYn .N+, THIS BINDER IS A TEMPORARY INSURANCE CONTRACT, SUBJECT TO THE CONDITIONS SHOWN ON THE REVERSE SIDE OF THIS FORM. PRODUCER....,.�..__...._,.:_..�._._.._.__._.,__...____..._.__.._...._..,,.._.._,...._._....,..,_____..._......_..I COMPANY.._..___....,,.._......___.__.__-_.-._._.__..,...._.,....___...,.—__' .BINDER N11 O.....,.."_._..__...__.� The Shropshire Agency, Inc. E ;_Aetna..Casualty &._Sure.ty .__ P. 0. Box 10428 _ �_., ......-.EFFEC IVE I EXPIRATION"— DATE , _ __._ _.__._—_.__TIME_.__.., —..... .i......_....._. Lubbock, Texas 79408 f %AM!112:D' i_. x— € !.5-01-.91_..._..__._;_12:_0.1__:.'.__W..i THIS BINDER IS ISSUED TO EXTEND COVERAGE IN THE ABOVE NAMED CODE SUB -CODE i COMPANY PER EXPIRING POLICY NO: - DESCRIPTION OF OPERATIONSIVEHICLESIPROPERTY (Including location) ix§uREo Roof Repair Mahon Library Texas Roofing Company as Contractor and City 1306 9th Street, Lubbock,Tx. of Lubbock as owner as their interest may appear COVERAGES _. ... . . s,.. . u.. :zs.,.,. a..<..aUMITS». . TYPE OF INSURANCE COVERAGEIFORMS AMOUNT i DEDUCTIBLE + COINSUR. PROPERTY. .._...___.��.:._...-._-_.r._.....Y..��._..._.__._____...�......._._.�.__.�. CAUSES OF LOSS ;"installation Floater - All Risk $133,193. 4$1000 ; 100% __.-_, n^—`SPEC. BASIC BROAD i GENERAL LIASIUTY .. - I GENERAL AGGREGATE - •" $ COMMERCIAL GENERAL LIABILITY ?. PRODUCTS — COMP/OP AGG.3 $ CLAIMS MADE 1 ;OCCUR' : PERSONAL & ADV, INJURY S OWNER'S 8 CONTRACTOR'S PROT.: ': EACH OCCURRENCE FlRE DAMAGE (Any one lee) ; S RETRO DATE FOR CLAIMS MADE: MED. EXPENSE (Arty one peson) - $ AUTOMOBILE LIABILITY : COMBINED SINGLE LIMIT `. $ ANY AUTO BODILY INJURY (Per person) $ . ALL OWNED AUTOS BODILY INJURY (Per accident) , $ 'SCHEDULED AUTOS PROPERTY DAMAGE $ -. HIRED AUTOS MEDICAL PAYMENTS $ �— _ NON -OWNED AUTOS PERSONAL INJURY PROT. i $ GARAGE LIABILITY - i UNINSURED MOTORIST '" i $ AUTO PHYSICAL DAMAGE DEDUCTIBLE ALL VEHICLES SCHEDULED VEHICLES ACTUAL CASH VALUE ! - COLLISION: I_._..._. STATED AMOUNT ! $ _..._ ._ I OTHER THAN COL: .._.... _._.._...__�i OTHER EXCESS LIABILITY EACH OCCURRENCE - $ UMBRELLA FORM : AGGREGATE $ OTHER THAN UMBRELLA FORM RETRO DATE FOR CLAIMS MADE: - SELF -INSURED RETENTION $ STATUTORY LIMITS WORKER'S COMPENSATION AND._ EACH ACCIDENT : $ .__.____.___.,-..........._._._._. _.__,.. EMPLOYER'S LIABILITY DISEASE -POLICY LIMIT $ - ' DISEASE -EACH EMPLOYEE $ SPECIAL CONDITIONSIOTHER COVERAGES - r NAME &ADDRESS k. .r. z' MORTGAGEE 1 ADDITIONAL INSURED LOSS PAYEE LOAN N ..__...�.—..— AUTHORIZED R ESENTATIVE _ .• ©ACORD CORPORATION 1990 This Company' binds the kind(s) of insurance stipulated on the reverse side. The Insurance is subject to the teems, conditions and limitations of the policy(les) in current use by the Company.' This binder may be cancelled by the Insured by surrender of this binder or by written notice to the Company stating when cancellation will be effective. This binder may be cancelled by the Company by notice to the Insured in accordance with the policy conditions. This binder is cancelled when replaced by a policy. If this binder is not replaced by a policy, the Company is entitled to charge a premium for the binder according to the Rules and Rates in use by the Company. APPLICABLE IN NEVADA Any person:, who refuses to accept a binder which provides coverage of less than, $1,000,000.00 when proof is required: (A) Shall be fined not more than $500.00, and (8) is liable to the, party presenting the binder as proof of insurance for actual damages sus- tained therefrom. s•rc (M9MDDrvv> CERTIFICATE OF INSURANCE I$SUE5- 1 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE The Shropshire Agency, Inc. DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE P. 0. Box 1o428 POLICIES BELOW. Lubbock, Texas 79408 COMPANIES AFFORDING COVERAGE 806-763-7311 . COMPANY A .. LETTER United States Fidelity & Guaranty Company .....,. .-,__._,_.....__..........._ _...... . . .... ........... .. ..._.._. . COMPANY B INSURED LETTER Texas Roofing Company COMPARNY C P. 0. Box 2156 LETTE _.......:_:_._.__._.__....__.. Lubbock, Texas 79408 COMPANY D 806-747-2981 LETTER _. _.....__..:....,_.._._... _ . COMPANY E LETTER COVERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS. SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO TYPE OF INSURANCE - POLICY NUMBER LTR - POLICY EFFECTIVE POLICY EXPIRATION LIMITS DATE (MM/DD/YY) DATE (MM/DDIYY) GENERAL LIABILITY GENERAL AGGREGATE: $ COMMERCIAL GENERAL LIABILITY .PRODUCTS-COMP/OP AGG. $ CLAIMS MADE OCCUR. PERSONAL & ADV. INJURY $ OWNER'S & CONTRACTOR'S PROT. EACH OCCURRENCE $ _ ..-- FIRE DAMAGE (Any one fire) $.--^- MED. EXPENSE (Any one person) $ AUTOMOBILE LIABILITY COMBINED SINGLE $1,000,000 A X ANY AUTO lTB113027772000 10-14-90 to-14-91 LIMIT X ALL OWNED AUTOS BODILY INJURY $ X SCHEDULED AUTOS (Per person) X HIRED AUTOS BODILY INJURY $ X NON -OWNED AUTOS (Per accident) GARAGE LIABILITY PROPERTY DAMAGE $ EXCESS LIABILITY EACH OCCURRENCE $ UMBRELLA FORM AGGREGATE $ OTHER THAN UMBRELLA FORM WORKER'S COMPENSATION STATUTORY LIMITS EACH ACCIDENT $ AND DISEASE -POLICY LIMIT $ EMPLOYERS' LIABILITY DISEASE -EACH EMPLOYEE $ OTHER DESCRIPTION OF OPERATIONSILOCATIONS/VEHICLES/SPECIAL ITEMS Re: City of Lubbock Roof Repair, Mahon Library, 1306-9th Street, Lubbock, Texas Additional Insured -City of Lubbock CERTIFICATE HOLDER,_, CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE City Of Lubbock EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE Lubbock, Texas LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF NY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. : A OR12ED PRESENTATIVE ACORD 25•S (7/90 ``' ` i CAD CORPORATION 199C (THIS PAGE LEFT BLANK INTENTIONALLY) CONTRACT -21- (This page left blank intentionally) CONTRACT STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 26th day of April. 1991, by and between the city of Lubbock, County of Lubbock, State of Texas, acting by and through B.C. McMinn, Mayor, thereunto authorized to do so, hereinafter referred to as OWNER, and TEXAS ROOFING COMPANY of the City of LUBBOCK, County of LUBBOCK and the State of TEXAS, hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and 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 CON- TRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as fol- lows: BID #10663-ROOF REPAIRS - MAHNON LIBRARY IN THE AMOUNT OF $133,193.000. 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 proposal submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the year and day first above written. ATTEST: CITY OF LUBBOCK, TEXAS(P(OOWWNNEER,) Secretary (��� MAYOR APP OVED AS TO CON ENT: r-. APPROVED AS TO FORM: TEXAS ROOFING COMPANY CONTRACTOR TITLE: COMPLETE ADDRESS: ATTEST: p L Box 2156 412 Lubbock, TX 79408 Corpo to Secretary r. -22- (This page left blank intentionally) GENERAL CONDITIONS OF THE AGREEMENT -23- (This page left blank intentionally) GENERAL CONDITIONS OF THE AGREEMENT 1. OWNER Whenever the word Owner, or the expression Party of the First Part, or First Party, are used in this con- tract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR Whenever the word Contractor, or the expression Party of the Second Part, or Second Party, is used, it shall be understood to mean the person, persons, co -partnership or corporation, to -wit: TEXAS ROOFING COMPANY, who has agreed to perform the work embraced in this contract, or to his or their legal representative. 3. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to JERRY SMITH, DIRECTOR OF BUILDING SERVICES, City of Lubbock, under whose supervision these contract documents, including the plans and specifications, were prepared, and who will inspect construc- tions; or to such other representative, supervisor, or inspector as may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisor or inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or men acting in behalf of the Contractor. CONTRACT DOCUMENTS The contract documents shall consist of the Notice to Bidders, General Instructions to Bidders, Proposal, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), specifications, Plans, Insurance Certificate, and all other documents made available to Bidder for his inspection in accordance with the Notice to Bidders. 5. INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. Whenever in the Specifications or drawings accompanying this agreement, the terms of description of various qualities relative to finish, workmanship, or other qualities of similar kind which cannot, from their na- ture, be specifically and clearly described and specified, but are necessarily described in general terms, the fulfillment of which must depend on individual judgment, then, in all such cases, any question of the fulfillment of said specifications shall be decided by the Owner's Representative, and said work shall be done in accordance with his interpretations of the meaning of the words, terms, or clauses defini,ig iiie character of the work. 6. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no re- sponsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor. -24- WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for wham it is intended, or if delivered at or sent certified mail to the last business address known to him who gives the notice. B. WORK Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract docu- ments. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. ALL work shall be done and all materials furnished in strict conformity with the contract documents. 9. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract docu- ments has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly Locating all work in accordance with the Plans and Specifications. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished with one copies of all Plans, Profiles and Specifications without expense to him and he shall keep one copy of same consistently accessible on the job site. 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress of quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract docu- ments. He will not be required to make exhaustive or continuous on -site inspections to check the quality or quantity of the work, nor will he be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. His efforts will be directed towards providing assurances for the Owner that the completed project will conform to the requirements of the contract docu- ments, but he will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. On the basis of his on -site observations, he will keep the owner informed of the progress of the work and will endeavor to guard the Owner against defects and deficiencies in the work of the Contractor. -25- 13. LINES AND GRADES ALL lines and grades shall be furnished by the Owner's Representative whenever necessary for the commence- ment of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend his work in order to permit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Con- tractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Repre- sentative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by him, his Subcontractors, or his employees, such stakes, marks, etc., shall be replaced by the Owner's Representa- tive at Contractor's expense. 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the owner's Representative shall review all work included herein. He has the authority to stop the work whenever such stoppage may be necessary to insure the proper execution of the contract. In order to permit delays and disputes and to discourage litigation, it is further agreed that the Owner's Representative shall, in alL cases, determine the amounts and quantities of the several kinds of work which are to be paid for under this �^ contract. He shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The Owner's Representative's estimates and findings shall be conditions precedent to the right of the parties hereto to arbitration or to any action on the contract, and to any rights of the Contractor to receive any money under this contract; provided, however, that should Owner's Representative render any decision or give any direction, which in the opinion of either party hereto, is not in accordance with the meaning and intent of this contract, either party may file with said Owner's Representative within 30 days his written objection to the decision or direction so rendered, and by such action may reserve the right to submit the questions so raised to arbitration as hereinafter provided. It is the intent of this Agreement that there shall be no delay in the execution of the work, therefore, written decisions or direc- tion of the Owner's Representative as rendered shall be promptly carried out, and any claim arising there- from shall be thereafter adjusted to arbitration as hereinafter provided. The Owner's Representative shall, within a reasonable time, render and deliver to both the Owner and the Contractor a written decision on all claims of the parties hereto and on all questions which may arise rela- tive to the execution of the work or the interpretation of the contract, specifications and plans. Should the Owner's Representative fail to make such decision within a reasonable time, an appeal to arbitration may be taken as if his decision had been rendered against the party appealing. 15. SUPERINTENDENCE AND INSPECTION ^ It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Con- tractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within six (6) days make written appeal to the Owner's Representative for his decision. -26- 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in his absence and all directions given to him shall be binding as if given to the Contractor. Adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Con- tractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives will not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of his agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied himself as to the na- ture and location of the work, the confirmation of the ground, the character, quality and quantity of mate- rials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way effect the work under this contract. No verbal agreement or conversation with any officer, agent, or employee of the Owner, either before or after the execution of this contract, shall effect or modify any of the terms or obligations herein contained. 18. CHARACTER OF WORKMEN The Contractor agrees to employ only orderly and competent men, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform him in writing that any man or men on the work, are, in his opinion, incompetent, unfaithful, or dis- orderly, such man or men shall be discharged from the work and shall not again be employed on the work with- out the Owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecu- tion and completion of this contract where it is not otherwise specifically provided that Owner shall fur- nish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of men or equipment will be permitted only at such places as the Owner's Representative shall direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public ob- servation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. -27- 21. OBSERVATION AND TESTING The Owner or Owner's Representative shall have the right at all reasonable times to observe and test the work. contractor shall make necessary arrangements and provide proper facilities and access for such obser- vation and testing at any Location wherever work is in preparation or progress. Contractor shall ascertain the scope of any observation which may be contemplated by Owner or Owner's Representative and shall give am- ple notice as to the time each part of the work will be ready for such observation. Owner or Owner's Rep- resentative may reject any work found to be defective or not in accordance with the contract documents, re- gardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Observer has previously accepted the work through oversight or otherwise. If any work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Repre- sentative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representa- tive to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the Location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by Law or the contract documents. If any work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representa- tive, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspec- tions, tests and approvals shalt be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approval, and any work which meets the requirements of any such tests or approval but does not meet the requirements of the contract documents shalt be considered defective. Such defective work shalt be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under this agreement to make such inspections, tests, or approvals shall relieve the Contractor from his obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is further agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owners' Representative as un- suitable or not in conformity with plans, specification and contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and re- build or otherwise remedy such work so that it shalt be in full accordance with this contract. It is fur- ther agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner ­y see ric, in the Line, grade, form dimensions, plans or or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the 'basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they in- crease the amount of work, and the increased work can fairly be classified under the specifications, such increase shalt be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shalt be paid for as provided under Extra Work. In -28- case the Owner shaLL make such changes or alterations as shall make useless any work already done or mate- rial already furnished or used in said work, then the Owner shall recompense the contractor for any material or labor so used, and for any actual loss occasioned by such change, due to actual expenses incurred in preparation for the work as originally planned. 