Loading...
HomeMy WebLinkAboutResolution - 5315 - Contract - Allen Roofing Company Inc - Health Department Roof - 10_10_1996RESOLUTION NO. 5315 October 10, 1996 Item #32 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, attached herewith, by and between the City of Lubbock and Allen Roofing Company, Inc., of Roswell, N.M., and any associated documents, to install and furnish all materials and services as bid for the Health Department Roof, which Contract 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 loth day of October , 1996. ALEX "TY" CODE, MAYOR PRO TEM ATTEST: kaythd Darnell, City Secretary APPROVED AS TO CONTENT: J(�� �� Victor Kihnan, Vrchasing Manager APPROVED AS TO FORM: f)bfiald G. Van -diver, First City Attorney DG V : da/ccdocs /al lnroof . re s September 30, 1996 5315- CITY OF LUBBOCK SPECIFICATIONS FOR HEALTH DEPARTMENT REROOF BID #13680 ✓L (f CITY'OF LUBBOCK Lubbock, Texas : 10M�' City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 606-767-2167 MAILED TO VENDOR: CLOSE DATE: ITB #13680 -HEALTH DEPARTMENT RE -ROOF ADDENDUM #1 Office of Purchasing September 4,12196 September 12, 1996 @ 2:00 P.M. The following items take precedence over specifications for the above named bid. Where any item called for In the bid documents is supplemented here, the original requirements, not affected by this addendum, shall remain In effect. 1. Please find enclosed the following pages to accompany ITB #13680. All requests for additional information or clarification must be submitted In writing and directed to: Ron Shuffield Senior Buyer City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 Questions may to faxed to: (806)767-2164 THA YOU, RON SHUFFIE SENIOR BUYER PLEASE RETURN ONE COPY WITH YOUR ITB. RS/ca Enclosure rrrdA&icM4d= 9/4% *03 PM ADDENDUM NO. 1 1HFALTH VEPARTMENT REROOF PROJECT #13680 CM O1F LUDDOCK The following elanges and additions/dcletions are to be inchidCd in the bid for the referenced project. Each bidder shall acknowledge receipt of this addendum on the space provided on the bid forrn_ ITEM 1: The time of construction shall be changed to 120 consecutive calendar days. ITEM 2: The Munifactarces warranty shall be for twenty year's as specified in Section 07540. Tits warranty shall be a total system warranty and include the insulation specified in Sion 07220. ITEM 3: The 3/4" perlite insulation shown on the Roof plan to be bLstalled over the I4/21 l l polite insulation shalt bo changed to 1/8" per foot tapered insulation as specified in l 1 Section 07220 and as indiicatcd by the slopes shown on the 1}raAings. �I ITEM 4: 1.5" polyiso yanurate insulation board may be substituted for the specified 1-1/2" perlite at the Contractor's option. Perlite board sues niay be Z' x 2" or 4' x 4'. ITEMS 5: There are no alternates required in the bid. Wherever an alternate is listed in the Dra-wings or Specifications it shal3 be ignored and that portion of the work: shall be included in the Base Sid. XITY-Ml 6: The tmrth cxis&W HVAC unk located at Roof Area B3 shall be removed along with all a&so iatcd ductwork; supports and utility limos. Tile existing holes shall be repaired with matching metal decking. ITEM 7: The crickets shown to be 1/2" per foot shall remain with the resuhing total slope being 3/9" per foot for the finish installation. ITEMS 8: The V-0" high Plastic rooftp wntairanent face called for by the Specffilcations till be omitted. ITEM 9: For bidding pwpnw the bidders shall assume that the existing base (lashings contain non -hazardous, non -friable asbestos and that the field of the roof contains no asbestos. All asbestos shalt be handled in accordance with all required ordinance. ITEM 10: Ths HVAC unit fcxni in the northeast cornem of Roof Area B 1 is new and not shown on the Drawings. This unk shall be flashed per the same details as ad}acent units and a new condensate part provided per Detail 8/R4_ IM r r F F ADDENDUM NO. I - HFALTH DEPARTMENT RE-RGOF PAGE 2 ITEM 11: The v6sting roof system for Roof Area C I is es follows: Existing Structural Metal Deck Crranude Surfaced Base Sheet Mopped in Asphalt to the Metal beck 3/4" FerEite insulation Mopped in Asphalt 3-Ply Asphalt end FibmBims Built-up Raof with Gravel ITEM 12: The existing roof system for all other r"I areas is as follows. Existing Structure! Metal Deck 112" Wood Frar Tttsttlation Beard Mopped to Dean 4-Ply Coal Tar Pitch and Organic Felt Built-up Roof 1.5" Composite Board %sulation Mopped in Asphalt 4-Pry Asphalt and Fiberglass Built-up Roof with Gravel ITEM 13: Tlir new metal wall panda to be installcd at Ddails 3/R2 and 3/€13 shall be 24-gauge pre-fimshcd R-pan:Pls. The panels shall be attached with neolwene-head screws matching the color of the panels and spaced horizontally an the new hat cbann-,Is at 12" on