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, al- teration or addition to the work as shown on the plans and specifications or contract documents and not cov- ered by Contractor's proposal, except as provided under Changes and Alterations herein. It is agreed that the Contractor shaLL perform all extra work under the direction of the Owner's Representa- tive when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) If neither Method (A) or Method (B) be agreed upon before the extra work is com- menced, then the Contractor shall be paid the actual field cost of the work, plus fifteen (15%) per cent. In the event said extra work be performed and paid for under Method (C), then the provisions of this para- graph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workmen's Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these mat- ters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machin- ery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and com- pensate him for his profit, overhead, general superintendence and field office expense, and all other ele- ments of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which he should receive compensation or an adjustment in the construction time, he shall make written request to the Owner's Repre- sentative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative in- sists'upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C). The Contractor will thereby preserve the right to submit the matter of payment to arbi- tration as herein below provided. -29- 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of this contract that all work described in the proposal, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. If the Contractor finds any discrepancies or omissions in these plans, specifications, or contract documents, he should notify the Owners' Representative and obtain a clarification before the bids are received, and if no such request is received by the Owner's Representative prior to the opening of bids, then it shall be considered that the Contractor fully understands the work to be included and has provided sufficient sums in his proposal to complete the work in accordance with these plans and specifications. It is further understood that any re- quest for clarification must be submitted no later than five days prior to the opening of bids. 26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the ^ quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein speci- fied, the Contractor shall, if so ordered in writing, increase his force or equipment, or both, to such an extent as to give reasonable assurance of compliance with the schedule of progress. 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC The Contractor shall take out and procure a policy or policies of Workmen's Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall coWLy with the Workmen's Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, his sureties and insurance carriers shall defend, indem- nify and save harmless the Owner and all of its officers, agents and employees from all suits, actions, or claims of any character whatsoever, brought for or on account of any injuries or damages received or sus- tained by any person or persons or property, on account of any negligent act or fault of the Contractor or any subcontractor, their agents or employees, in the execution and supervision of said contract, and the project which is the subject matter of this contract, on account of the failure of Contractor or any subcon- tractor to provide necessary barricades, warning lights, or signs and will be required to pay any judgment with costs which may be obtained against the Owner or any of its officers, agents, or employees including attorney's fees. The safety precautions taken shall be the sole responsibility of the Contractor, in his sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work pro- gresses, are intended as reminders to the Contractor of his duty and shall not be construed as any assump- tion of duty to supervise safety precautions by either the Contractor or any of his subcontractors. -30- 28. CONTRACTOR'S INSURANCE The Contractor shall procure and carry at his sole cost and expense through the life of this contract, in- surance protection as hereinafter specified. Such insurance shall be carried with an insurance company au- thorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A. Comprehensive General Liability Insurance The contractor shall have Comprehensive General Liability Insurance with limits of $300,000 Bodily Injury and $300,000 Property Damage per occurrence to include: Premises and operations Explosion & Collapse Hazard Underground Damage Hazard Products & Completed operations Hazard Contractual Liability Independent Contractors Coverage Personal Injury (with exclusion "c" waived) The City is to be named as an additional insured on this policy for this specific job, and copy of the endorsement doing so is to be attached to the Certificate of Insurance. B. Owner's Protective or Contingent Public Liability Insurance and Property Damage Liability Insurance. The Contractor shall obtain an Owner's Protective or Contingent Public Liability Insurance policy naming the City of Lubbock as insured and the amount of such policy shall be as follows For bodily injuries, including accidental death, $500,000 per occurrence, and $100,000 for Property Damage. C. Comprehensive Automobile Liability Insurance The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily injury $250/500,000 Property Damage $100,000 to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non - owned Vehicles. The City is to be named as an additional insured on this policy for this specific job and copy of the endorsement doing so is to be attached to the Certificate of Insurance. D. Builder's Risk insurance The Contractor shall obtain a Builder's Risk policy in the amount of (100% of poten- tial loss) naming the City of Lubbock as insured. -31- E. Excess or Umbrella Liability Insurance --- The Contractor shall have Excess or umbrella Liability Insurance in the amount of ($1,000,000 minimum) with coverage to correspond with Comprehensive General Liability and Comprehen- sive Automobile Liability coverages. The City is to be named as an additional insured on this policy for this specific job and copy of the endorsement doing so is to be attached to the Certificate of Insurance. F. Worker's Compensation and Employers Liability Insurance As required by State statute covering all employees whether employed by the Contractor or any Sub- contractor on the job with Employers Liability of at least $100,000 limit. G. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named in- sured at the address shown in the bid specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. (7) The certificate or certificates shall be on the form (or identical copies thereof) con- tained in the job specifications. No substitute of nor amendment thereto will be accept- able. 29. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND FURNISHERS OF MACHINERY EQUIPMENT AND SUPPLIES The Contractor agrees that he will indemnify and save the owner harmless from all claims growing .:t a. r,, demands of subcontractors, laborers, workmen, mechanics, materialmen and furnishers of machinery and parts thereof, equipment, power tools, all suppliers, including commissary, incurred in the furtherance of the performance of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. If during the progress of the work, Contractor shall allow any indebtedness to accrue for work furnished by any of those designated in the preceding paragraph and shall fail to pay and discharge any such indebtedness within five (5) days after demand is made, then Owner may, during the period for which such indebtedness -32- shall remain unpaid, withhold from the unpaid portion of this contract, a sum equal to the amount of such unpaid indebtedness or may apply the sum so withheld to discharge any such indebtedness. Any and all communications between any party under this paragraph must be in writing. 30. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The contractor shall pay all royalties and license fees, and shall provide for the use of any design, de- vice, material or process covered by letters patent or copyright by suitable legal agreement with the Paten- tee or Owner thereof. The Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shalt be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is speci- fied or required in these contract documents by Owner; provided, however, if choice of alternate design, de- vice, material or process is allowed to the Contractor, then Contractor shalt indemnify and save Owner harm- less from any loss on account thereof. If the material or process specified or required by Owner is an in- fringement, the Contractor shall be responsible for such loss unless he promptly gives written notice to the Owner of such infringement. 31. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner effect the contract or the work, and shall indemnify and save harmless the Owner against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor or his employees. If the Contractor observes that the plans and specifications are at variance therewith, he shall promptLy notify the Owners' Representative in writing and any necessary changes shall be adjusted as provided in the contract for changes in the work. If the Contractor performs any work knowing it to be contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, he shall bear all costs arising therefrom. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, in- sofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 32. ASSIGNMENT AND SUBLETTING The Contractor further agrees that he will retain personal control and will give his personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from his full obligations to the Owner, as provided by this contractual agreement. 33. TIME FOR COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date or beginning and time for completion as specified in the contract of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced on a date to be specified in the Notice to Proceed. If the Contractor should neglect, fail, or refuse to comptete the work within the time herein specified, or any proper extension thereof granted by the Owner; then the Contractor does hereby agree as part of the con- sideration for the awarding of this contract, the owner may withhold permanently from Contractor's total compensation, the sum of $50.00 (FIFTY DOLLARS) PER DAY, not as a penalty, but as liquidated damages for the -33- breach of the contract as herein set forth for each and every calendar day that the Contractor shall be in default after the time stipulated for completing the work. It is expressly understood and agreed, by and between contractor and the Owner, that the time for the com- pletion of the work described herein is reasonable time for the completion of the same, taking into consid- eration the average climatic change and conditions and usual industriaL conditions prevailing in this Local- ity. The amount is fixed and agreed upon by and between the Contractor and the Owner because of the impractica- biLity and extreme difficulty in fixing and ascertaining actual damages the owner would in such event sus- tain, and the amount is agreed to be damages the Owner would sustain and shall be retained by the Owner from current periodical estimates for payments or from final payment. It is further agreed and understood between the Contractor and Owner that time is of the essence of this contract. 34. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Con- tractor shall be allowed to prosecute his work at such time and sessions, in such order of precedence, and in such manner as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contact, the plans and specifications, and within the time of completion designated in the proposals; provided, also, that when the Owner is having other work done, either by contract or by his own force, the owner's Representative may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor proposes to carry on the work, with dates at which the Contractor wiLL start the several parts of the work and estimated dates of completion of the sev- eral parts. 35. EXTENSION OF TIME The Contractor agrees that he has submitted his proposal in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 33 hereinabove set forth and that he shall not be entitled to, nor will he request, an extension of time on this contract, except when his work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the owner, or by changes ordered in the work, or by strike, walk -outs, acts of God or the public enemy, fire or flood. The Contractor may apply in writing for an ex- tension of time, submitting therewith all written justification as may be required by Owner's Representative ^ for such an extension as requested by Contractor. The Owner's Representative within ten (10) days after re- ceipt of a written request for an extension of time by the Contractor supported by all requested docu- mentation shall then submit such written request to the City Council of the City of Lubbock for their con- sideration. should the Contractor disagree with the action of City Council on granting an extension of time, such disagreement shall be settled by arbitration as hereinafter provided. 36. HINDRANCE AND DELAYS In executing the contract agreement, the Contractor agrees that in undertaking to complete the work within the time herein fixed, he has taken into consideration and made allowances for all hindrances and delays in- cident to such work, whether growing out of delays in securing material or workmen or otherwise. No charge -34- shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 37. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their proposals of- fered for the work. It is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project. 38. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and he shall be Liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. The Contractor agrees to indemnify, save and hold harmless the Owner against any claim or claims for damages due to any injury to any adjacent or adjoining property, arising or growing out of the perfor- mance of this contract, but such indemnity shall not apply to any claim of any kind arising out of the exis- tence or character of the work. 39. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by him and for well and truly performing the some and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 40. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of de- fective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the con- tract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner which have not theretofore been timely filed as provided in this contract. 35- 41. PARTIAL PAYMENTS ^ On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an applica- tion for partial payment. Owner's Representative shall review said application for partial payment and the progress of the work made by the Contractor and if found to be in order shall prepare a certificate for par- tiaL payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month; said statement shall also include the value of all sound ma- terials delivered on site of the work that are to be fabricated into the work. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and further, Less all previous payments and all further sums that may be retained by Owner under the terms of this agreement. It is understood, however, that in case the whole work be near to completion, and this fact is certified to by Owner's Representative and some unexpected and some unusual delay occurs due to no fault or negligence on the part of the Contractor, the Owner may upon written recommendation of Owner's Representative pay a reasonable and equitable portion of the retained per- centage due Contractor. 42. FINAL COMPLETION AND ACCEPTANCE Within thirty-one (31) days after the Contractor has given the Owner's Representative written notice that the work has been completed or substantially completed, the Owner's Representative and the Owner shall in- spect the work and within said time, if the work be found to be completed or substantially completed in ac- cordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor his certificate of completion, and thereupon it shall be the duty of the Owner within thirty-one (31) days to issue a certificate of acceptance of the work to the Contractor. 43. FINAL PAYMENT Upon the issuance of the certificate of completion, the owner's Representative shall proceed to make final measurement and prepare a final statement of the value of all work performed and materials furnished under the terms of the agreement, and shall certify same to the Owner, who shall pay to the Contractor on or be- fore the 31st day after the date of certificate of completion, the balance due Contractor under the terms of ^ this agreement, provided he has fully performed his contractual obligations under the terms of this con- tract; and said payment shall become due in any event upon said performance by the Contractor. Neither the certificate of acceptance nor the final payment, nor any provisions in the contract documents shalt relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the special condi- tions (if any) of this contract or required in the specifications made a part of this contract. _ 44. CORRECTION OF WORK BEFORE FINAL PAYMENT FOR WORK Contractor shall promptly remove from Owners' premises all materials condemned by the Owner's Representative on account of failure to conform to the contract, whether actually incorporated in the work or not, and Con- tractor shall at his own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract. Contractor shall also bear the expense of restoring aLL worK or otner contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such -- condemned work within a reasonable time after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. ^ 45. CORRECTION OF WORK AFTER FINAL PAYMENT Neither the final payment nor certificate nor any provision in this contract shall relieve the Contractor of responsibility for faulty materials or workmanship, and he shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the -36- date of substantial completion. The Owner or the Owner's Representative shall give notice of observed de- fects with reasonable promptness. 46. PAYMENT WITHHELD The Owner may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certificate to such extent as may be necessary to protect himself from loss on account of: (a) Defective work not remedied. (b) Claims filed or reasonable evidence indicating possible filing of claims. (c) Failure of the Contractor to make payments promptly to subcontractors or for materials or Labor. (d) Damage to another contractor. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, which will protect the Owner in the amount withheld, payment shall be made for amounts withheld because of them. 47. TIME OF FILING CLAIMS It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) days after the Owner's Representative has given any directions, order or instruction to which the Contractor desires to take exception. The Owners' Representative shall reply to such written exceptions by the Contractor and render his final decision in writing. In case the Contractor should appeal from the decision of the Owner's Representative, any demand for arbitration shall be filed with the Owner's Representative and the Owner in writing within ten (10) days after the date of delivery to Contractor of the final decision of the Owner's Representative. It is further agreed that final acceptance of the work by the Owner and the acceptance by the Contractor of the final payment shall be a bar to any claim by either party, except where noted other- wise in the contract documents. 