center. ITEM 14. T f: waft panes located below Roof Area. C2 and located ova the buill-up roof shall Ne- removed to the substrate and be cut offal fequired by the de:lalb on the Drawings_ lire remainder of the wall panels dmff be removed above the ausung plater band and salvaged for reuse. The existing J-trim shall be removed and replaced with a new Z- flashing which turns down over the face of the piaster 2" and extends beneath the panels a minimum of 3" vertical. The jolms of the new metal shall be lapped 3" and be blind riveted and sealed. The salvaged panels shall be reinstalled. ITEM 15: U.S. lntec is approved as an equal manufacturer to those spedfsed. Tire Intec cap sbeet shall be a 4.5 fiberglass composition Tice system stW1 receive the same manufacturer's 20-year NDL warranty specified for all other systems. END OF ADDENDUM Im CITY OF LUBBOCK INVITATION TO BID FOR TITLE: HEALTH DEPARTMENT REROOF ADDRESS: LUBBOCK, TEXAS BID NUMBER: 13680 PROJECT NUMBER: 9825.9211 CONTRACT PREPARED BY: PURCHASING DEPARTMENT INDEX NOTICE TO BIDDERS GENERAL INSTRUCTIONS TO BIDDERS BID SUBMITTAL - BID FOR LUMP SUM CONTRACTS PAYMENT BOND PERFORMANCE BOND CERTIFICATE OF INSURANCE CONTRACT GENERAL CONDITIONS OF THE AGREEMENT CURRENT WAGE DETERMINATIONS SPECIFICATIONS SPECIAL CONDITION NOTICE TO BIDDERS V� T' l 11 li. NOTICE TO BIDDERS BID #13680 Sealed bids addressed to Victor Kilman, Purchasing Manager, City of Lubbock, Texas, will be received in the office of the Purchasing Manager, Municipal Building, 1625 13th Street, Room L-04, Lubbock, Texas, 79401, until 2:00 o'clock p.m. on the 12th day of September, 1996, 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: "HEALTH DEPARTMENT REROOF" After the expiration of the time and date above first written, said sealed bids will be opened in the office of the Purchasing Manager and publicly read aloud. It is the sole responsibility of the bidder to insure that his bid is actually in the office of the Purchasing Manager for the City of Lubbock, prior to the expiration of the date above first written. The City of Lubbock will consider the bids on the 26th day of September, 1996, at the Municipal Building, 1625 13th Street, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all bids and waive any formalities. The successful bidder will be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful bidder will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. 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. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within 10 days after notice of award of the contract to him. It shall be each bidders sole responsibility to inspect the site of the work and to inform himself regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the bid submitted. There will be a pre -bid conference on 3rd day of September, 1996, at 10:00 o'clock a.m., in the Purchasing Conference Room L-04, 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. The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this r' advertisement, minority and women business enterprises will be afforded equal opportunities to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award. 'IF, 1' The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -bid meetings and bid openings are available to all persons regardless of disability. If you would like bid information made available in a more accessible format or if you require assistance, please contact the City of Lubbock Human Relations Office at (806) 767-2281 at least 48 hours in advance of the meeting. (CIITY OF U BOCK � <J_�_ W41(0v� V VIC R klQMAN PURCHASING MANAGER Bid documents may be obtained upon request from the Purchasing Departme—nat 25 13th Street, Room L-04, Lubbock, Texas 79401; Telephone (806)767-2167/Fax (806)767-2164. 7 GENERAL INSTRUCTIONS TO BIDDERS f r" i GENERAL INSTRUCTIONS TO BIDDERS 1. SCOPE OF WORK The contractor shall furnish all labor, superintendence, machinery, equipment and all materials necessary to complete this project in accordance with contract documents for the HEALTH DEPARTMENT REROOF. 2. CONTRACT DOCUMENTS All work covered by this contract shall be done in accordance with contract documents described in the General Conditions. All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. r3. 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. 4.- BIDDER INQUIRIES No bidder shall request any information verbally. All written requests for additional information or clarification concerning this bid must be addressed to: RON SHUFFIELD SENIOR BUYER CITY OF LUBBOCK P.O. BOX 2000 LUBBOCK, TX 79457 FAX (806)767-2164 . 5. TIME AND ORDER FOR COMPLETION The construction covered by the contract documents shall be fully completed within 76 (SEVENTY FIVE) consecutive calendar days from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder. The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take such action as the City deems necessary to insure completion of the project within the time specified. 6. PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. F 7. AFFIDAVITS OF BILLS PAID The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. 8. MATERIALS AND WORKMANSHIP The intent of these contract documents is that only materials and workmanship of the best quality and grade will _ be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and methods set forth in the contract documents provide minimum standards of quality which the Owner believes necessary to procure a satisfactory project. 9. GUARANTEES All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within ONE year from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 10. PLANS FOR THE CONTRACTOR The contractor will be furnished one set of plans and specifications, and related contract documents for his use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. 11. PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City reserves the right, after the bids have been opened and before the contract has been awarded, to require of a bidder the following information: (a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by the intended contract and all work in progress with bond amounts and percentage completed. (b) A sworn statement of the current financial condition of the bidder. (c) Equipment schedule. 12. TEXAS STATE SALES TAX This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be incorporated into the work without paying the tax at the time of purchase. 7 r" 13. PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the 1 location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense. 14. BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 1s. EXPLOSIVES r The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from the City. In all cases where written permission is obtained for the use of explosives, the Contractor shall assume full responsibility for all damage which may occur as a direct or indirect result of the blasting. In addition, in all cases where explosives are authorized to be used, the Contractor shall use utmost care so as not to endanger life or property and the Contractor shall further use only such methods as are currently utilized by persons, firms, or corporations engaged in similar type of construction activity. Explosive materials shall not be stored or kept at the construction site by the Contractor. In all cases where explosives are to be used during the construction of the project contemplated by this contract, it shall be the duty of the Contractor to notify each utility company having structures (above or below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and such notice shall be given sufficiently in advance to enable the companies to take such steps as they may deem necessary to protect their property from injury. Such notice, however, shall not relieve the Contractor of responsibility for any damage resulting from his blasting operations. '.. 16. CONTRACTOR'S REPRESENTATIVE f 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 fumish 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. 17. INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. F The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverage's shall be submitted prior to contract execution. - The insurance certificates furnished shall name the City as an additional insured, or in the alternative, shall be accompanied by a statement from the Contractor to the effect that no work on this particular project shall be subcontracted. It shall be the contractors responsibility to provide to the owner all proof of coverage insurance documents including workers compensation coverage for each subcontractor. 18. LABOR AND WORKING HOURS Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate which must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The bidders' attention is further directed to the requirements of Article 5159a, Vernon's Annotated Civil Statutes providing for the payment of the wage schedules above mentioned and the bidder's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in these contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under this contract requiring an inspector will not be performed on weekends or holidays unless the following conditions exist: (1) The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. (2) Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. Before construction work requiring an inspector is to be performed on weekends or holidays, the Contractor must notify the 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 projector from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 19. PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors engaged at the site of the work shall not later than the seventh day following the payment of wages, file with the Owner's Representative, or Engineer, a certified, 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 deductions (except as shown) have been made, or will in the future be made from the wages paid as shown thereon. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. i F F 22. 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. PROVISIONS CONCERNING ESCALATION CLAUSES Bids submitted containing any conditions which provide for changes in the stated bid price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the bidder without being considered. PREPARATION FOR BID The bidder shall submit his bid on forms furnished by the City. All blank spaces in the form shall be correctly filled in and the bidder shall state the price both in words and numerals, for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly 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 bid is submitted by an individual, his name must be signed by him or his duly authorized agent. If a bid is submitted by a firm, association, or partnership, the name and address of each member must be given and the bid signed by a member of the firm, association or partnership, or person duly authorized. If the bid is submitted by a company or corporation, the company or corporate name and business address must be given, and the bid signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign bids must be properly certified and must be in writing and submitted with the bid. The bid shall be executed in ink. Each bid shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and endorsed on the outside of the envelope in the following manner: (a) Bidder's name (b) Bid for (description of the project). Bid submittals may be withdrawn and resubmitted at any time prior to the time set for opening of the bids, but no bid may be withdrawn or altered thereafter. BOUND COPY OF CONTRACT DOCUMENTS Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the following: (a) Notice to Bidders. (b) General Instructions to Bidders. (c) Bidder's Submittal (d) Statutory Bond (if required). (e) Contract Agreement. (0 General Conditions. (g) Special Conditions (if any). (h) Specifications. (1) Insurance Certificates. 0) 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. I 23. QUALIFICATIONS OF BIDDERS The bidder may be required before the award of any contract to show to the complete satisfaction of the City of — Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein in a satisfactory manner. The bidder may also be required to give a past history and references in order to satisfy the City of Lubbock in regard to the bidder's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the bidder to perform the work, and the bidder shall furnish to the City of Lubbock all information for this purpose that may be requested. The City of Lubbock reserves the right to reject any bid if the evidence submitted by, or investigation of, the bidder fails to satisfy the City of Lubbock that the bidder is properly qualified to cant' out the obligations of the contract and to complete the work described therein. Evaluation of the bidder's qualifications shall include: 1. The ability, capacity, skill, and financial resources to perform the work or provide the service required. 2. The ability of the bidder to perform the work or provide the service promptly or within the time specified, without delay or interference. 3. The character, integrity, reputation, judgment, experience, and efficiency of the bidder. 4. The quality of performance of previous contracts or services. No Text BID SUBMITTAL LUMP SUM BID CONTRACT PLACE: Municipal Building Room L-04 DATE: September 12, 1996 PROJECT NUMBER: 13680 - HEALTH DEPARTMENT REROOF Bid of Allen Roof ing Co. , Inc . (hereinafter called Bidder) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) r- Gentlemen: r•• The Bidder, in compliance with your invitation for bids for the construction of a Health Department Reroof having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the �r construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required under the contract documents, r j MATERIALS ($ / . a00 SERVICESAVr ttsa 1Pej F, r - us„n l } U2'�'ePr► ($ . �0 d/ 4z. 0, e-�) ) TOTAL BID: tSr a $ on (Amount shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written "Notice to Proceed" of the Owner and to fully complete the project within 76 (SEVENTY FIVE) consecutive calendar days thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of $200.00 (TWO HUNDRED DOLLARS) for each consecutive calendar day in excess of the time set forth hereinabove for