48. ARBITRATION All questions of dispute under this agreement shall be submitted to arbitration at the request of either party to the dispute. The parties may agree upon one arbitrator, otherwise, there shall be three; one named in writing by each party and the third chosen by the two arbiters selected; or if the arbiters fail to se- lect a third within ten (10) days, he shall be chosen by the District Judge, 72nd Judicial District of Texas. Each arbiter shall be a resident of the City of Lubbock. Should the party demanding arbitration fail to name an arbiter within ten (10) days of the demand, his right to arbitrate shall lapse, and the de- cision of the Owner's Representative shall be final and binding on him. Should the other party fail to choose an arbiter within ten (10) days, the Owner's Representative shall appoint such arbiter. should ei- ther party refuse or neglect to supply the arbiters with any papers or information demanded in writing, the arbiters are empowered by both parties to take Ex Parte Proceedings. The arbiters shall act with promptness. The decision of any two shall be binding on both parties to the contract, unless either or both parties shall appeal within ten (10) days from date of the award by the ar- biters, and it is hereby agreed that each party shall have the right of appeal and all proceedings shall be according to and governed by Arbitration Statutes of Texas, being Article 224, et seq., Vernon's Annotated Civil Statutes. THE DECISION OF THE ARBITERS UPON ANY QUESTION SUBMITTED TO ARBITRATION UNDER THIS CONTRACT SHALL BE A CONDITION PRECEDENT TO ANY RIGHT OF LEGAL ACTION. 37- The arbiters, if they deem the case demands it, are authorized to award the party whose contention is sus- tained, such sums as they deem proper for the time, expense and trouble incident to the appeal, and if the appeal was taken without reasonable cause, they may award damages for any delay occasioned thereby. The ar- biters shall fix their own compensation, unless otherwise provided by agreement, and shall assess the costs and charges of the arbitration upon either or both parties. The award of the arbiters must be made in writ- ing and shall not be open to objection on account of the form of proceedings or award. 49. ABANDONMENT BY CONTRACTOR In case the Contractor should abandon and fail or refuse to resume work within ten (10) days after written notification from the Owner or the Owner's Representative, or if the Contractor fails to comply with the or- ders of the Owner's Representative, when such orders are consistent with this contract, this Agreement, or _ the Specifications hereto attached, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. After receiving said notice of abandonment, the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any .— rental or credit therefore (except when used in connection with Extra work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In case the Surety should fail to commence compliance with the notice for completion hereinbefore provided for within ten (10) days after service of such notice, then the Owner may provide for completion of the work in either of the following elective manners: (a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and sup- plies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been com- pleted by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been com- pleted by said Contractor, then the Contractor and/or his Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspa- per having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. However, should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. When the work shall have been substantially completed, the Contractor and his Surety shall be so notified and certificates of completion and acceptance, as provided in paragraph 42 hereinabove set forth, shall be e issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certificate of completion. M*r In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety shall pay the balance shown to be due by them to the owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machin- ery, equipment, tools, materials, or supplies which remain on the *jobsite and belong to persons other than the Contractor or his Surety, to their proper owners. 50. ABANDONMENT BY OWNER In case the Owner shall fail to comply with the terms of this contract, and should fail or refuse to comply with said terms within ten (10) days after written notification by the Contractor, then the Contractor may suspend or wholly abandon the work, and may remove therefrom all machinery, tools, and equipment, and all materials on the ground that have not been included in payments to the Contractor and have not been incorpo- rated into the work. Thereupon, the Owner's Representative shall make an estimate of the total amount earned by the Contractor, which estimate shall include the value of all work actually completed by said Con- tractor at the prices stated in the the attached proposal, the value of all partially completed work at a fair and equitable price, and the amount of all Extra Work performed at the prices agreed upon, or provided for by the terms of this contract, and a reasonable sum to cover the cost of any provisions made by the con- tractor to carry the whole work to completion, and which cannot be utilized. The Owner's Representative shall then make a final statement of the balance due the Contractor by deducting from the above estimate all previous payments by the owner and all other sums that may be retained by the Owner under the terms of this Agreement, and shall certify same to the Owner who shall pay to the Contractor on or before thirty (30) days after the date of the notification by the Contractor the balance shown by said final statement as due the Contractor, under the terms of this Agreement. 51. BONDS The successful bidder shall be required to furnish a performance bond and payment bond in accordance with Article 5160, Vernon's Annotated Civil Statutes in the amount of 100% of the total contract price, in the event said contract price exceeds $25,000.00. If the contract price does not exceed $25,000.00, the statu- tory bonds will not be required. All bonds, if required, shall be submitted on forms supplied by the Owner, and executed by an approved Surety company authorized to do business in the State of Texas. And it is fur- ther agreed that this contract shall not be in effect until such bonds are so furnished. 52. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special con- ditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. -39- 53. LOSSES FROM NATURAL CAUSES Unless otherwise specified herein, all loss or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the same, or from unusual obstructions or difficulties which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 54. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and au- thority to direct, supervise, and control his own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to ob- serve Contractor's work during his performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either _ the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. 55. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work he shall remove all such debris and also his tools, scaffolding, and surplus _ materials and shall Leave the work room clean or its equivalent. The work shall be Left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. -40- (This page left blank intentionally) CURRENT WAGE DETERMINATIONS -41- (This page left blank intentionally) Resolution #2502 January 8, 1987 Agenda Item #18 DGV:da RESOLUTION WHEREAS, the City Council has heretofore established the general prevailing rate of per diem wages for each craft or type of workmen or mechanics needed to execute public works contracts for the City of Lubbock in accordance with the provisions of Vernon's Ann.Civ.St., Art. 5159a; and WHEREAS, such wage rates were established by Resolution No. 719 enacted February 12, 1981, updated by Resolution No. 1590 enacted February 23, 1984; and WHEREAS, such rates need to be updated at the present time in order to reflect the current prevailing rate of per diem wages; NOW THEREFORE: BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the general prevailing rate of per diem wages for public works .contracts shall be as set forth in the following named exhibits, which exhibits shall be attached hereto and made a part hereof for all intents and purposes: Exhibit A: Building Construction Trades Exhibit B: Paving and Highway Construction Trades Exhibit C: Electrical Trades Exhibit D: Overtime Rate Exhibit E: Weekend and Holiday Rate Such wage rates are hereby found and declared to be the general prevailing rate of per diem wages in all localities where public works are undertaken on behalf of the City of Lubbock and such wage rates shall be included in all public works contracts as provided by law. Passed by the City Council this 8th day of January 1987. B.C. McMINN, MAYOR Ranettd.Boyd, City Secretary APPROVED T ONTENT APPROVED AS TO FORM: III PIyne, D rector of Building DToTrald G. Vandiver, First Services Assistant City Attorney EXHIBIT A City of Lubbock Building Construction Trades Prevailing Rates Craft Hourly Rate Acoustical Ceiling Installer $11.60 Air Conditioner Installer 8.35 Air Conditioner Installer -Helper - 5.50 Bricklayer 10.50 Bricklayer -Helper 5.00 Carpenter 11.00 Carpenter -Helper 5 50 Cement Finisher .50 35 Drywall Hanger . 8 70 Electrician _ 150 Electrician -Helper . Equipment Operator - 5.50 25 Heavy Light 8.00 Floor Installer 5.70 8 Glazier .00 7.50 Insulator, Piping/Boiler Insulator -Helper .50 5.0 Iron Worker 30 7.30 Laborer, General - Mortar Mixer ..30 5.75 60 Painter Plumber 8 75 Plumber -Helper 925 Roofer .00 Roofer -Helper 5 7.65 Sheet Metal Worker 8.75 Sheet Metal Worker -Helper 5. Welder - Certified 8.50 EXHIBIT B Paving and Highway Construction Prevailing Wage Rates Craft Asphalt Heaterman Asphalt Shoveler Concrete Finisher Concrete Finisher -Helper Electrician Flagger Form Setter Form Setter -Helper Laborer, General Laborer, Utility Mechanic Mechanic -Helper POWER EQUIPMENT OPERATORS Asphalt Paving Machine Bulldozer Concrete Paving Machinist Front End Loader Heavy Equipment Operator Light Equipment Operator Motor Grade Operator. Roller Scraper Tractor Truck Driver - Light Heavy Hourly Rate $5.25 4.75 7.35 4.75 10.50 4.75 6.50 5.50 4.75 5.80 6.50 6.00 6.00 5.25 6.50 5.85 6.40 6.40 8.00 5.25 5.25 5.50 5.25 5.25 EXHIBIT C Electric Construction Trades Prevailing Wage Rates Craft Power Line Foreman Lineman Journeyman Lineman Apprentice Series Groundman Series Hourly Rate $11.00 - 10.45 8.90 7.25 EXHIBIT D Prevailing Wage Rates Overtime Rate The rate for overtime (in excess of forty hours per week) is 1 1/2 times base rate. EXHIBIT E Prevailing Wage Rates Weekend and Holiday Rate The rate for weekend and holiday is.1 1/2 times base rate. SPECIFICATIONS ri -42- (This page left blank intentionally) SECTION 01300 SUBMITTALS PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED A. Procedures, B. Shop Drawings. C. Product Data. D. Manufacturer's Instructions and Certificates. E. Samples. F. Existing Equipment and Materials. G. Written Guarantee. 1.02 RELATED REQUIREMENTS A. Section 01600 - Material and Equipment: Contractor's list of Products. B. Section 01700 - Contract Closeout. 1.03 PROCEDURES A. Deliver submittals to Architect/Engineer at address listed -- under item 10 of Section 00050; Information to Bidders. B. Transmit each item under Architect/Engineer-accepted form. Identify pertinent Drawing sheet and detail number, and Specification Section number, as appropriate. Identify deviations from Contract Documents. Provide space for Contractor and Architect/Engineer review stamps. ^ Section 01300 (1) C. After Architect/Engineer review of submittal, revise and resubmit as required, identifying changes made since previous submittal. D. Distribute copies of reviewed submittals to concerned persons. Instruct recipients to promptly report any inability to comply with provisions. 1.04 SHOP DRAWINGS A. Submit either 2 reproduceable drawings or 6 opaques. 1.05 PRODUCT DATA A. Mark each copy to identify applicable products, models, options, and other data; supplement manufacturers' standard data to provide information unique to the Work. B. Submit the number of copies which Contractor requires, plus two copies which will be retained by Architect/Engineer. 1.06 MANUFACTURER'S INSTRUCTIONS A. When required in individual specification section, submit manufacturer's printed instructions for delivery, storage, assembly, installation start-up, adjusting, and finishing, in quantities specified for product data. 1.07 SAMPLES A. Submit full range of manufacturers' standard colors, textures, and patterns for Architect/Engineer's selection. Submit samples for selection of finishes within fifteen days after date of Contract. B. Submit samples to illustrate functional characteristics of the product, with integral parts and attachment devices. Coordinate submittal of different categories for interfacing work. C. Include identification on each sample, giving full information. D. Submit the number specified in respective specification section; one will be retained by Architect/Engineer. Reviewed samples which may be used in the Work are indicated in the Specification Section. Section 01300 (2) 1.08 EXISTING EQUIPMENT AND MATERIALS A. Owner shall retain possession of existing equipment or materials that are being replaced with new, unless Contractor is otherwise notified. B. Said material and equipment shall be stored within secured area by Contractor and removed from site by Owner. 1.09 WRITTEN GUARANTEE WRITTEN GUARANTEE: In addition to the requirement of the General Conditions, the contractor shall submit to the Owner a written guarantee, prior to release of final payment on a form approved by the Owner and the Architect, for materials and equipment for a one-year period. (A)GUARANTEES: In addition to the requirements of General Conditions the following shall apply. (1) Where guarantees for periods beyond one year from the date of final acceptance of the work are required, such guarantees shall be written on the Contractor's letterhead using the following format: GUARANTEE FOR We hereby guarantee that the (work done) which we have installed on the City of Lubbock Roof Repairs has been done in accordance with the drawings and specifications, and that the work as installed will fulfill the requirements of the Guarantee included in the Specifications. We agree to repair or replace any or all of our work, together with any other adjacent work which may be displaced by doing so, that may prove to be defective in its workmanship or material within a period of ( ) year(s). END OF SECTION 01300 (THIS PAGE LEFT BLANK INTENTIONALLY) SECTION 01400 QUALITY CONTROL PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED A. General Quality Control. B. Workmanship. C. Manufacturer's Instructions. D. Manufacturer's Certificates. E. Mockups. F. Manufacturers' Field Services. G. Testing Laboratory Services. ^- 1.02 RELATED REQUIREMENTS A. Section 01300 - Submittals: Product Data, and Samples: Submittal of Manufacturer's Instructions. 1.03 QUALITY CONTROL, GENERAL A. Maintain quality control over suppliers, manufacturers, products, services, site conditions, and workmanship, to produce work of specified quality. 1.04 WORKMANSHIP A. Comply with industry standards except when more restrictive tolerances or specified requirements indicate more rigid standards or more precise workmanship. B. Perform work by persons qualified to produce workmanship of specified quality. C. Secure products in place with positive anchorage devices designed and sized to withstand stresses, vibration, and racking. 1.05 MANUFACTURERS' INSTRUCTIONS A. Comply with instructions in full detail, including each -, step in sequence. Should instructions conflict with Contract Documents, request clarification from Architect/Engineer before proceeding. 1.06 MANUFACTURERS' CERTIFICATES Section 01400 (1) A. When required by individual Specifications Section, submit manufacturer's certificate, in duplicate, that products meet or exceed specified requirements. 1.07 MOCKUPS A. When required by individual Specifications Section, erect complete, full-scale mockup of assembly at Project site. Tests will be performed in accordance with Section 01400. Remove mockup at completion, when approved by Architect/Engineer. 1.08 MANUFACTURERS' FIELD SERVICES A. When specified in respective Specification Sections, require supplier to provide qualified personnel to observe field conditions, conditions of surfaces and installation, quality of workmanship, start-up of equipment, test, adjust and balance of equipment as applicable, and to make appropriate recommendations. B. Representative shall submit written report to Architect/Engineer listing observations and recommendations. 1.09 TESTING LABORATORY SERVICES A. Contractor shall pay for services of an Independent Testing Laboratory to perform inspections, tests, and other services required by individual Specification Sections. B. Services will be performed in accordance with requirements of governing authorities and with specified standards. C. Reports will be submitted to Architect/Engineer in duplicate giving observations and results of tests, indicating compliance or non-compliance with specified standards and with Contract Documents. D. Contractor shall cooperate with Testing Laboratory personnel; furnish tools, samples of materials, design mix, equipment, storage and assistance as requested. 1. Notify Architect/Engineer and Testing Laboratory 24 hours prior to expected time for operations requiring testing services. 2. Make arrangements with Testing Laboratory and pay for additional samples and tests for Contractor's convenience. END OF SECTION Section 01400 SECTION 01600 MATERIAL AND EQUIPMENT ^ PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED A. Products. B. Transporation and Handling. C. Storage and Protection. r' D. Product Options. E. Products List. F. Substitutions. G. Systems Demonstration. H. Existing Materials and Equipment. 1.02 RELATED REQUIREMENTS A. Section 01700 - Contract Close -Out: Operation and maintance data. B. Section 01700 - Warranties and Bonds. C. Section 01700 - Spare Parts and Maintenance Materials. 1.03 PRODUCTS A. Products include material, equipment, and systems. ^ B. Comply with Specifications and referenced standards as minimum requirements. C. Components required to be supplied in quantity within a Specification section shall be the same, and shall be interchangeable. D. Do not use materials and equipment removed from existing structure, except as specifically required, or allowed, by Contract Documents. Section 01600 (1) 1.04 TRANSPORATION AND HANDLING A. Transport products by methods to avoid product damage; deliver in undamaged condition in manufactuer's unopened containers or packaging, dry. B. Provide equipment and personnel to handle products by methods to prevent soiling or damage. C. Promptly inspect shipments to assure that products comply with requirements, quantities are correct, and products are undamaged. D. Receipt of Deliveries to site shall be by Contractor's personnel. Owner's personnel shall not receive deliveries to the site. 1.05 STORAGE AND PROTECTION A. Store products in accordance with manufactuer's instructions, with seals and labels intact and legible. Store sensitive products in weather -tight enclosures; maintain within temperature and humidity ranges required by manufacturer's instructions. B. For exterior storage of fabricated products, place on sloped supports above ground. Cover products subject to deterioration with impervious sheet covering; provide ventilation to avoid condensation. C. Store loose granular materials on solid surfaces in a well -drained area; prevent mixing with foreign matter. D. Arrange storage to provide access for inspection. Periodically inspect to assure products are undamaged, and are maintained under required conditions. 