completion of this project, all as more fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with r instruction number 21 of the General Instructions to Bidders. I' Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days after the scheduled closing time for receiving bids. r ci. 0 BID SUBMITTAL ATTACHIvIENT- �.. Unit Cost per board foot for replacement of deteriorated 2 x 6 blocking ($ 3-OD /Bd.Ft) Unit Cost per board foot for replacement of deteriorated 2 x 8 blocking ($ /Bd.Ft) Unit Cost per board foot for replacement of deteriorated 2 x 12 blocking ($ /Bd.Ft) [ Unit Cost per board foot for installation of new 2 x 6 blocking ($ /Bd.Ft) Unit Cost per board foot for installation of new 2 x 8 blocking ($ /Bd.Ft) Unit Cost per board foot for installation of new 2 x 12 blocking ($ ;2, 30 /Bd.Ft) r, Unit Cost per square foot of deteriorated 1 1/2 " x 22 guage galvanized metal de c in (for small areas less than 20 square feet) ($ �. � /Sq.Ft) Unit Cost per square foot of deteriorated 1 1/2" x 22 guage galvanized metal dec�y'�n9 (for large areas of more than 20 /C) square feet) ($ • 00 / F F r i The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5% ) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within (ten) 10 days after notice of award of the contract to him. k i Enclosed with this bid is a Cashier's Check or Certified Check for Dollars ($ ) or a Bid Bond in the sum of 5% of bid Dollars ($ ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the bid is accepted by the Owner and the undersigned fails to execute the necessary contract documents and the required bond (if any) with the Owner within ten (10) days after the date of receipt of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned upon demand. Bidder understands and agrees that the contract to be executed Vb�jdder shall be bound d include all contract documents made available to him for his inspection in accordance with totice to Bidders. (Seal if Bidder is a Corporation) ATTEST: - c & Secretary y 7 Willard Allen, Vice President (Printed or Typed Name) it Company P.O. Box 89 Address Roswell Chaves City, County New Mexico , 88202 State Zip Code Telephone: 505 Fax: 5 0 5 - 6 F LIST OF SUBCONTRACTORS Minority Owned Yes No None Received ❑ ❑ ❑ ❑ 0 0 ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ 0 0 ❑ ❑ ❑ ❑ THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, that we ALLEN ROOFING CO., INC. (Here insert full name and address or legal title of Contractor) POST OFFICE BOX 89 ROSWELL NM 88201 as Principal, hereinafter called the Principal, and CONTRACTORS BONDING AND INSURANCE COMPANY (Here insert full name and address or legal title of Surety) 1213 VALLEY STREET SEATTLE WA 98109 a corporation duly organized under the laws of the State of WASHINGTON as Surety, hereinafter called the Surety, are held and firmly bound unto CITY OF LUBBOCK (Here insert full name and address or legal title of Owner) LUBBOCK, TEXAS as Obligee, hereinafter called the Obligee, in the sum of FIVE PERCENT (50%) OF THE 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 submitteda bid for (Piece insert full name, address and description of project) REROOFING OF HEALTH DEPARTMENT LUBBOCK, TEXAS NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt �•. payment of labor and material furnished in the prosecution thereof, or in the rmnt of the failure of the Principal to enter t such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty L hereof between the. amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 12TH day of 7-/) ER 19 96LEN R , INC. _ ------ {P i ipa (Sea!) (Witness) f _ Willard Allen/Tide) Vice President CO CTORS BONDING AND INSURANCE COMPANY t•" F7 (Su T (Seal) (Witness) KATHRYN L. COR,due)ATTORNEY-IN-FACT 1 AIA DOCUMENT A310 • BID BOND • AIA ®• FEBRUARY 1970 ED • THE AMERICAN INSTITUTE OF ARCHITECTS, 173S N.Y. AVE., N.W., WASHINGTON, D. C. 20006 j r BOND LIMITED POWER OF ATTORNEY ie FOR BID BONDS ONLY INSURANCE Not Valid for Bonds Power of Attorgg4aa Executed On or After: May 30� 1997 Number: A valid original of this document must be printed on security paper with black, blue, and red ink, and must bear the raised seal of Contractors Bonding and Insurance Company ( the "Company"). Only an unaltered original of this power of attorney is valid. If a photocopy, the word "VOID" should appear clearly in one or more places. This Power of Attorney is valid solely in connection with the execution and delivery of a bid bond executed on or before the date indicated above. CERTIFICATE I, the undersigned secretary of Contractors Bonding and Insurance Company, a Washington corporation, DO HEREBY CERTIFY that this Power of Attorney remains in full force and effect and has not been revoked, and, furthermore, that the resolutions of the Board of Directors set forth on the reverse are now in full force and effect Signed and sealed this 12TH day of [L. 1996 I Certificate of Appointment and Resolutions of the Board o f Directors The undersigned President and Secretary of Contractors Bonding and Insurance Company hereby certify that the President has appointed the Attorney(s)-in-Fact identified on the front side of this power of attorney, under and by the authority of the following resolutions adopted by the Board of Directors of Contractors Bonding and Insurance Company at a meeting duly held on December 15, 1.993: RESOLVED, that the CEO, President, CFO, any Vice President, Secretary or any Assistant Secretary, and any other employee as may be specifically authorized by a particular board resolution (hereafter "Authorized Officer or Employee") may appoint attorneys -in -fact or agents with authority as defined or limited in the instrument evidencing the appointment in each case, for and on behalf of the Company, to execute and deliver and affix the seal of the Company to bonds, undertakings, recognizances, and suretyship obligations of all kinds; and any Authorized Officer or Employee may remove any such attorney -in -fact or agent and revoke any power of attorney previously granted to such person. RESOLVED FURTHER, that any bond, undertaking, recognizance, or suretyship obligation shall be valid and binding upon the Company: (i) when signed by the Authorized Officer or Employee and attested and sealed (if a seal be required); or (ii) when signed by the Authorized Officer or Employee, and countersigned and sealed (if a seal be required) by a duly authorized attorney -in -fact or agent; or (iii) when duly executed and sealed (if a seal be required) by one or more attorneys -in - fact or agents pursuant to and within the limits of the authority evidenced by the power of attorney issued by the Company to such person or persons. RESOLVED FURTHER, that the signature of any Authorized Officer or Employee and the seal of the Company may be affixed by facsimile to any power of attorney or certification thereof authorizing .the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company (unless otherwise specified in the power of attorney itself); and such signature and seal when so used shall have the same force and effect as though manually affixed. RESOLVED FURTHER, that all previous resolutions of the Board of Directors concerning powers of attorney and attorneys -in -fact remain in full force and effect; that all forms of powers of attorney previously or in the future approved by the Board of Directors, including, but not limited to, so called "fax or facsimile powers of attorney", where the entire power of attorney is a facsimile, remain in full force and effect; and that one form of a power of attorney may be attached to one bond (for example, the form for which this resolution is a part may be attached to a bid bond), and another form of power of attorney may be attached to another bond (for example, a fax power of attorney may be attached to the final bond for a project for which the different form of power was .attached to the bid bond) without affecting the validity of either power of attorney or bond. IN WITNESS WHEREOF, Contractors Bonding and Insurance Company has caused these presents to be signed _ by its president and secretary, and its corporate seal to be hereunto affixed this 1st day of Jan?ary, 1994. State of Washington Steve„ A. Gaines Attest: County of King Kevin L. Lybeck, Secretary On January 1st, 1994 before me, Molly A. Hudspeth Notary Public, personally appeared Steven A. Gaines and Kevin L. Lybeck, personally known to me to be the persons whose names are subscribed to the within instrument, and acknowl- edged to me all that they executed the same in their authorized capacities and that by their signatures the entity upon _ behalf of which they acted executed the instrument. WITNESS my hand and official seal. NOTARY PUBLIC -- STATE OF WASHINGTON MOLLY A. HUDSPETH Signature ' (seal)_ MYAppointmeni ExpiYes JAN 9, 1oc7 l Molly A. Hudspeth, Notary Public _ PAYMENT BOND BOND CHECK 13EST RATING LICEN. I XAS� DATE Y I THE AMERICAN INSTITUTE OF ARCHITECTS .