1.06 PRODUCT OPTIONS A. Products Specified by Reference Standards or by Description only: Any product meeting those standards. B. Products Specified by Naming One or More Manufacturers with a Provision for Substitutions: Submit a request for substitution for any manufacturer not specifically named. C. Products Specified by Naming Several Manufacturers: Products of named manufacturers meeting specifcations: No options, no substitutions allowed. SECTION 01600 (2) 1.07 PRODUCTS LIST A. Within (7) seven days after date established to Notice to Proceed, submit complete list of major products proposed for use, with name of manufacturer, trade name, and model number of each product. 1.08 SUBSTITUTIONS A. Only within (15) fifteen days after date established in Notice to Proceed will Architect/Engineer consider requests from Contractor for substitutions. Subsequently, substitutions will be considered only when a product becomes unavailable due to no fault of Contractor. B. Document each request with complete data substantiating compliance of proposed substitution with Contract Documents. C. Request constitutes a representation that Contractor: 1. Has investigated proposed product and determined that it meets or exceeds, in all respects, specified product. 2. Will provide the same warranty for substitution as for specified product. 3. Will coordinate installation and make other changes which may be required for work to be complete in all respects. 4. Waives claims for additional costs which may subsequently become apparent. D. Substitutions will not be considered when they are indicated or implied on shop drawing or product data submittal without separate written request, or when acceptance will require substantial revision of Contract Documents. E. Architect/Engineer will determine acceptability of proposed subtitution, and will notify Contractor of acceptance or rejection in writing within a reasonable time. F. Only one request for substitution will be considered for each product. When substitution is not accepted, provide specified product. 1.09 SYSTEMS DEMONSTRATION A. Prior to final inspection, demonstrate operation of each system to Architect/Engineer and Owner. B. Instruct Owner's personnel in operation, adjustment, and maintenance of equipment and systems, using the operation and maintenance data as the basis of instruction. r SECTION 01600 (3) 1.10 EXISTING EQUIPMENT AND MATERIALS A. Owner shall retain possession of existing equipment or materials that are being replaced with new, unless Contractor is otherwise notified. B. Said material and equipment shall be stored within secured area by Contractor and removed from site by Owner. PART 2 PRODUCTS NOT USED PART 3 EXECUTION NOT USED END OF SECTION 01600 (4) SECTION 01700 CONTRACT CLOSEOUT PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED A. Closeout Procedures. B. Final Cleaning. C. Project Record Documents. D. Operation and Maintenance Data. E. Warranties and Bonds. F. Spare Parts and Maintenance Materials. 1.02 RELATED REQUIREMENTS A. General Conditions: Fiscal provisions, legal submittals, and other adminstrative requirements. 1.03 CLOSEOUT PROCEDURES A. Comply with procedures stated in General Conditions of the contract for issuance of Certificate of Substantial Completion. B. When Contractor considers Work has reached final completion, 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/Engineer's inspection. C. In addition to submittals required by the conditions of the Contract, provide submittals required by governing authorities, and submit a final statement of accounting giving total adjusted Contract Sum, previous payments, and sum remaining due. D. Architect/Engineer will issue a final Change Order reflecting approved adjustments to Contract Sum not previously made by Change Order. SECTION 01700 (1) 1.04 FINAL CLEANING A. Execute prior to final inspection. B. Clean interior and exterior surfaces exposed to view; remove temporary labels, stains and foreign substances, polish transparent and glossy surfaces, vacuum carpeted and soft surfaces. Clean equipment and fixtures to a sanitary condition, clean or replace filters of mechanical equipment. Clean roofs, gutters, downspouts, and drainage systems. C. Clean site; sweep paved areas, rake clean other surfaces. D. Remove waste and surplus materials, rubbish, and construction facilities from the Project and from the site 1.05 PROJECT RECORD DOCUMENTS A. Store documents separate from those used for construction. B. Keep document current; do not permanently conceal any work until required information has been recorded. C. At Contract closeout, submit documents with transmittal letter containing date, Project, title, Contractor's name and address, list of documents, and signature of Contractor. 1.06 OPERATION AND MAINTENANCE DATA A. Submit two sets prior to final inspection, bound in 8-1/2 x 11 inch three-ring side binders with durable plastic covers. 1.07 WARRANTIES AND BONDS A. Provide duplicate, notarized copies. Execute Contractor's submittals and assemble documents executed by subcontractors, suppliers, and manufacturers. Provide table of contents and assemble in binder with durable plastic cover. B. Submit material prior to final application for payment. For equipment put into use with Owner's permission during construction, submit within 10 (ten) days after first operation. For items of Work delayed materially beyond Date of Substantial Completion, provide updated submittal within ten days after acceptance, listing date of acceptance as start of warranty period. SECTION 01700 (2) 1.08 SPARE PARTS AND MAINENENACE MATERIALS A. Provide products, spare parts, and maintenance materials in quantities specified in each Section, in addition to that used for construction of Work. Coordinate with Owner, deliver to Project site and obtain receipt prior to final payment. PART 2 PRODUCTS NOT USED PART 3 EXECUTION NOT USED END OF SECTION SECTION 01700 (3) (THIS PAGE LEFT BLANK INTENTIONALLY) SECTION 06100 ROUGH CARPENTRY PART 1 GENERAL 1.01 WORK INCLUDED A. Blocking and cants for roofing system and related metal flashings and penetrations. B. Blocking and cants for roof mounted machanical items. C. Preservative treatment. D. Fire Retardant treatment. 1.02 RELATED WORK A. Section 07620 - Sheet Metal & Flashing: Blocking to receive flashings & anchors. 1.03 REFERENCES A. FS TT-W-550 - Wood Preservative, Chromated Copper Arsenate Mixture. B. FS TT-W-571 - Wood Preservation: Treating Practices. C. FS TT-W-572 - Wood Preservative: Water Repellent. D. NFPA - National Design Specification for Stress Grade Lumber and its Fastening. E. PS 20 - American Softwood Lumber Standard. 1.04 QUALITY ASSURANCE A. Lumber: Identify with grade stamp of an agency certified by NFPA. B. Fire retardant treatment to conform to requirements of Underwriters' Laboratories (UL). 1.05 REGULATORY REQUIREMENTS A. Conform to UBC code for fire retardant treatment of wood surfaces for flame/fuel/smoke ratings. SECTION 06100 (1) 1.06 PRODUCT DATA A. Submit product data under provisions of Section 01300. B. Identify preservative properties, method of treatment, expected service life. PART 2 PRODUCTS 2.01 MATERIALS A. Lumber: PS 20, graded in accordance with NFPA Grading Rules; maximum moisture content of 19 percent; Southern Yellow Pine species; construction grade. 2.02 ACCESSORIES A. Nails, Spikes, and Staples: Galvanized for exterior locations, high humidity locations, and treated woods; plain finish for other interior locations; size and type to suit application. B. Bolts, Nuts, Washers, Lags and Screws: Medium carbon steel; size and type to suit application; galvanized for exterior location, high humidity location, and treated wood; plain finish for other interior locations. C— Fasteners: Toggle bolt type for anchorage to hollow masonry. Expansion shield and lag bolt type for anchorage to solid masonry or concrete. Bolts or power activated type for anchorage to steel. 2.03 WOOD TREATMENT MATERIALS A. Wood Preservative: CCA type, green color; "Wolmanized" manufactured by Wood Preserving Co. Pittsburgh, PA. B. Fire Retardant: "Dricon" as manufactured by Koppers Corp. 2.04 SHOP TREATMENT OF WOOD MATERIALS A. Shop pressure treat wood materials requiring pressure impregnated preservatives to FS TT-W-571, Table 3. B. Redry wood after pressure treatment to maximum percent moisture content. SECTION 06100 (2) PART 3 EXECUTION 3.01 SITE TREATMENT OF WOOD MATERIALS A. Apply preservative treatment in accordance with manufacturer's instructions. Redry to 19 percent moisture content. B. Treat site -sawn and drilled ends. Allow preservative to cure prior to placing members. 3.02 INSTALLATION A. Install miscellaneous blocking, furring, cants, and nailing strips. B. Install members true, plumb, and level. Secure in place. C. Construct members of continuous pieces of longest possible lengths. END OF SECTION Section 06100 (3) (THIS PAGE LEFT BLANK INTENTIONALLY) SECTION 07311 ASPHALT SHINGLES PART 1 GENERAL 1.01 WORK INCLUDED A. Asphalt shingle roofing, with moisture shedding underlayment, eave, valley, and ridge protection, and associated protective flashings. 1.02 RELATED WORK 1.03 REFERENCES A. ANSI/ASTM D226 - Asphalt -Saturated Organic Felt Used in Roofing and Waterproofing. B. ANSI/ASTM D2822 - Asphalt Roof Cement. C. ANSI/ASTM D3018 - Class A Asphalt Shingles Surfaced with Mineral Granules. D. ASTM A361 - Sheet Steel, Zinc -Coated (Galvanized) by the Hot -Dip Process for Roofing and Siding. 1.04 SUBMITTALS A. Submit product data under provisions of Section 01300. B. Indicate general construction, configurations, jointing methods and locations, fastening methods and locations, and installation details. C. Submit manufacturer's installation instructions under provisions of Section 01300. PART 2 PRODUCTS 2.01 ACCEPTABLE ASPHALT SHINGLES MANUFACTURERS A. GAF C. Owens Corning D. Substitutions: Under provisions of Section 01600. SECTION 07311 (1) 2.02 ROOFING MATERIALS A. Asphalt Shingles: ASTM D3018-82 Type I; glass fiber matt base, mineral granule surfaced type; 240 lb/square self-sealing type, three tab. B. Underlayment: Glass fiber building paper, water repellent breather type. No. 30 unperforated asphalt saturated felts as recommended for use in waterproofing and in construction of shingle roofs. C. Nails shall be of sufficient length and holding power as required on shingle wrapper for securement of the material. PART 3 EXECUTION 3.01 INSTALLATION - GENERAL A. Install asphalt shingle roofing over dry surfaces, free of ridges, warps, and voids. Use manufacture's recommendation for installing roof on tectum deck and plywood deck respectively. B. Coordinate installation of roof mounted components or work projecting through roof. Verify roof openings are framed, sized, and located prior to installing work of this Section. C. Completed installation to provide weathertight service. 3.02 PROTECTIVE UNDERLAYMENT INSTALLATION A. Place one ply of underlayment over area not protected by eave membrane, with ends and edges weatherlapped minimum 6 inches. Stagger end laps of each consecutive layer. Nail protective underlayment to hold in place. B. Install protective underlayment perpendicular to slope of roof. C. Weather lap and seal items projecting through or mounted on roof with plastic cement. 3.03 ASPHALT SHINGLES INSTALLATION A. Place asphalt shingles in straight coursing pattern with 5 5/8 inch weather exposure to produce double thickness over entire roof area. SECTION 07311 (2) B. Provide double course of shingles at eaves. C. Nail shingles in place in accordance with manufacturer's instructions. D. Cap ridge with individual shingles, maintaining 5 5/8 inch weather exposure. Place to avoid exposed nails. SECTION 07311 (3) END OF SECTION (THIS PAGE LEFT BLANK INTENTIONALLY) SECTION 07514 BUILT-UP ASPHALT ROOFING PART 1 GENERAL 1.01 WORK INCLUDED A. Cleaning of deck surface. B. Roof Insulation Board. C. Built-up roofing, with base flashings. D. Derbigum SP - Wall Flashing. E. Aggregate surfacing. 1.02 RELATED WORK A. Section - Alternates: location of work by alternates. B. Section 06100 - Rough Carpentry: Wood Nailers C. Section 02072 - Minor Demolition for Remodeling: Removal existing components. D. Section 07620 - Flashing and Sheet Metal: Weather protection to base flashings. E. Section 07165 - Modified Bitumen Waterproofing: Wall ^� flashings & waterproofing exceeding 12 inches. 1.04 REFERENCES A. ASTM D41 - Asphalt Primer Used in Roofing, Dampproofing, and Waterproofing B. ASTM D312 - Asphalt Used in Roofing r-. C. ASTM D1227 - Emulsified Asphalt for Use as Protective Coating for Built -Up Roofs D. ASTM D1863 - Mineral Aggregate for Use on Built -Up Roofs Section 07514 (1) E. ASTM D2178 - Asphalt Impregnated Glass Mat Used in Roofing and Waterproofing F. FS SS-C-153 - Cement, Bituminous, Plastic 1.05 SYSTEM DESCRIPTION - Built-up Roofing System A. Four Ply asphalt applied fiberglass membrane system installed over roof deck and having aggregate surface finish. 1.06 QUALITY ASSURANCE A. Applicator: Company specializing in built-up bituminous roof application with 10 years experience approved by roofing materials manufacturer. 1.07 REGULATORY REQUIREMENTS A. Underwriters Laboratories, Inc. (UL): Class A Fire Hazard Classification. 1.08 SUBMITTALS A. Submit product data under provisions of Section 01300. B. Submit product data for membrane and base flashing materials. C. Submit manufacturer's installation instructions under provisions of Section 01300. D. Submit manufacturer's certificate that materials meet or exceed specified requirements. 1.09 DELIVERY, STORAGE, AND HANDLING A. Deliver products to site under provisions of Section 01600. B. Deliver materials in manufacturer's original containers, dry, undamaged, seals and labels intact. Section 07514 (2) C. Store materials in weather protected environment, clear of _ ground and moisture. D. Stand roll materials on end. 1.10 ENVIRONMENTAL REQUIREMENTS A. Do not apply roofing membrane during inclement weather or when air temperature may fall below 40 degrees F (5 degrees C). B. Do not apply roofing membrane to damp or frozen deck surface. C. Do not expose materials vulnerable to water or sun damage in quantities greater than can be weatherproofed during same day. 1.11 PREINSTALLATION CONFERENCE A. Convene a preconstruction conference one week prior to commencing work of this Section. B. Require attendance of parties directly affecting work of this Section. C. Review installation procedures and coordination required with related work. 1.12 WARRANTY A. Provide ten year manufacturers warranty for materials and installation including work of Section 07600 under provisions of Section 01700. B. Warranty: Cover damage to Work resulting from failure to resist penetration of moisture. PART 2 PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS ~ A. Owens Corning 41-XG B. Substitutions: Under provisions of Section 01600. Section 07514 (3) 2.02 SHEET MATERIALS A. Glass Fiber Felt Ply Sheets: ASTM D2178, Type IV. B. Base Ply: Perma ply No. 28. 2.03 BITUMINOUS MATERIALS A. Asphalt Bitumen: ASTM D312, Type III. B. Plastic Cement: FS SS-C-153, cutback asphalt type. 2.04 FLEXIBLE FLASHINGS A. Sheet Flashing: Derbigum - SP. 2.05 AGGREGATE SURFACING A. Aggregate: ASTM D1863; Refer to roofing schedule on drawings. 2.06 CANTS A. Fiber Cant and Tapered Edge Strips: Asphalt impregnated wood fiberboard, preformed to configuration detailed. 2.08 ACCESSORIES A. Roofing Nails: Galvanized or non-ferrous type, size as required to suit application. PART 3 EXECUTION 3.01 INSPECTION A. Verify deck is clean and smooth, free of depressions, waves, or projections, properly sloped to eaves. Verify deck are clean and dry. Section 07514 (4) B. Verify roof openings, curbs, pipes, sleeves, ducts, or vents through roof are solidly set, wood nailing strips and reglets are in place. Verify deck is supported and secured. C. Beginning installation means acceptance of substrate. 3.02 PROTECTION A. Protect building surfaces against damage from roofing work. B. Where work must continue over finished roof membrane, protect surface. 3.03 MEMBRANE APPLICATION A. Maximum Asphalt Temperature at Kettle: 450 degrees F. Minimum Temperature at Point of Application: 350 degrees F. Heat bitumen in accordance with manufacturer's instructions. B. Prime deck using 1 gal/100ft hold primer back 2 inches from all joints. Allow primer to dry. C. Embed one ply of PERMA PLY, 2 inch side laps and 3 inch end laps into spot mopping of hot asphalt applied at the rate of not less than 15lb/100ft2 PERMA PLY side laps must be solid mopped. To minimize wrinkles and buckles allow enough time for base ply to relax unrolled prior to attachment. D. Apply roofing membrane in three plies of roof felt mopped with 25 lb/square per layer of asphalt. Apply felts 2 on 2 in same direction. E. Apply felts smooth, free from air packets, wrinkles, fishmouths, lap joints, or tears. F. Extend felts up cant strips to vertical surfaces. Mop in one ply of flexible base flashing. Secure to vertical surface and reglets. G. Install two plies membrane and asphalt glaze coat for cutoff at end of day's operation. Glaze felts exposed at end of working day. Section 07514 (5) H. Mop and seal two additional plies of felt around roof protrusions. I. Install traffic surfacing by setting in hot asphalt at 25 lb/square. Set joints 6 inches apart. 3.04 FLASHINGS A. Apply flexible base flashings to seal membrane to vertical elements. B. Coordinate installation of roof top equipment and related flashings. C. Mop in and seal flashings and flanges of items protruding through membrane. 3.05 AGGREGATE SURFACING A. Apply uniform flood coat of asphalt at rate of 60 lb/square and while hot, embed roofing aggregate at rate of 400 lb/square. Aggregate to be as scheduled on the drawings. B. Evenly distribute aggregate and ensure bond with flood coat. Extend aggregate to bottom edge of cant strips. C. Butt aggregate to edge of traffic surfacing. 3.06 FIELD QUALITY CONTROL A. Correct defects and irregularities. 3.07 CLEANING A. Remove bituminous markings from finished surfaces. In areas where finished surfaces are soiled by asphalt or any other source of soiling caused by work of this Section, consult manufacturer of surfaces for cleaning advice and conform to their instructions. END OF SECTION Section 07514 (6) SECTION 07535 MODIFIED BITUMEN SHEET ROOFING PART 1 - GENERAL 1.01 RELATED SECTIONS A. Section 07620: Sheet Metal and Flashing. B. Section - Alternates: Location of work by alternates. 1.02 REFERENCES A. NRCA - National Roofing Contractor Assn: Roofing Materials Guide. Volume No. 10, Dated February, 1987. B. Underwirters' Labortories: U. L. 790 Text Method Class A Fire Hazard Classification. 1.03 SUBMITTALS A. Submit manufacturer's product data and samples under Provisions of Section 01300. 07535 (1) B. Include: 1. Most recent copy of manuafacturer's literature - applicable to products and specifications to be used, including applicable flashing details. 2. Three sheet samples, approximately 8" x 10", of roofin membrane or membranes. 1.04 QUALITY ASSURANCE A. Applicator: Contractor authorized to install Modified Bitumen products with minimum 2 years experience. 1.05 DELIVERY, STORAGE AND HANDLING A. Deliver and store materials under provisions of Section 01600. B. Deliver materials to jobsite on pallets. Pallet label shall indicate material name, production date, and/or product code C. Store bulk asphalt in heated tanker not greater than 350 F temperature. Avoid modification of asphalt physical properties resulting from long periods of overheating. D. Store materials in dry, protected areas in an upright position. Control temperature of storage areas in accord- ance with manufacturer's instructions. Protect materials from freezing. E. Storage of Modified Bitumen rolls should be at least above S F for a period of time before application. F. Do not store excessive amounts of roofing membrane rolls on roof. 1.06 PROJECT CONDITIONS A. Follow local, state and federal regulations, safety stand- ards and codes. When a conflict exists use the stricter document. B. Follow insurance underwriter's requirements acceptable for use with manufacturer's products or systems. C. Do not apply roofing unless correct asphalt application temperatures for the base ply can be maintained to obtain good embedment and adhesion (375 -425 F at point of application). Nor shall operation be conducted when water in any form is present on deck, such as rain, dew, ice, frost, or snow. D. Ensure roof deck is structurally sound to support the live and dead load requirements of roofing system and sufficient] rigid to support construction traffic. 07535 (2) 1.07 WARRANTY/GUARANTEE A. Provide a 10 year roof guarantee. B. Provide a 10 year manufacturers warranty from the date of completion of the roofing membrane. C. Warranty to cover: Warranty covers product quality and performance for 10 years: Guaranty covers product r: quality, performance and installation for 10 years. See Warranty or Guaranty specimen for complete details. PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Performance Building Products B. Substitutions: Under provisons of Section 01600. 2.02 MATERIALS " A. Roofing 1. Permax A -Special Mineral fiberglass mat, coated on both sides with a plastomeric APP modifier, an< surfaced with ceramic granules. 60 mils thick meets U.L. BU Label. 2. Base Ply Sheet: A fiberglass base sheet meeting U.L. Type G2 BU Label, ASTM D-460, Type 1. 3. Vapor Chan -A venting base sheet with the bottom surface embedded with mineral granules. Meets U.L. Type G2 BU Label, ASTM D-3672, Type II. B. Related Materials: 1. Asphalt Primer: To comply with ASTM D41. 2. 1/2" wood fiber rigid insulation as noted on drawings. PART 3 - EXECUTION 07535 (3) 3.01 PREPARATION A. Remove trash, debris grease, oil, water, moisture and contaminates which may affect bond of asphalt of deck surface. B. Verify B.U. surfaces are dry and reasonably smooth. Prime according to manufacturer's instructions prior to application of roofing membrane. C. Prepare other surfaces according to respective manufacturer' published instructions. D. Use cleaning materials necessary to render an acceptable surface. E. Use compatible materials on voids and joints so finished dec surface will be even and smooth. F. Protect adjacent areas from damage with tarpaulin or other - durable materials. 3.02 APPLICATION/INSTALLATION A. Roofing Membrane: 1. Install membrane materials in accordance with manufacturer's current published application instruction for torch application as described in the manufacturers Modified Bitumen Products Reference and Application Guide. 2. All laps and seams must be tight and properly sealed. a. Seal natural voids (the area just inside the lap lir on top sheet). b. Fully adhere the lap surface and bead to form a smooth transition. C. Bond and seal bridging seams. (Bridging is where a parallel field lap crosses a perpendicular lap such as in a stagger end lap pattern). d. Embed loose ceramic granuals at the laps to match th the existing field membrane. 07535 (4) C. Flashings: 1. Base Flashings: The flashings system shall be a component of, or attached to, the roof deck or roof deck system. Apply flashing only after the membrane roofing has been installed. a. With nailing facilities: Install in accordance with manufacturer's current published details. b. Without nailing facilities: Install in accordance with manufacturer's approval of deviation from recommended details. 3.03 FIELD QUALITY CONTROL A. Finished roof membrane must be solid and tight. Inspect roo and make necessary corrections/repairs to ensure proper adhesion. 1. Repair burned areas, i.e., lightly burned areas require resaturation wiht extra modified bitumen mix. All other burned areas require patching. 2. Cut open, reheat and patch delaminated areas. 3. Cut open, reheat and patch all buckles, blisters and voids. 3.04 CLEANING A. Remove trash, debris, equipment and parts from jobsite. B. Repair damage and remove stains caused by work of this Section. 3.05 PROTECTION -� A. Protect finished roof areas from damage during construction under provisions of Section 01400. 3.06 ACCESSORIES A. Roof Drains: See Section 15200-Plumbing END OF SECTION (THIS PAGE LEFT BLANK INTENTIONALLY) SECTION 07620 SHEET METAL FLASHING AND TRIM PART 1 GENERAL 1.01 WORK INCLUDED A. Coping parapet B. Roof flashings. C. Counterflashings over bituminous base flashings. D. Roof joint cover flashings. E. Counterflashings at roof mounted mechanical equipment and vent stacks. F. Counterflashings for roof hatches. �^ G. Preformed Expansion Joint Covers 1.02 RELATED WORK A. Section 06100: Wood blocking, nailers, and grounds. " B. Section 07514 - Build-up ashalt roofing. C. Section 07535 - Modified Bitumen Sheet roofing. D. Section 07900 - Joint Sealers. 1.03 REFERENCES A. ASTM A525 - Steel Sheet, Zinc Coated, (Galvanized) by the Hot -Dip Process. B. ASTM B209 - Aluminum and Aluminum Alloy Sheet and Plate. C. ASTM B370 - Copper Sheet and Strip for Building Construction. D. CDA (Copper Development Association) - Contemporary Copper, A Handbook of Sheet Copper Fundamentals, Design, Details and Specifications. E. CDA - Copper Roofing - A Practical Handbook. F. FS SS-C-153 - Cement, Bituminous, Plastic. G. NAAMM - Metal Finishes Handbook. H. NRCA (National Roofing Contractors Association) - Roofing Manual. I. SMACNA - Architectural Sheet Metal Manual. 1.04 SYSTEM DESCRIPTION A. Work of this Section is to physically protect membrane roofing, base flashings, waterproofing, from damage that would permit water leakage to building interior. 1.05 QUALITY ASSURANCE A. Applicator: Company specializing in sheet metal flashing work with 5 years minimum experience. 1.06 SUBMITTALS A. Submit shop drawings and product data under provisions of Section 01300. B. Describe material profile, jointing pattern, jointing details, fastening methods, and installation details. C. Submit manufacturer's installation instructions under provisions of Section 01300. D. Submit samples under provisions of Section 01300. 1.07 STORAGE AND HANDLING A. Store products under provisions of Section 01600. B. Stack preformed and prefinished material to prevent twisting, bending, or abrasion, and to provide ventilation. C. Prevent contact with materials during storage which may cause discoloration, staining, or damage. PART 2 PRODUCTS 2.01 SHEET MATERIALS A. Copper: ASTM B370, cold rolled; 16 oz/sq ft; natural finish. B. Pre -coated Galvanized Steel: ASTM A525, G90; 24 gage core steel, shop pre -coated with Kynar coating of selected color by Architect. .. C. Galvanized Steel: ASTM A525, G140; 22 gage core steel. 2.02 ACCESSORIES A. Fastener: Galvanized steel with soft neoprene washers at exposed fasteners. Finish exposed fasteners same as flashing metal. B. Prefinished Pop -Rivets: To match Prefinished steel. C. Sealant: Elastomeric type specified in Section 07900. D. Bedding Compound: Rubber -asphalt type. r E. Plastic Cement: FS SS-C-153, Type I -asphaltic base cement. F Solder: ANSI/ASTM B32; 50/50 type. G. Flux: FS 0-F-506. H. 3202 continuous copper clips for copper flashing. I. Preformed Expansion Joint Cover: Manville Expand 0 Flash TL-6 (white) with factory made prefabricated intersections, corners,tees and crossovers. 2.03 FABRICATION A. Form sections true to shape, accurate in size, square, and free from distortion or defects. B. Fabricate cleats and starter strips of galvanized type sheet metals, minimum 2.5 inches wide, interlockable with sheet. C. Form pieces in longest practical lengths. D. Hem exposed edges on underside 1/2 inch (13 mm); miter and seam corners. E. Form material with flat lock seam. F. Pretin edges of copper sheet. G. Solder and seal metal joints. After soldering, remove flux. Wipe and wash solder joints clean. H. Fabricate corners from one piece with minimum 24 inch long legs; seam for rigidity, seal with sealant. I. Fabricate vertical faces with bottom edge formed outward 1/4 inch (6 mm) and hemmed to form drip. J. Fabricate flashings to allow toe to extend 2 inches over roofing. Return and brake edges. PART 3 EXECUTION 3.01 INSPECTION A. Verify roof openings, curbs, pipes, sleeves, ducts, or vents through roof are solidly set, cant strips and reglets in place, and nailing strips located. B. Verify membrane termination and base flashings are in place, sealed, and secure. C. Beginning of installation means acceptance of existing conditions. 3.02 PREPARATION A. Field measure site conditions prior to fabricating work. B. Install starter and edge strips, and cleats before starting installation. C. Install surface mounted reglets true to lines and levels. Seal top of reglets with sealant. D. Insert flashings into reglets to form tight fit. Secure in place with lead wedges at maximum 16 inches on center. Seal flashings into reglets with sealant. E. Secure flashings in place using concealed fasteners. Use exposed fasteners only in locations approved by Architect/Engineer. F. Lap and seal all joints. G. Apply plastic cement compound between metal flashings and felt flashings. H. Fit flashings tight in place. Make corners square, surfaces true and straight in planes, and lines accurate to profiles. I.. Seal metal joints watertight. END OF SECTION SECTION 07810 PLASTIC SKYLIGHTS PART 1 GENERAL 1.01 WORK INCLUDED A. Prefabricated plastic domed skylights for curb mounted application complete with curb and counter flashings. B. Coordinate installation of skylights with installation of roofing. 1.02 RELATED WORK A. Section 07514 - Built Up Asphalt Roofing. B. Section 06001 - Carpentry: Wood Curb Supports. 1.03 SUBMITTALS ' A. Submit shop drawings under provisions of Section 01300. B. Clearly indicate general construction, configurations, jointing methods and locations when applicable, fastening methods and installation details. C. Submit manufacturer's installation instructions under provisions of Section 01300. PART 2 PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Naturalite. B. Dawn Products Co. C. Substitutions: Under provisions of Section 01600. 2.02 MATERIALS A. Size: Custom to fit inch inside curb dimension. Section 07810 (1) r B. Construction: clear outer dome and white translucent acrylic plastic inner dome, sealed double dome type of convex shape; complete with extruded aluminum thermally broken frame system with integral drainable condenstaion gutters and counter flashing to roof flashings system. C. Support Curb: Weather treated wood, refer to drawings. 2.03 FABRICATION A. Fabricate skylights weathertight, and free of visual distortions and defects. PART 3 EXECUTION 3.01 INSTALLATION A. Install skylights in accordance with manufacturer's instructions. Coordinate with the installation of roofing system and related flashings. Provide weathertight installation. B. Apply bituminous paint on aluminum surfaces to be in contact with cementitious materials or dissimilar metals. END OF SECTION Section 07810 (2) SECTION 07900 JOINT SEALERS PART 1 GENERAL 1.01 WORK INCLUDED A. Clean and prepare joint surfaces. B. Sealant and backing materials. 1.02 RELATED WORK A. Section 07620 - Flashing and Sheet Metal: Sealants used in conjunction with metal flashings for roofing. B. Section 09900 - Paint: surface preparation for dissimilar surfaces. 1.03 REFERENCES A. ASTM C790 - Recommended Practices for Use of Latex Sealing Compounds. B. ASTM C804 - Recommended Practice for Use of Solvent -Release Type Sealants. C. ASTM D1056 - Flexible Cellular Materials - Sponge or Expanded Rubber. D. ASTM D1565 - Flexible Cellular Materials - Vinyl Chloride Polymers and Copolymers (Open Cell Foam). E. FS SS-S-200 - Sealing Compounds, Two Component, Elastomeric, Polymer Type, Jet -Fuel Resistant, Cold Applied. F. FS TT-S-227 - Sealing Compound, Rubber Base, Two Component. Section 07900 (1) G. FS TT-S-230 - Sealing Compounds, Synthetic -Rubber Base, Single Component, Chemically Curing. H. FS TT-S-1543 - Sealing Compound, Silicone Rubber Base. 1.04 SUBMITTALS A. Submit product data and samples under provisions of Section 01300. B. Submit samples of sealant colors. C. Submit manufacturer's surface preparation and installation instructions under provisions of Section 01300. 1.05 WARRANTY A. Provide two year warranty under provisions of Section 01700. B. Warranty: Replace sealants which fail because of loss of cohesion or adhesion, or do not cure. PART 2 PRODUCTS 2.01 SEALANT MATERIALS A. Sealant: Polysulphide base, single component, chemical curing;conforming to requirements of FS TT-S-230, Type II, Class A; Shore A hardness of minimum 15 and maximum 50; non -staining and non -bleeding; color as selected; Pecora - CG-9. B. Substitutions: Refer to Section 01600 for Substitution procedures. Section 07900 (2) 2.02 ACCESSORIES A. Joint Filler: ASTM D1056; round, closed cell polyethylene foam rods; oversized 30 to 50 percent; expandofoam manufactured by Williams or Sonneborn. PART 3 EXECUTION 3.01 INSPECTION A. Verify joint dimensions, physical, and environmental conditions are acceptable to receive work of this Section. B. Beginning of installation means acceptance. 3.02 PREPARATION �. A. Clean, prepare, and size joints in accordance with manufacturer's instructions. Remove any loose materials and other foreign matter which might impair adhesion of sealant. B. Verify that joint shaping materials and release tapes are compatible with sealant. C. Examine joint demensions and size materials to achieve required width/depth ratios. D. Use joint filler to achieve required joint depths, to allow sealants to perform properly. E. Use bondbreaker where required. SECTION 07900 (3) 3.03 INSTALLATION A. Perform work in accordance with ASTM C804 for solvent release sealants. B. Install sealant in accordance with manufacturers' instructions. C. Apply sealant within recommended tempature ranges. Consult manfacturer when sealant cannot be applied with in recommended temperature ranges. D. Tool joints concave. E. Joints: Free of air pockets, foreign embedded matter, ridges, and sags. 3.04 APPLICATION SCHEDULE A. Metal to metal - poly sulphide sealant. B. Masonry to masonry - one part urethane sealant. C. Gypsum Board to metal - paintable acrylic. END OF SECTION Section 07900 (4) SECTION 15100 MECHANICAL GENERAL 1. PART 1 - GENERAL 1.1 Every contractor shall be responsible for all his work fitting int place in a satisfactory and neat manner in every particular to th approval of the Owner. 1.2 Confer with the Construction Manager and other Contractors regardir the location and size of pipes, equipment, fixtures, conduit, .� ducts, openings, switches, outlets, etc., in order that there be no interferences between the installation or progress of the work of any Contractor on the project. The Architectural Drawings - r- shall take precedence over the Mechanical or Electrical Drawings. ' 1.3 The Mechanical and Electrical Drawings are diagrammatic and shall b followed as closely as actual construction of the building and th work of other trades will allow. All changes from Drawings necessary to make the work of each Contractor conform to the building construction and the work of other trades shall be done at the appropriate Contractor's expense. 1.4 Should any bidder consider that any requirement of these specifications and drawings will make the effective operation of any portion or the whole installation impossible, he must describ in his bid changes he deems necessary. Failure to do so shall be considered as an agreement on the part of the bidder to guarantee the effective operation of the installation. 1.5 All equipment shall be installed complete with all necessary fittings, supports, accessories, etc., as necessary for a complet installation, providing the desired function. All equipment shal be installed in accordance with manufacturer's recommended procedure unless specifically stated otherwise. 1.6 Nothing in these specifications or drawings shall be construed as directing any contractor from deviating from any legally binding code or ordinance. 2. SUBMITTAL SCHEDULE 2.1 Mechanical submittals shall follow the following format: A. Submittals shall be assembled in plastic 3-ring binder. B. Tabs should be provided for each specification section whethe submittals are required for that section or not. Sections which require no submittals shall have the single page inserteu whim, reads "NO SUBMITTALS REQUIRED". C. Each tab shall display the appropriate specification section number. D. Submittal information shall be organized within each tabbed section in the same order as in spec section. SECTION 15100 "' (1) 3. UTILITIES - 3.1 Contractor shall prior to bid familiarize himself with site conditions; codes and regulations in effect at project location; local utility company policies regarding service connections or adjustments. A. Contractor shall include in his bid fees required for: 1. Permits and Inspection of Local Authorities. - 2. Service Connections or Adjustment related to Water, Sewer or Gas services. 3. Meter Installations, Manifold Modifications, - ditching and compacted backfill required by Utility Company(ies) but excluded in their policy(ies). 