= M AIA Document A311 Labor and Material Payment Bond THIS BOND IS ISSUED SIMULTANEOUSLY WITH PERFORMANCE BOND IN FAVOR OF THE OWNER CONDITIONED ON THE FULL AND FAITHFUL PERFORMANCE OF THE CONTRACT KNOW ALL MEN BY THESE PRESENTS: that ALLEN ROOFING CO., INC. Were insert full name and address or legal title of Contractor) POST OFFICE BOX 89 ROSWELL NM 88201 as Principal, hereinafter called Principal, and, CONTRACTORS BONDING AND INSURANCE COMPANY (Here insert full name and address or legal title of Surety) 1213 VALLEY STREET SEATTLE WA 98109 as Surety, hereinafter called Surety, are held and firmly bound unto CITY OF LUBBOCK (Here insert full name and address or legal title of Owner) P.O. BOX 2000 LUBBOCK TX 79457 as Obligee, hereinafter called Owner, for the use and benefit of claimants as hereinbelow defined, in the TWO HUNDRED EIGHW-SIX THOUSAND, THREE HUNDRED NINETY-SEVEN AND 00/100 amount of IHere insert a sum equal to at least one-half of the contract price) Dollars ($ 286,397.00 �r for the payment whereof Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. L WHEREAS, r Principal has by written agreement datedOCTOBER lOTH 19 96 entered into a contract with Owner for IHene insert full name, address and description of project) HEALTH DEPARTMENT REROOF CITY OF LUBBOCK, TEXAS in accordance with Drawings and Specifications prepared by (Here insert full name and address or legal title of Architect) 7 which contract is by reference made a part hereof, and is hereinafter referred to as the Contract.. AIA DOCUMENT A3 1 • PERFORMANCE BOND AND LABOR AND MATERIAL PAYMENT BOND • AIA L FEBRUARY 1970 ED. • THE AMERICAN INSTITUTE OF ARCHITECTS,1735 N.Y. AVE., N.W., WASHINGTON, D. C. 2M 3 CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT To Be Completed by Appropriate Insurance Agent/Broker Prior to Award of Contract f , the undersigned Agent/Broker, certify that the insurance requirements contained in this bid document have been reviewed by me with the below identified Contractor. If the below identified Contractor Is awarded this rontract by the City of Lubbock, I will be able to, within ten ('10) days after being notified of such award by 1:ontractor, furnish a valid Insurance certificate to the City meeting all of the requirements defined In this bid/proposal. JANET L. ELLISON e (Signature) Agent (Print) --Name of Agent/Broker. DOWNEY AND COMPANY F Address of Agent/Broker. 2155 LOUISIANA BLVD NE SUITE 8950 FcltylState/Zip: ALBUQUERQUE, NEW MEXICO 87.110 Agent/Broker Telephone Number. ( 505 ) 881-0300 Date: 10/ 23/ 96 CONTRACTOR'S NAME: ALLEN ROOFING CO., INC. (Print or Type ) _ CONTRACTOR'S ADDRESS: 7 4200 SE MAIN ROSWELL, NEW MEXICO .88201 NOTE TO AGENTIBROKER If this time requirement is not met, the City has the right to reject this bidlproposal and award the contract to another contractor. If.you have any questions concerning these requirements, please contact the Purchasing Manager for the City of Lubbock at (806)767-2165. FBID #13680 - HEALTH DEPARTMENT REROOF LABOR AND MATERIAL PAYMENT BOND NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Principal shall promptly make payment to all claimants as hereinafter defined, for all labor and material used or reasonably required for use in the performance of the. Contract, then this obligation shall be void; otherwise it shall remain in full force and effect, subject, however, to the fol- lowing conditions: 1. A claimant is defined as one having a direct con- tract with the Principal or with a Subcontractor of the Principal for labor, material, or both, used or reasonably required for use in the performance of the Contract, labor and material being construed to include that part of water, gas, power, light, heat, oil, gasoline, telephone service or rental of equipment directly applicable to the Contract. 2. The above named Principal and Surety' hereby jointly and severally agree with the Owner that every claimant as herein defined, who has not been paid in full before the expiration of a period of ninety (90) days after the date on which the last of such claimant's work or labor was done or performed, or materials were furnished by such claimant, may sue on this bond for the use of such claimant, prosecute the suit to final judgment for such sum or sums as may be justly due claimant, and have execution thereon, The Owner shall not be liable for the payment of any costs or expenses of any such suit. 3. No suit or action shall be commenced hereunder by any claimant: a) Unless claimant, other than one having a direct contract with. the Principal, shall have given written notice to any two of the following: the Principal, the Owner, or the Surety above named, within ninety (90) days after, such claimant did or performed the last of the work or labor, or furnished the last of the materials for which said claim is made, stating with substantial accuracy the amount claimed and the name of the party to whom the materials were furnished, or for whom the work or labor was done or performed. Such notice shall be served by mailing the same by registered mail or certified mail, postage prepaid, in an envelope ad- dressed to the Principal, Owner or Surety, at any place where an office is regularly maintained for the trans- action of business, or served in any manner in which legal process may be served in the state in which the aforesaid project is located, save