4. Patching and Replacement of finished surfaces affected by utility connections including, but not limited to streets, curbs & gutters, sidewalks, alleys, roads, parking lots, building foundations, and other utilites. - 3.2 Contractor's insurance certificate shall indicate current underground liability insurance. _ 4. OPENINGS AND SLEEVES IN CONSTRUCTION 4.1 Most openings required in wall, floor, roof, ceiling, etc., construction for Mechanical and Electrical Work will be provided by the General Contractor in accordance with information furnishec by the Mechanical and Electrical Contractors. All sleeves, - inserts, forms etc., required for openings shall be furnished by the Contractor requiring same. The Mechanical and Electrical Contractors shall be responsible for their size, fabrication and location. Installation will be by the General Contractor. Where new work has been installed previous to such request, the General Contractor will do the necessary cutting and patching at the expense of the Mechanical and Electrical Contractor. 5. EXCAVATION AND BACKFILLING 5.1 Each Contractor shall do all excavation sheathing, bracing, and backfilling required for the installation of any and all parts of his respective work. Each bidder shall visit the premises and determine the for himself, at his own cost, by actual observation boring, or other means, the nature of the soil condition. Excavation in solid rock or in ground water conditions shall be done at no increase in contract price. - 5.2 Piping, conduit, etc., shall be bedded firmly and continously on undisturbed earth (or sand or pea gravel where specified or _ required). Where piping has bells, excavate deeper at same. Section 15100 (2) 5.3 Where the excavation is in rock, ashes, cinders, refuse or other unsuitable materials, make the trench 6" deeper and 12" wider than required for the piping and backfill with approved sand or pea gravel 6" deep. In these areas provide 6" sand or pea gravel '^ backfill around entire perimeter of pipe, conduit, etc. 5.4 Maintain all trenches and excavations free of standing water. Do not backfill any trench until pressure tests have been completed, the joints and pipe have been found to be water -tight, and the Architect, Plumbing Inspector, etc., have approved same. Backfill ._ all trenches in 8" layers and compact by tamping and puddling. Backfill material shall not be frozen. 5.5 Backfill for the first 12" over piping, etc. shall be placed by hand and carefully tamped. 5.6 Use sand or pea gravel fill for trench backfill under floors, .- parking lots, walks and drives. Backfill any over -excavation to proper level with sand or pea gravel, thoroughly compacted. Where ' pipe must be laid in backfill of other construction, remove same to undisturbed earth and backfill with sand or pea gravel to proper level. 5.7 Surplus earth may be used for backfill in yard areas of project upor approval of owner. No cinders, ashes, wood, large rocks, concrete or debris will be allowed in the backfill. Surplus excavation material not needed for backfill or elsewhere in the site shall be promptly removed from the site by the Contractor. 5.8 Provide adequate barricades, construction signs, torches, red lanterns, guards, etc., as required during the progress of the excavation work. Observe all applicable regulations respecting safety provision, sheathing, barricades, etc. 5.9 Protect utilities, trees, shubbery, fences, poles, sidewalks, curbs, and all other property and surface structures from damage. Any items which are disturbed shall be restored by the Contractor at his own expense. 5.10 Whenever excavations are made through streets, lawns, sidewalks, parking areas, curbs or other finished surfaces, replace such -^ surfaces with material to match existing surfaces approved by proper authorities, including reinforcing steel where required. All cuts shall be neatly done with saws, etc. ^ 5.11 Whenever excavations are made through the existing grassed areas, contractor shall install sod to match existing. 5.12 Before beginning excavation work Contractor shall contact utility companies and request that they locate and stake buried piping, wiring, etc. Such piping, wiring, etc. shall be exposed by hand ^ excavation prior to the use of power equipment. SECTION 15100 (3) 6. MECHANICAL -ELECTRICAL COORDINATION 6.1 Unless otherwise specified the Electrical Contractor will furnish and install all conduit, wiring, disconnects, starters, thermal overload heaters, holding coils, remote pushbutton stations, Hand -Off -Auto and multi -speed switches, and pilot lights for all electrically operated mechanical equipment, including final connections leaving items ready for operation. 6.2 Where starters are an intergral part of the equipment the Electric< Contractor shall furnish and install all wiring and make all finz connections leaving items to the line side of the starter or disconnect device. All wiring beyond this point shall be by the mechanical contractor furnishing the motor. 6.3 The Mechanical Contractor shall provide all control devices such a: thermostats, pressure sensors, humidistats, etc. associated witk the mechanical equipment and shall install those items which due to their method of operation must be connected or integrated intc the equipment. Items not attached to mechanical equipment, duct or piping shall be installed by the Electrical Contractor. All wiring for mechanical control shall be provided and installed by the Electrical Contractor, regardless of who installed the device Control diagrams shall be provided by the Mechanical Contractor. 6.4 Each Contractor shall consult with the Electrical Contractor, befor ordering or installing equipment, to coordinate the motor, starter, holding coil, overload, interlocks, etc. and shall be equally responsible to insure that the equipment installed is of proper size and type. 6.5 After wiring is completed by the Electrical Contractor, each Mechanical Contractor shall inspect the appropriate wiring before motors are operated. If any descrepencies are discovered the Mechanical Contractor shall notify the Owner in writing. The Owner shall arrange to have the changes made as required. After any required changes are complete, the Mechanical Contractor who furnished the motor shall assume complete responsiblity for motor protection during the warranty period including initial startup o each motor. 7. CONCRETE WORK AND PADS 7.1 All concreting, reinforcing and form work necessary in connection with the construction of pads and the concreting around ducts or raceways shall be provided by the mechanical or electrical contractor, as appropriate. Refer to Architectural sections for concrete forms, materials, and other requirements. SECTION 15100 (4) 8. MAINTENANCE MANUAL 8.1 Furnish for approval two complete Maintenance Manuals for all materials and equipment. Each manual shall include: Approved shop drawings Wiring diagrams Operating instructions Lubrication instructions Maintenance instructions Parts list Test reports 8.2 Each manual shall be 8 1/2" x 11" and bound in a 3-ring binder. Provide tabbed dividers labeled with the above divisions. 9. OWNER INSTRUCTION 9.1 Each contractor shall instruct the Owner's representative in the operation and maintenance of each system. Instruction periods shall include as a minimum of 2 visits of 8 hours per visit. These visits shall be at the convenience of the Owner. Submit a letter signed by the Owner certifying satisfactory completion of instructional activities. 10. FINAL INSPECTION 10.1 Final inspection will be made only after the Contractor certifies in writing that the work is 100% complete. 10.2 An inspection report describing incomplete/or unacceptable work will be prepared. This will be reviewed with the Contractor at the project site. ^ 10.3 After the incomplete or unacceptable work is 100% corrected the contractor shall so certify in writing to the Owner. 11. PROJECT CLOSEOUT 11.1 The following requirements must be fully completed before the fina: application for payment will be accepted or approved. Final inspection performed and all corrections made. Submittal of: Maintenance manual Owner instruction certification letter Equipment warrantees Written receipt for all loose items. END OF SECTION SECTION 15100 - (5) (THIS PAGE LEFT BLANK INTENTIONALLY) SECTION 15200 PIPE, TUBE AND FITTINGS PART 1 GENERAL 1. DESCRIPTION OF WORK 1.1 Components specified in this section include the following: Piping Materials Pipe/Tube Fittings Miscellaneous Piping Materials/Products Piping Specialities Supports, Anchors and Seals 1.2 Piping systems specified here include the following: Storm water Waste Piping 2. Quallity Assurance: 2.1 Code Compliance: Comply with applicable plumbing codes pertaining to product materials and installation of supports, anchors and seals. 2.2 MSS Standard Compliance: Provide pipe hangers and supports of whic] materials, design and manufacture comply with ANSI/MSS SP-58. Select and apply pipe hangers and supports, complying with MSS SP-69. Fabricate and install pipe hangers and supports complying with MSS SP-89. Terminology used in this section is defined in MSS SP-90. 2.3 Plumbing Code Compliance: Comply with applicable portions of local plumbing code pertaining to plumbing materials, construction and installation of products. 2.4 PDI Compliance: Comply with applicable Plumbing and Drainage Institute Standards pertaining to products and installation of soil and waste piping systems. SECTION 15200 (1) 3. SUBMITTALS 3.1 Product Data: Submit catalog cuts, specifications, installation instructions and dimensioned drawings for each type of pipe, tube and fitting. Submit piping schedule showing Manufacturer, pipe G. tube weight, fitting and joint type for each pipe system. 3.2 Product Data: Submit catalog cuts, specifications, installation instrcutions and dimensioned drawings for each type of support, anchor and seal. Submit pipe hanger and support schedule showina- Manufacturer's figure number, size location and features for eacr. required pipe hanger and support. 3.3 Product Data: Submit catalog cuts, specifications, installation instructions and dimensioned drawings for each type of support valve. Include pressure drop curve chart for each type and figure number, size, location, and valve features for each required - valve. 3.4 As -Built Drawings: specified. PART 2- PRODUCTS 4. PIPING MATERIALS: Provide as -built drawings for each piping syste! 4.1 General: Provide pipe material indicated for each service. Piping components shall be as follows: Hubless Cast -Iron Soil Pipe: CISPI 301; include coupling assembly;_ CISPI 310. 5. PIPE/TUBE FITTINGS: 5.1 General: Provide factory -fabricated fittings of type indicated for each service and pipe size. Provide sizes and types matching pip connection in each case. Fittings shall be as follows: Cast -Iron Soil Pipe: Hubless Cast -Iron Soil Pipe Fittings: CISPI 301; and complying with governing regulations. 6. MISCELLANEOUS PIPING MATERIALS/PRODUCTS 7. PIPING SPECIALTIES SECTION 15200 (2) 7.1 Pipe Sleeves: Provide pipe sleeves of one of the following: Sheet -Metal: Fabricate from galvanized sheet metal; round tube closed with snaplock joint, welded spiral seams, or welded longitudinal joint. Fabricate from the following gauges: 3" and smaller, 20 gage; 4" to 6" 16 gage; over 6", ^' 14 gage. Plastic -Pipe: Fabricate from Schedule 80 PVC plastic pipe; remove burrs. 7.4 Sleeve Seals: Provide sleeve seals for sleeves located in foundation walls below grade, or in exterior walls of the following material: Mechanical Sleeve Seals: Modular mechanical type, consisting of interlocking synthetic rubber links shaped to continously .- fill annular space between pipe and sleeve, connected with bolts and pressure plates which cause rubber sealing elements to expand when tightened, providing watertight seal and electrical insulation. 8. PIPING HANGERS AND SUPPORTS 8.1 General: Provide factory -fabricated hangers and supports of the following MSS types listed. Use only type by one manufacturer fol each piping service. Select size of hangers and supports to ,.. exactly fit pipe size for bare piping, and to exactly fit around piping insulation with saddle or shield for insulated piping. Provide copper -plated hangers and supports for copper -piping systems. Select size of vertical piping clamps to exactly fit pipe size of bare pipe. 8.2 Hangers shall be as follows: Adjustable Steel Clevises: MSS Type 1 Steel Double Bolt Pipe Clamps: MSS Type 3 Adjustable Steel Band Hangers: MSS Type 7 Two -bolt Riser Clamp: MSS Type 8 Four -bolt Riser Clamps: MSS Type 42 Steel Turnbuckles: MSS Type 13 Swivel Turnbuckles: MSS Type 15 Center Beam Clamps: MSS Type 21 Malleable Beam Clamps: MSS Type 30 Protection Saddles: MSS Type 39; fill interior voids with segments of insulation matching adjoining insulation. .. Protection Sheilds: MSS Type 40; of length recommended by manufacturer to prevent crushing of insulation. .8.3.. Roof-Mounted,Piping: Provide 6".long(minimum) by 2" x 2" crossection "unistrut" bracket for all roof -mounted equipment. Bolt bracket to 12" (minimum) long by 4" x 4" redwood runner. Provide pipe clamp between pipe and "unistrut" bracket. SECTION 15200 (3) 11. NOT USED 12. PIPING SYSTEM MATERIAL REQUIREMENTS 12.1 Provide the following materials for each indicated piping system: Storm Water Waste Piping System: Aboveground Waste/Vent Piping Within Buildings: Service weight hubless cast-iron soil pipe fittings, no -hub joints. PART 3 13. PIPE INSTALLATION 13.1 Install pipe, tube and fittings in accordance with recognized industry practices which will achieve permanently -leakproof pipin systems, capable of performing each indicated service without piping failure. Install each run with minimum joints and couplings, but with adequate and accessible unions for disassembl maintenance/replacement of valves and equipment. Reduce sizes (where indicated) by use of reducing fittings. Align piping accurately at connections, within 1/16" misalignment tolerance. 13.2 Locate piping runs, except as otherwise indicated, vertically and, horizontally (pitched to drain) and avoid diagonal runs whereever possible. Orient horizontal runs parallel with walls and column lines. Locate runs as shown or described by diagrams, details an notations or, if not otherwise indicated, run piping in shortest route which does not obstruct useable space or block access for servicing building and its equipment. Hold piping close to walls overhead construction, columns and other structural and permanent -enclosure elements of building; limit clearance to 1/2' where furring is shown for enclosure or concealment of piping, bL allow for insulation thickness, if any. Where possible, locate insulated piping in finished and occupied spaces, conceal piping form view by locating in column enclosures, in hollow wall construction or above suspended ceilings; do not encase horizonta runs in solid partitions, except as indicated. 13.3 Electrical Equipment Spaces: Do not run piping through transforms vaults and other electrical or electronic equipment spaces and enclosures unless unavoidable. Install drip pan under piping the must be run through electrical spaces. 13.4 Piping System Joints: Provide joints of type of indicated in eact piping system. Plastic Pipe/Tube Joints: Comply with manufacturer's instructions and recommendeations, and with applicable industry standards. 14. INSTALLATION OF PIPING SPECIALTIES: Section 15200 (4) 14.1 Dielectric Unions: Install at each piping joint between ferrous and non-ferrous piping. Comply with manufacturer's installation instructions. 14.3 Sleeves: Install pipe sleeves of types indicated where piping passes through walls, floors, ceilings, and roofs. Do not instal .- sleeves through structural members of work, except as detailed on drawings, or as reviewed by Architect/Engineer. Install sleeves accurately centered on pipe runs. Size sleeves so that piping an insulation (if any) will have free movement in sleeve, incluldein r allowance for thermal expansion; but not less than two pipe sizes larger tham piping run. Where insultation includes vapor -barrier jacket, provide sleeve with sufficent clearance for installation. ^ Install length of sleeve equal to thickness of construction penetrated, and finish flush to surface: except floor sleeves. Extend floor sleeves 1/4" above level floor finish, and 3/4" abov, floor finish sloped to drain. Provide temporary support during placement of concrete and other work around sleeves, and provide temporary closure to prevent concrete and other materials from entering sleeves. 14.4 Install sheet -metal sleeves at interior partitions and ceilings an( other than suspended ceilings. 14.5 Install plastic -pipe sleeves except as otherwise indicated. 14.6 Sleeve Seals: Install in accordance with the following: Mechanical Sleeve Seals: Loosely assemble rubber links around pipe with bolts and pressure plates located under each bolt head and nut. Push into sleeve and center. Tighten bolts until links have expanded to form watertight seal. .-. 15. INSTALLATION OF PIPE HANGERS: 15.1 Install building attachments at required locations within concrete ^ or on structural steel for proper piping support. Space attachments within manimum piping span length indicated in MSS SP-69. Install additional concentrated loads, including valves, flanges, guides, strainers, expansion joints and at changes in direction of piping. 15.2 Install hangers, supports, clamps and attachments to support pipinc properly from building structure, comply with SP-69. Arrange for grouping of parallel runs of horizontal piping to be supported together on trapeze type hangers where possible. Install support: with maximum spacings complying with MSS SP-69. Where piping of various sizes is to be supported together by trapeze hangers, space hangers for smallest pipe size or install intermediate supports for smaller diameter pipe size. Provide pipe straps for all trapeze -supported pipe. Do not use wire or perforated metal to support piping, and do not support piping from other piping. Section 15200 (5) 15.3 Install hangers and supports complete with necessary inserts, bolts, rods, nuts, washers and other accesories. Install hangers and supports of same type and style as installed for adjacent similar piping. 15.4 Provisions for Movement: Install hangers and supports to allow controlled movement of piping systems and to permit freedom of movement between pipe anchors, and to facilitate action of expansion joints , expansion loops; expansion bends similiar units. 15.5 Load Distribution: Install hangers and supports so that piping'. live and dead loading and stresses from movement will not be transmitted to connected equipment. 15.6 Insulated Piping: Comply with the following installation requirements: 1" Fiber glass insulation at all new storm water piping 15.7 Provide specified supports for all roof -mounted piping. Mop redwood runners into roof. Space runners in accordance with MSS requirements. Provide additional supports at valves, tees and others as required to adequately support piping. 20. INSTALLATION OF BUILDING DRAIN AND EXTERIOR DRAIN PIPING: 20.1 Install underground building drains and project exterior waste piping as indicated and in accordance with local plumbing code. Lay underground building drains beginning at low point of systems true to grades and alignment indicated with unbroken continuity c invert. Place bell ends of piping facing upstream. Install required gaskets in accordance with manufacturer's recommendatior for use of lubricants, cements and other special installation requirements. Clean interior of piping of dirt and other superfluous material as work progresses. Maintain swab or drag i line and pull past each joint as it is completed. Place plugs ir ends of uncompleted piping at end of day or whenever work stops. 20.2 Install storm water piping pitched to drain at minimum slope of 1/4" per foot (2%) for piping 3" and smaller, and 1/8" per foot (1%) for piping 4" and larger. SECTION 15200 (6) Sheilds: Where low -compressive -strength insulation or vapor barriers are indicated on cold or chilled water piping, install coated protective shields. For pipe 8" and over, install wood insulation saddles. 15.7 Provide specified supports for all roof -mounted piping. Mop redwood runners into roof. Space runners in accordance with MSS requirements. Provide additional supports at valves, tees and others as required to adequately support piping. 16. NOT USED. SECTION 15200 (11) Do not use pipe with threads which are chipped, stripped, or damaged. Plug each gas outlet, including valves, with threaded plug or caF immediately after installation and retain until continuing pipinc or equipment connections are completed. Ground gas piping electrically and continously within project, and bond tightly to grounding connection. Install drip -legs in gas piping at each ga fired device. Use dielectric unions where dissimlar metals are joined together. Install piping with 1" drop in 60' pipe run (0.14%) in direction of flow. Install piping parallel to other piping, but maintain minimum of 12" clearance between gas piping and steam or hot water piping above 200 degrees F. For piping buried in building substrate, or below floor slabs, install in welded conduit, ventilated to outdoors on both ends and tested tc same requirements as gas piping. 18.2 Gas Cocks: Provide at connection to gas train for each gas -fired equipment item; and on risers and branches where indicated. 18.3 Locate gas cocks where easily accessible, and where they will be protected from possible injury. 18.4 Connect gas piping to each gas -fired equipment item with drip leg, flexible metal gas connector hose and shutoff gas cock. Comply with equipment manufacturer's instructions. 18.5 Route gas piping in attic then as shown to gas fired equipment. Route with bottom of piping level, pitched in direction of gas flow. 18.6 Transition from polyethylene piping to steel piping 5'-0" from point at which piping goes from below -grade to above -grade. 19. INSTALLATION OF DOMESTIC WATER PIPING 19.1 Install exterior water service piping system in compliance with local governing regulations. SECTION 15200 (12) 20.3 Install roof drains at low points of surface areas to be drained (minimum 1/2" fall). Set tops of drains flush with finished roof. 20.4 Contractor to make connection into drain line. 21. CLEANING, FLUSHING, INSPECTING 21.1 General: Flush out piping systems with clean water before preceeding with required test. Inspect each run of each system for completion of joints, supports and accessory items. END OF SECTION Section 15200 (7) r-. (This page left blank intentionally) r- SPECIFICATIONS POLICE PROPERTY ROOM (This page left blank intentionally) ssoTzom 05311 STEEL ROOF DECK - PART 1 osmsnAL 1.01 aEoTzow zmcLuoss A. Steel roof deck and accessories' -- 1.02 PeoouoTo ronmzoHso BUT NOT INSTALLED uwuEn THIS asoTzow A. Not used _ 1'03 RELATED sEcTzows A. Section 0751* - smizt-up Asphalt Bituminous Roofing _ 1'0* nEFsnswoso -- _ A. Aerm o4*6 - Steel Sheet, Zinc -Coated (Galvanized) by the Hot -Dip Process, Structural (Physical) Quality. -~ B. AsTn A525 - Steel Sheet, Zinc -Coated, Galvanized by the Hot -Dip ' process. -- C. *oTm A611 - ateel , Cold -Rolled Sheet, oaruon, Structural. D. Awo u1'1 - Structural Welding Code. E. soz - Design Manual for Composite Decks, Form Decks, Roof Decks. 1.05 pERFonmmvcs nEouznsmswTo A. oesiun metal decking in accordance with SDI Design Manual for Composite Decks, Form Decks, Roof Decks. � B. Calculate to structural working stress design and maximum vertical _ deck deflection of 1/2*0' _ 1.06 ouomzTTALs A. shop Drawings: Indicate decking plan, support locations, -- projections, openings and reinforcement, pertinent details, and accessories' Indicate temporary shoring of decking where required' _- B. product Data: provide deck profile characteristics and dimensions, structural properties, and finishes' C. manufacturer's Installation Instructions: Indicate specific installation sequence, and special instructions. STEEL ROOF DECK SECTION 05311 - I 1.07 ouALzFzcnTzowS A. Installer: Company specializing in performing the work of this Section with minimum three years documented experience. B. Design deck zavout, spans, fastenings joints, and under direct supervision or a Professional structural Engineer experienced in design of this work and licensed at the place where the project is located. 1.08 DELIVERY, STORAGE, AND HowoLzws A. Deliver products to site. B. store and protect products as requireu' C. out plastic wrap to encourage ventilation. D. Separate sheets and store decking on dry wood sleepers; slope for positive urainaqe' 1.09 FIELD mEAaunsnEmTs A. Verify that field measurements are as shown on shop drawings. p*nT o PnooucTs 2,01 mAwuF*oTunEns A. Robertson. B. substitutions: upon written confirmation from the owner. 2.02 MATERIALS A. Sheet Steel: AsTm w446, Grade a Structural Quality; with s30 galvanized coating conforming to AoTm A525. B. Welding Materials: Aws oi.l' C. Touch-up primer: Zinc chromate type. 2.03 AocE000nzEo A. Not used. 2.04 FABRICATION A. Ribbed Metal Deck: Sheet steel, galvanized coated, configured as follows: Minimum Metal Thickness (Excluding Finish), 22 gages Type A STEEL ROOF DECK SECTION 05311 - 2 Height of 'V' Rib: 1 1/2 inch, Narrow Formed Sheet Width: 24 inch Side Joints: Lapped seam B. Fasteners: Galvanized hardened steel, steel -tapping. I. Weld Washers: Mild steel, uncoated, 3/4 inch outside diameter, 1/8 inch thick. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that field conditions are acceptable and are ready to receive work.. B. Beginning of installation means installer accepts existing conditions. 3.02 INSTALLATION A. Erect metal decking in accordance with SDI Design Manual for Composite Decks, Form Decks, Roof Decks. B. Bear decking on steel Supports with 1-1/2 inch minimum bearing. Align and level. C. Fasten ribbed deck to Steel Support members at ends and intermediate supports with fusion welds through weld washers at 12 inches oc maximum, parallel with the deck flute and at each transverse flute. E. Weld in accordance with AWS D1.1. F. Mechanically fasten male/female side laps at 24 inches oc maximum. G. Immediately after welding deck and other metal components in position, coat welds, burned areas, and damaged Surface coating, with touch-up prime paint. END OF SECTION STEEL ROOF DECK SECTION 05311 - 3 (THIS PAGE LEFT BLANK INTENTIONALLY) sEoTzow 07514 BUILT-UP ASPHALT BITUMINOUS ROOFING PART I GENERAL 1.01 oEcTzow zwcLuoso A. Cleaning deck surface. -~ B. Built-up roofing, with base flashings. C. Aggregate surfacing. '- D. Traffic pads. 1.02 pnoouoTs INSTALLED BUT NOT Fuewzo*so uwoEn THIS SECTION -~ A. Not Used. _- 1.03 RELATED sEoTzoms A. Section 07565 - preparation for Re -Roofing: Roof deck surface ' substrate. � B. Section 07620 - Sheet Metal Flashing and Trim: weather protection to base fzashinns' _ 1.04 REFERENCES A. mvoz/AoTm o*1 - Asphalt primer Used in Roofing, oampproofing, and Waterproofing. B. nwsz/*aTm o226 - Asphalt -Saturated organic Felt used in Roofing arid— waterproofing. C. esTm o2*9 —wsphazt nozz Roofing (organic Felt) Surfaced with .- Mineral Granules. D. AoTm o250 - Asphalt -Saturated Asbestos Felts used in Roofing and Waterproofing. _ E. AoTn o312 - Asphalt used in Roofing. ~- F. *oTn o1227 - Emulsified Asphalt used as a Protective Coating for Roofing. G. osTm o1863 - Mineral Aggregate for use on Built -Up Roofs. H. AoTm o217e - Asphalt Glass Felt used in Roofing and Waterproofing. '- I. AoTm o2626 - Asphalt-aaturated and Coated organic Felt Base Sheet Used in Roofing. ~- auzLT-up ASPHALT azTumzwoUs noorzwo oEoTzow 07514 - I J. ASTM D2822 - Asphalt Root Cement. K. ASTM D3158 - Asphalt -Saturated and Coated Organic Felt Used in Roofing. L. ASTM D3672 - Venting Asphalt -Saturated and Coated Inorganic Felt Base Sheet Used in Roofing. M. ASTM D3909 - Asphalt Roll Roofing (Glass Felt) Surfaced with Mineral Granules. N. FM - Roof Assembly Classifications. 0. NRCA - Roofing and Waterproofing Manual P. UL - Fire Hazard Classifications. 1.05 SYSTEM DESCRIPTION A. Built-up Roofing System: Provide built-up, aggregate -surfaced roof system with vented base sheet, asphalt bitumen and three -plies glass fiber mats. B. Equivalent to Manville's 3GIG with vented base sheet or GAF Spec #NN-B-4-G (with vented base sheet). 1.06 SYSTEM PERFORMANCE A. Roofing System: Arrest water migration from entering building through the roof membrane. 1.07 SUBMITTALS A. Submit product data. B. Submit product data indicating membrane and bitumen Materials, base flashing materials and instructions. C. Submit manufacturer's installation instructions. D. Submit manufacturer's certificate. 1.0B QUALITY ASSURANCE A. Manufacturer•: Company specializing in manufacturing the products specified in this Section with minimum five years documented experience. B. Applicator": Company specializing in applying bituminous roofing with minimum five years documented experience. C. Work of this Section to conform to NRCA Roofing and Waterproofing Manual, Specification Plate #42-IAGA, Diagram A. BUILT-UP ASPHALT BITUMINOUS ROOFING SECTION 07514 - 2 - 1.09 REGULATORY nsouzREmswTo A. Conform to "Applicable code for roof assembly fire hazard -^ requirements. B. Fire Hazard Classification- m- Class A. _ C. Roof Assembly Classification: FM Class z (1-90) construction, in accordance with FM Construction Bulletin 1-2e' 1.10 PRE -INSTALLATION oowFsnEmos A. Convene a pre -installation conference one week prior to commencing- .~ worx of -this Section. B. Review installation procedures and coordination required with related work. 1.11 DELIVERY, STORAGE, AND HAwoLzwo ~~ ' A. Deliver products to site. B. Store and protect products' C. Deliver products in manufacturer's original containers, dry, undamaged, with seals and labels intact' ~- D. Store products in weather protected environment, clear of ground and moisture, — E. Stand roll materials on end' 1.12 EmvzRowmswTwL REouznEmEwTa _ A. Do not apply roofing membrane during inclement weather. B. Do not apply roofing membrane to damp or frozen deck surface. _ 1'13 ssouEwozwo AND soHsDm-zwo — A. Coordinate work with owner. B. Coordinate the work of installing associated metal fzashings as the worx of this Section proceeds. 1.14 WARRANTY -- A. provide two year workmanship warranty in addition to a ten year Roofing Guarantee covering all work of this Section. NOTE* Ths-se snerification-_ ars, written for a 10 year Guaranteed Roof- As an -- alternate, provide a two year workmanship warranty and a 20 year Roofing ouarantee covering all work of this aection. Requirements for a 20 Year Roof are similar except for the following (unless smzcr-up ASPHALT ozTumzwouo nooFzNo SECTION 07514 - 3 specific requirements are needed according the roofing manufacturer): 1. Tear off the old roof down to -the steel deck. 2. Mechanically fasten the insulation with fasteners as recommended by the manufacturer. :3. Install 4 plies of Type vz glass fiber felts in shingle fashion, zapping each sheet 27 1/2^ over the preceding sheet. znterply moppinns of Roofing Asphalt must be applied in a continuous film and shall consist of approximately 25 zus. per 100 sq. ft. Apply flood coat consisting of 60 lbs. of Roofing Asphalt per 100 sq' ft. into which, while hot, apply not less than 400 zbs. of gravel for each 100 sq. ft. No base sheet is required. B. Warranty: Cover damage to building and contents resulting from failure 'to resist penetration of water PART 2 pRoouoTs 2.01 mowm=AoTuREno - SHEET AND ozTumsm MATERIALS A. Manville Building Products Corporation. B. Owings -Corning Fiberglass Corporation. C. GAF Building Materials corporation. D. Substitutions: under provisions of Section 01600. E. Materials: Provide materials complying with governing regulations, insurance, code requirements and which can be installed to comply with the following: 1. Factory Mutual requirements for "Class z" or "Noncombustible" including Zoned wind Resistance. 2. underwriters Laboratory "Fire Classification" and "Class 90^ wind uplift resistance. 2.02 SHEET m*TsRzm-s A. Asphalt -Saturated Glass Fiber Felts: AaTM o2176, Type IV, 15 lb. unperforated. Three plies required. B. Base Sheet: AsTM c3672, asphalt saturated and coated glass f4ter vented perforated base sheet, such as GAF otratavent (vent Ply) Perforated. 2.03 ezTuwzwoua mATsnzoLs A^ -Asphalt Bitumanv AsTm o312, Tvpe zzz. B. Asphalt primer: mvoz/AoTm o*1. smzLT-up ASPHALT azTumzmouo nooFzws aEoTzom 0751* - 4 '- C. Plastic cement: AaTm o2822, Type z, cutback asphalt type. D. Asphalt Emulsion: AoTm o1227, Type I. _ 2.o4 MANUFACTURERS - zmouLATzom A. Not used. � 2.05 zwsuLATzow '- A. Fo **-z-526; glass fiber rigid board; top surface coated with 2o zb/sq asphalt and Kraft paper, with the following characteristics: Board Size: manufacturers' standard sizes' Board Thickness: z 1/2 inch thicx, Board edges: Square — o'oa FLEXIBLE FLwa*zwoe A. Sheet Flashing: Modified bitumen; or Equal to manvizze's 3szs system _. requirements; manufactured by Manville or Equal, with the following characteristics: 55 zb' sheet of asphalt laminated and coated felt and glass -fiber '- fabric with mineral stabilizer and surfacers. B. Coated Felt: 25 lb. sheet of asphalt -felt, coated with asphalt both -^ faces; No. 30 Coated Felt. C. Lead Flashing: 2-1/2 lb. to 4 lb. sheet of common uesizverized pig lead. _ D. Base Flashing: Equivalent to manvizze's Fs-1. -~ 2.07 nooF aunFAozwo A. Aggregate: *STm o1863y sound, hard roofers pea gravel; with _ gradation sizes a, 7 and 67 of *arm o448' 2.08 o*wTo A. Fiber Cant and Tapered Edge Strips: Asphalt impregnated wood fiberboard, preformed to 45 degrees angle. -^ 2.09 AooEoaonzso A. Roofing Nails: Galvanized or non-ferrous type, size as required to _. suit application. B. Traffic pads: Asphalt impregnated mineral boards with granular surfaces; hot application; manufacturer's standard sizes; manufactured by oezotex 'Carey -Tread" or equal. '- ouzLT-up ASPHALT ozTumzmous RooFzwo eEcTzow 07514 - o C. prefabricated Control or Expansion Joint Flashing: Sheet butyl reinforced with closed cell urethane foam backing, seamed into metal flashing flanges, including sheet butyl counter flashing each side; manufactured by Manville; oF-EJ, cF-oF; ,Expand-o-Flash" or equal. PART 3 ExEouTzow 3.01 sxAmzwATzom A. verify that surfaces and site conditions are ready to receive work. B. Verify that deck is supported and secured. C. verify that deck is clean and smooth, free of depressions, waves, or projections, properly sloped to eaves' D. Verify that deck surfaces are dry and free of snow or ice. Confirm dry deck by moisture meter with 12 percent moisture maximum. E. verify that roof openings, curbs, pipes, szeeves, ducts, and vents through roof are solidly set, and wood nailing strips and reozets are in place. F. Beginning of installation means installer accepts existing surfaces. 3.02 PnoTEoTzow A. protect building surfaces against damage from roofing work. 3.03 pRspAnATzow - w000 DECK A. Not Used. 3.04 pnspAnATzom - oowonsTE oEcx A. Not used. 3.05 pRcp*nATzow - METAL DECK A. Not used. 3.06 vApon RETARDANT AppLzoATzow - w000 oEcx A. Not Used. 3.07 vopon RETARDANT *ppLzooTzow - comonETE DECK A. Not Used. 3.08 VAPOR RETARDANT AppLzoATzom - METAL DECK A. Not used. 31.09 INSULATION APPLICATION auzLT-up mapHm-T azTumzwouS nooFzws ascTzow 07514 - a -- A. Mechanically fasten the insulation to the steel deck with fasteners as recommended by the manufacturer. _ 3.10 msmonAmE *ppLzoATzow A. Lay one ply coated base sheet, granule side down, dry. Lap sides 2 _ inches (50 mm); zap ends a inches (150 mm). B. Equiviscous Temperature at Point or Appzication: No more than 25 degrees F (14 degrees o) from bitumen rating indicated on bitumen — container label. C. Apply roofing membrane in 3 plies of glass roof felt over coated base ply laid on deck surface, mopped with 20 lb/square of bitumen r~ per ply. D. Apply felts smooth, free from air pockets, wrinxzes, fishwoutms, zap — joints, or tears' E. Extend base ply and membrane felts up cant strips and minimum of 2 r inches (50 mm) onto vertical surfaces' mop on two additional plies of felt and one ply of granular surfaced felt as base fzashings over roofing membrane pzies, secure to nailing strips at 4 inches oc and reozets' _ F. Install two plies membrane and bitumen glaze coat for cut-off at end of uav's operation' Glaze felts exposed at end of working day. _ Remove cut-off before resuming roofing. G. mop and seal two additional plies of felt around roof penetrations' H. Ins -tall traffic pads by setting in hot asphalt at oo lb/square. Set joints a inches (150 mm) apart. — 3.11 FLAoHzwos AND AoosasonzEe A. Apply granular surfaced felt or flexible base rzashings to seal ^- membrane to vertical elements. B. Install one roof vent per 1000 sq ft or part thereof, of roof area. C. Install prefabricated roofing control and expansion joints in accordance with manufacturer's instructions. — D. mop in and seal fzashings and flanges of items penetrating membrane with two plies or felt. . 3.12 AGGREGATE aum=Aozwo A. Apply uniform flood coat of bitumen at rate of ao lb/square and while hot, embed roofing aggregate at rate of 400 lb/square. � B. Sweep away loose aggregate prior to application of second coat. *npzv second flood coat of asphalt at a rate of 60 lb/square and _ - BUILT-UP ASPHALT ezTumzwous nooFzws oEoTzow 07514 - 7 while hot, embed second application of roofing aggregate at rate of 300 lb/square. C. Evenly distribute aggregate and ensure bong with flood coat. Extend aggregate �o �o��om e�ge of can� s�rips. D. Butt aggregate to edge of traffic pads. 3.13 EmuLozow SunFoozws A. Not used. 3.14 FIELD QUALITY oowTeoL A. Field inspection and testing will be performed under provisions of Section 01+00, B. correct identified defects or irregularities. 3.15 m*muFAoTunsn'o Fzsuo oEnvIoEa A. Provide manufacturer's field services under provisions of Section w16o*. B. Request site attendance of roofing materials manufacturers during installation of the work. 3.16 oLsAwzws A. Remove bituminous markings from finished surfaces. B. In areas where finished surfaces are soiled by asphalt or any other source of soiling causeu by worx of this Section, consult manufacturer of surfaces for cleaning advice and conform to their documented instructions. C. Repair or replace defaced or disfigured finishes caused by work of this section. 3.17 pRoTEoTzow A. Where traffic must continue over finished roof installation, protect surfaces. ouzLT-up ASPHALT azTunzwouo nooFzmo oEcTzow 07514 - e sEoTzom 07565 PREPARATION FOR RE-nooFzma _ ponT 1 GENERAL 1.01 sEcTzow zwcLuoEa A. Removal of existing roofing covering in preparation for a new roof membrane system. _ 1.02 RELATED osoTzows _ A. section 07514 - guilt -up Asphalt Bituminous Roofing. 1.03 SYSTEM osoonzpTzow — A. All Roof Areas: Remove roofing gravel and asphalt flood coating and related work. -^ - B. Should asbestos roofing materials be encountered on this project, cease work immediately and notify the owner for instructions. 1.04 muALzFzoATzoms A. Materials Removal Firm: Company specializing in performing the work of this section with minimum three years documented experience. _ 1.05 pns-zmoTm-LATzom ooNFsnEwos _ A. Attend conference with owner per owner's time frame, 1.06 EwvznowmEwTAL nEouznEmEmTo - A. Do not remove existing roofing membrane when weather conditions threaten the integrity of the building contents or intended continued occupancy. _ B. Maintain continuous temporary protection during and prior to installation of new roofing system' _ 1.07 ocHEom-zms A. Schedule work with the owner. ~ B. Schedule work to coincide with commencement of installation of new roofing system. _ C. Remove only existing roofing materials that can be replaced with new materials as the weather will permit, — 1.08 000nozwoTzow A. Coordinate work with the Owner. — pREpAR*rzow FOR RE -ROOFING oEorIow 07565 - z B. Coordinate work with other affected mechanical and electrical work associated with roof penetrations. PART 2 PRooucTa 2.01 MATERIALS A. Temporary protection: Sheet polyethylene. provide weights to retain sheeting in position. PART 3 sxsouTzom 3.01 MATERIAL REMOVAL FIRMS A. Not used. 3.02 ExAmz^mTzom A. Verify existing site conditions. B. Verify that existing roof surface is clear and ready for worx of this Section. 71.03 pnEpAR*Tzow A. Sweep roof surface clean of loose matter. Remove loose refuse and dispose off site. 3'0* MATERIALS REMOVAL A. Fold up metal counter fzashings, as applicable, to permit access to top edge of base flashings. Remove all base flashings' B. Remove roofing gravel and flood coating down to membrane felts. Power broom to remove all dirt and debris. C. Remove and reinstall any indicated mechanical equipment, make-up air ducts and flashing and other equipment as may be required or shown on the Drawings. D. Remove damaged, cant strips, blocking, and flashing. E. out and patch existing blisters and fishmouths. 31.05 TEmpononv PnoTscrzOw A. protect finished Work. B. Provide temporary protective sheeting over uncovered deck surfaces. C. Turn sheeting up and over parapets and curbing. Retain sheeting in position with weights or temporary fasteners. pnEpAnATzow FOR RE-nooFzma esorzow 07565 - 2 D. Provide for surface drainage from sheeting to existing drainage facilities. E. Do not permit traffic over Unprotected or repaired deck surface. 3.06 EXISTING ROOFING AND INSULATION A. Mechanically fasten the existing insulation to the steel deck through the existing roofing membrane with fasteners as recommended and approved by the roofing manufacturer in accordance with requirements for the applicable Roofing GUarantee. 3.07 FIELD QUALITY CONTROL A. Field inspection and testing will be performed by the Owner. B. Inspection will identify the exact limits of material removal. END OF SECTION PREPARATION FOR RE -ROOFING SECTION 07565 - 3 (THIS PAGE LEFT BLANK INTENTIONALLY) sEoTzow 07620 SHEET METAL FL*a*zms AND TRzn — p*nT 1 GENERAL 1.01 woRx zmcLuoso _ A. Coping, parapet and cap rzashings. _ B. Roof fzashinos. C. Counterfzashings over bituminous base fzashings' — D. oounterfzashings at roof mounted mechanical equipment and vent stacks. -~ 1.02 wonx INSTALLED BUT Funmzs*so uwosn OTHER oscTzowo A. Not used. — 1.03 WORK Funwzs*Eo BUT INSTALLED umosn OTHER asoTzowo ' A. Not Used. _ 1.04 RELATED woex r_ A. section 07514: Roofing. B. Section 07p00 - Joint Sealers. — 1.05 nEFEnswoEo ` A. no (Aluminum Association) - Aluminum Construction Manual. Aluminum ~- sheet metal Work and Building Construction. ' B. Azoz (American Iron and Steel Institute) - Stainless Steel - uses _ in Architecture. C. mvaz/AoTm a32 - Solder Metal. — D. maTm *525 - Steel aheet, zinc Coated, (Galvanized) by the [lot -Dip Process. — E. Asrm o226 - Asphalt -Saturated Organic Felt used in Roofing and Waterproofing. F. Fs o-F-506 - Flux, Soldering, paste and Liquid. G. Fs 00-s-571 - Solder, Tin *zzov' — H. po 00-T-201 - rerne Plate, for Roofing and Roofing products. I. Fo oo-c-153 - Cement, Bituminous, Plastic' SHEET METAL FLASHING AND TRIM SECTION 07620 - I J. wA*nn - Metal Finishes Handbook. K. wnoA (National Roofing Contractors Association) - Roofing Manual. L. smAowA - Architectural Sheet Metal manual. 1.06 sveTsm oEoonzpTzom A. Work of this Section is to physically protect base fzashinos and membrane roofing from damage that would permit water leakage to building interior. 1.07 QUALITY AssunAwcE A. Applicator: Company specializing in sheet metal flashing work with three years minimum experience. 1.08 suamzTTm-s A. Submit shop drawings and product data. B. Describe material profile, jointing pattern, jointing details, fastening methods, and installation details. C. submit manufacturer's installation instructions. 1.09 STORAGE AND **woLzws A. Store products as required. B. Stack preformed and prefinished material to prevent twisting, bending, or abrasion, and to provide ventilation. C. Prevent contact with materials during storage which may cause discoloration, staining, or damage. PART 2 pRoouCTo 2.01 SHEET MATERIALS A. Galvanized Steel: AsTm *525, o?o: 2* gage core steel. 2.02 AccEoaonzEs A. Fastener: Galvanized steel with soft neoprene washers at exposed fasteners. Finish exposed fasteners same as flashing metal. B. underzavment: *eTn D266; No. 1.5 asphalt saturated roofing felt. C. Sealant: Type specified in section 07900' D. Plastic Cement: Fs SS-c-153, Type z-asphaltic base cement. E. Solder: Awoz/*sTm B32; 50/50 type. SHEET METAL FLASHING AND TRIM SECTION 07620 - 2 2.03 FAonzo*Tzow A. Form sections 'true to shape, accurate in size, square, and free from distortion or defects. _ B. Fabricate cleats and starter strips of same material as sheet, minimum 4 inches wide, interzocxabze with sheet. -- C. Form pieces in longest practical lengths. D. Hem exposed edges on underside 1/2 inch (13 mm); miter and seam ._ corners' E. Form material with flat lock seam. — F. Solder and seal metal joints. After soldering, remove fzux' wipe and wash solder joints clean. _ G. Fabricate corners from one piece with minimum 18 inch long legs; seam for rigidity, seal with sealant. H. Fabricate vertical faces with bottom edge formed outwaru 1/4 inch and hemmed to form drip. z' Fabricate fzashings to allow toe to extend 2 inches over roofing -- gravez' Return and brake edges. J. Form sheet metal pans 6 inch nominal square size, with 3 inch -- upstand, and 4 inch flanges. Fizz pans watertight with plastic cement' 2.04 pzwzey _ A. paint grip galvanized exposed ferrous metaz surfaces. _ B. Bacxpaint concealed metal surfaces with protective backing paint to a minimum dry film thickness of 15 mil. _ PART 3 ExsouTzom 3'01 zwopEcTzow ~ A. Verify roof openings, curus, pipes, sleeves, ducts, or vents through roof are solidly set, cant strips and regzets in place, and nailing ~ strips zocated' B. verify membrane termination and base fzashings are in place, sealed, and secure' C. Beginning of installation means acceptance of existing conditions' — 3.02.pnEpAn*Tzom A. Field measure site conditions prior to.fabricating work. _ SHEET METAL FLASHING AND TRIM SECTION 07620 - 3 �. Install starter and edge strips, and cleats before starting installation. ' C. Install surface mounted regzets true to lines and zevers' Seal top of reozets with seazant' D. Secure fzashinos in place using concealed fasteners' use exposed fasteners only in locations approved by owner. E. Lap and seal all joints. F. Apply plastic cement compounu between metal fzashings and felt fzashinus. G. Fit fzashings tight in pzace' Make corners square, surfaces true and straight in planes, and lines accurate to profiles. H. Solder metal joints watertight for fuzz metal surface contact. After soldering, wash metal clean with neutralizing solution and rinse with water' - z' Seal metal joints watertight' 3.03 INSTALLATION A. Conform to drawing details included in AA, Azoz, ooA, ^mAnm, omAo^m and wncA manuals. END OF SECTION SHEET METAL FLASHING AND TRIM SECTION 07620 - 4 eEoTzow 07631 GUTTERS AND oowwopouTS _ p*nT I sswEnm- 1.o1 oEoTzow zwo-uoso _ A. precoated Galvanized steel gutters and downspouts. -- 1.02 RELATED ssoTzowo A. Section 07620 - Sheet Metal Flashing and Trim. — 1.03 REFERENCES A. Amoz/AsTm *446 - Steel Sheet, zinc Coated, (Galvanized) by the — Hot -Dip process, structural (Physical) Quality. B. Awoz/AoTm o32 - Solder Metal. C. Aarm A525 - General Requirements for Steel Sheet, zinc- Coated (Galvanized) by the Hot -Dip process. — D. Fo 0+=-506 - Flux, Soldering, paste and Liquid. E. Fo 00-6-571 - Solder, Tin Alloy, Tin -Lead *zzoy, and Lead Alloy. � F. Fo TT-o-494 - Coating Compound, Bituminous, Solvent Type, Acid Resistant. _ G. smACm* - Architectural sheet Metal Manual. 1.04 auumzrTALs _ � A. Submit shop drawings and product data. ~~ B. Indicate on shop drawings, general construction, configurations, jointing methods and locations, fastening methods, locations, and installation details. C. provide product data on prefabricated components. D. submit manufacturer's installation instructions. _ 1.05 QUALITY AaounAwCs -- A. Conform to omAcwA Manual for nominal sizing of components for rainfall intensity determined by a storm occurrence of I in zo years. — ouTTsno AND oowwopouTs oEcTzow 07631 - 1 1.06 osLzvsnv, STORAGE, AND HANDLING A. Deliver products to Site. B. Store and protect products. C. Stack preformed material to prevent twisting, bending, or aurasion, and to aid ventilation. Slope to drain. D. prevent contact with materials during storage which may cause uiscozoration, staining, or damage' PART 2 pnooucTo 2,01 mAmuF*orunERs A. Shop Built. B. Substitutions: per owner requirements. -2.02 m^TsRzm-a A. Galvanized steel: AaTn A525, o?o; 24 gage core steel. 2.03 CompowswTs A. Gutters: omAowA Style o profile., Architectural Sheet Ile -Lai Manual, 1987 Edition, Plate 2. B. Downspouts: Rectangular profile. C. End oaps, Downspout outlets, Rain oiverters, Gutter Downspout straps Support Brackets, Joint Fasteners, Down Spout strainers, Gutter Screens, Downspout *eager: Profiled to suit gutters and gownspouts, D. Splash Blocks: precast concrete type, of standard size and profiles; minimum 300n psi at 2e days, with minimum '5 percent air entrainment. 2.04 AccEosoezEs A. Anchorage Devices: omAcwA requirements. B. Gutter Supports: Straps. C. Downspout Supports: Straps. D. protective Backing paint: zinc chromate alkyd. E. protective Back Coating: Fo TT-c-494, bituminous. F. Solder: Fo oa-o-571; *wSz/ASTM B32. G. pzux: Fe o-F-506, ouTrses AND oowwopouTs oEoTzow 07631 - 2 2.05 FABRICATION A. Form gutters and downspouts of profiles and sizes to smAomA requirements. _ B. Field measure site conditions prior to fabricating work. C. Fabricate with required connection pieces. D. Form sections square, true, and accurate in size, in maximum possible lengths and free of distortion or defects detrimental to '- appearance or performance' Allow for expansion at joints. E. Hem exposed edges of metal. - r F. Solder metal joints. After sozdering, remove flux. wipe and wash solder joints clean. -` G. Fabricate nutter and downspout accessories; solder watertight. 2.06 oHop FzwzaHzwa _ A. Shop prepare and prime exposed ferrous metal surfaces' B. aacxpaint concealed metal surfaces with protective backing paint to a minimum dry film thickness of 15 mil. -^ PART 3 ExsouTzom 3.01 ExAmzwATzow _ A. Verify that surfaces are ready to receive work and conditions are as indicated on shop drawings. ^- B. Beginning of installation means acceptance of existing conditions. 3.02 zwoTALL*Tzow _ A. Install gutters, downspouts, and accessories in accordance with manufacturer's instructions. -^ B. Join lengths with formed seams soldered watertight. Flash and solder gutters 'to downspouts and accessories. ° C. Apply backing paint to metal back surfaces. D. Apply bituminous protective backing on surfaces in contact with -- dissimilar materials. E. Slope gutters 1/16 inch per foot minimum. F. -Solder metal joints watertight for full metal surface contact. After soldering, wash metal clean with neutralizer solution and rinse with water. - ourTEno AND oowmopouTs SECTION 07631 - 3 G. Connect downspouts to downspout boots sysiem' seaz connection watertight. H. Set splash blocks under downspouts' END OF SECTION GUTTERS AND oowwapouTo oEoTzow 07631 — * osoTzow 07900 JOINT SEALERS _- pAnT I GENERAL 1.01 oEcTzow zwoLuoEo _ A. Preparing sealant substrate surfaces. ._ B. Sealant and backing. 1.02 RELATED oEcTzowa _ A. Section 07514 - Built -Up Asphalt Bituminous Roofing. 1.03 REFERENCES A. Amaz/Aarn o1056 - Flexible Cellular Materials - Sponge or Expanded Rubber. B. Awoz/AoTm o1565 - Flexible Cellular Materials - Vinyl Chloride Polymers and Copolymers (Open -Cell Foam). — C. AsrM c790 - use of Latex Sealing Compounds. D. Aarm oao* - use of Solvent -Release Type Sealants. E. maTm o834 - Latex Sealing compounds. F. Fo TT-o-00590 - Calking compound, Oil and Resin Base Type. G. Fs TT-o-001657 - Sealing Compound, Single Component, Butyl Rubber Based, solvent Release Type. _ H. Fo TT-o-00227 - Sealing Compound- Ezastomeric Type, Multi -Component. _ I. Fo TT-S-00230 - Sealing Compound: Ezastomeric Type, Single Component. J. Fo TT-o-001543 - Sealing Compound, Silicone Rubber Base. _ K. awz (Sealing and waterproofers Institute) - Sealant and Caulking Guide Specification. � 1.04 ouomzTTAus A. Submit product data to owner' B. Submit product data indicating sealant chemical characteristics, performance criteria, zimitations, color and availability _ C. Submit samples to owner. — aozwr SEALERS oEcTzow 07900 - I D. Submit two samples 2 x 6 inches in size illustrating colors selected. E. Submit manufacturer's installation instructions. F. Submit manufacturer's certificate' 1.05 ounLzTv Asounwmcs A. manufacturer: Company specializing in manufacturing the products specified in this section with minimum three years documented experience. B. Applicator; Company specializing in applying the work of this Section with minimum three years documented experience. C. Conform to Sealant and waterproofers Institute requirements for materials and installation. 1.06 FIELD SAMPLES - A. Provide samples to owner. 1.07 swvznowmEwTAL nEouznEnEmTs A. Do not install solvent curing sealants in enclosed building spaces. B. maintain temperature and humidity recommended by the sealant manufacturer during and after installation. 1.08 oEouEmozws AND ac*souLzwG A. Coordinate work with owner. 1.09 wAnnAwTv A. Provide three year warranty. B. Warranty. Include coverage of installed sealants and accessories which fail to achieve air tight and watertight seal, exhibit loss of adhesion or cohesion, or do not cure' PART 2 PnoouoTs 2.01 SEALANTS A. pozvsuzphide Sealant: Fo TT-o-00230, Type zz - non -sag, Class o; color as selected; manufactured by pecora or Dap. B. Pozvsuzphide Sealant; Fo TT-s-00227, Type zz - non -sag, Class o; color; as selected; manufactured by pecora or Dap. C. Polyurethane Sealant: Fo TT-s-00230, Type zz - non -sag, Class A; color; as selected; manufactured by pecora or Dap. aozmT SEALERS oEcTzow 07900 - 2 D. Silicone Sealant: Fo TT-o-01543, Class A, low modulus type; color; -- as selected; manufactured by pecora or Dap. 2.02 AcoESsonzEs _ A. Joint Backing: Awoz/AoTm o1056; round, closed cell polyethylene foam rod; oversized 30 to 50 percent larger than joint width. _ p*Rr 3 ExsouTzow _ 3.01 ExAmzwoTzow A. Verify that joint openings are ready to receive work and field measurements are as shown on Drawings and recommended by the '- manufacturer. B. Beginning of installation means installer accepts existing surfaces '- and substrate' 3.02 pnEpAnATzow A. Clean and prime joints in accordance with manufacturer's instructions. ~ B. Remove loose materials and foreign matter which might impair adhesion of sealant. -~ C. verify that joint backing and release tapes are compatible with sealant. D. perform preparation in accordance with AaTm oe04 for solvent release sealants. E. protect elements surrounding the work of this section from damage or — disfiguration. 3.03 zwaTaLLA7zow _ A. perform installation in accordance with AsTm o804 for solvent release sealants. B. measure joint dimensions and size materials to achieve required width/depth ratios. — C. Install joint backing to achieve a neck dimension no greater- than 1/3 the Joint width. r_ D. Install bond breaker where joint backing is not used. E. Apply sealant within recommended application temperature ranges. Consult manufacturer when sealant cannot be applied within these temperature ranges. -- JOINT SEALERS osorIow 07900 - 3 F. Install sealant free of air pockets, foreign embedded matter, ridges, and sags. G. Tool Joints concave. 3.04 oLs*wzwo AND nEpnznzwo A. Clean work as required. B. Clean adjacent soiled surfaces' C. Repair or replace defaced or disfigured finishes caused by work of this section. 3.05 PnoTscrzow or Fzwzs*so WORK A. protect finished installation. B. protect sealants until cured. END OF SECTION Jozmr os*LEns oEoTzmv orvoo - 4 SPECIAL CONDITIONS -43- (This page left blank intentionally) ^ Office of Purchasing City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 BOB-767-2167 April 29, 1991 Texas Roofing Company P.O. Box 2156 Lubbock, TX 79408 SUBJECT: Roof Repairs - Mahon Library The City of Lubbock, having considered the proposals submitted and opened for work to be done and materials to be furnished in and for: City of Lubbock Bid # 10693 Roof Repairs - Mahon Library as set forth in detail in the Specifications, Plans, and Contract Documents for such work for the City of Lubbock; it appearing that your proposal is fair, equitable and to the best interest of said City, please take notice that said proposal was accepted by the City Council of the City of Lubbock on the April 25, 1991, at the bid price contained therein, subject to the execution of and furnishing of all other documents specified and required to be executed and furnished under the contract documents. It will be necessary for you to execute and furnish to the City of Lubbock all such documents within ten (10) days from your receipt of this Notice. The five percent (5%) bid security, submitted with your proposal, will be returned upon the execution of such contract documents and bonds within the above specified ten (10) day period. In the event you should fail to execute and furnish such contract documents and bonds within the time limit specified, said bid security will be retained by the City of Lubbock. CITY OF LUBBOCK Gene Eads, C.P.M. Purchasing Manager