that such service need not be made by a public officer. b) After the expiration of one (1) year following the date on which Principal ceased Work on said Contract, it being understood, however, that if any limitation em- bodied in this bond is prohibited by any law controlling the construction hereof such limitation shall be deemed to be amended so as to be equal to the minimum period of limitation permitted by such law. c) Other than in a state court of competent jurisdiction in and for the county or other political subdivision of the state in which the Project, or any part thereof, is situated, or in the United States District Court for the district in which the Project, or any part thereof, is sit- uated, and not elsewhere. 4. The amount of this bond shall be reduced by and to the extent of any payment or payments made in good faith hereunder, inclusive of the payment by Surety of mechanics' liens which may be filed of record against said improvement, whether or not claim for the amount of such lien be presented under and against this bond. r Signed and sealed this 21ST day of OCI'OBER. 19 y96 ALLEN ROOF CO.. INC. (Prine' I) t5eall {r n I (Witness) l Willard Allen, (Thk*) Vice President F BONDING AND INSURANCE COMPANY (Surety) tilli►iiRi%t. � `��l��tv� AtA DOCUMENT A711 - PERFORMANCE BOND AND LABOR AND MATERIAL PAYMENT BOND - AIA 40 FEBRUARY 1970 ED. • THE AMERICAN INSTITUTE OF ARCHITECTS, 17:15 N.Y. AVE., N.W., WASHINGTON. D. C. 20M, 4 Y CBIC CONTRACTORS BONDING AND INSURANCE COMPANY llmne Office: 17,13 valley Sheet P.V. don V271 brx10v. WA 99109.0271 (20fi) 622.7(15.1 (Rtx)) 76%-U11C N.Amma1 17,06) iR2-9621 rAX IMPORTANT NOTICE `�.., To obtain information or make a complaint: f You may contact the Texas Department of Insurance to obtain Information on comprnirs, coverages, rights or complaints at: 1 (800) 252-3439 You may write the Texas Department of Insurance at: I'.O Box 149104 Austin, TX 78714-9104 FAX it (512) 475-1771 PREMIUM OR CLAIM DISPUTES Should you have a dispute concerning your premium or about a claim you should contact the I agent or the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance, ATTACH THIS NOTICE TO YOUR POLICY: This notice Is for information only and does not become a part or condition of the attached r document. f r b- WMI M-U)V70692 r PERFORMANCE BOND BOND CHECK BEST RATING LICE.Nwy AS DATE 7 THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A312 Performance Bond Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. CONTRACTOR (Name and Address): ALLEN ROOFING CO., INC. .,, POST OFFICE BOX 89 ROSWELL NM 88201 OWNER (Name and Address): F SURETY (Name and Principal Place of Business): CONTRACTORS BONDING AND INSURANCE COMPANY 1213 VALLEY STREET SEATTLE WA 98109 CITY OF LUBBOCK P.O. BOX 2000 LUBBOCK TX 79457 CONSTRUCTION CONTRACT Date: 10/10/96 286,397.00 Amount: TWO HUNDRED EIGITY-SIX THOUSAND, THREE HUNDRED NINETY-SEVEN AND 00/100 Description (Name and Location): HEALTH DEPARTMENT REROOF BOND CITY OF LUBBOCK, TEXAS Date (Not earlier than Construction Contract Date): 10/21/96 286,397.00 Amount: TWO HUNDRED EIGHTY-SIX THOUSAND, THREE HUNDRED NINETY-SEVEN AND 00/100 Modifications to this Bgnd: ❑ None ❑ See Page 3 CONTRACTOR AS P CIPAL SURETY p CoATTR"FI rp to eap CompaEDnNy BONDING AND (Corporate Seal) CoSigrJatu�e. ignature: 0& m A Name an Title: Name and Title: Willard Allen, Vice President KATHRYN L. CORCORAN, ATTORNEY -IN -FACT (Any additional signatures appear on page 3) (FOR INFORMATION ONLY —Name, Address and Telephone) AGENT or BROKER: OWNER'S REPRESENTATIVE (Architect, Engineer or other party): AIA DOCUMENT A312 - PERFORMANCE BOND AND PAYMENT BOND • DECEMBER 1984 ED. • AIA THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W., WASHINGTON, D.C. 20006 A312-19M 1 i^ THIRD PRINTING • MARCH 1987 a e 1 1-414-1956 5; 04PM FROM DUK EY AND CONPANY ' P. 1 The undwstcned swety company latxmmds that 1t Is duly q%Mfi*d 1c do business bi Texas. and hereby de,,%ndlos liffi3ARn rQ Att ASEM ut 60MA relidsd In Ld*Drk COO tt toNhom any FeWSlta natkmia-"he dettvMd and on whom WWWco of prOCOM MW ba llad In VW"O s 8460 09 of such suretyship. CONTRACTMS BONDING AND INSURANCE COMPA14Y ftumqy •Or &VOkaa- Gcolt THR* . CORCORAN Apt+roved as to lawn: ' ATTORNEY -IN -FACT Cily of ode ey: nrr►r�y . 'Wets: tf okpmd by an bfttow of the 6urely Cony ttwm must be on U& a co lmod exu*vt f mm lhe by -Taws *haw" Thal thle person has authority to sign such oMk ai on. If signed t}y an Juftmey to Fed, we ►riWt have copy of power of altomey for vx sea. F 1 The Contractor and the Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to the Owner for the performance of the Construction Contract, which is incorporated herein by reference. 2 If the Contractor performs the Construction Contract, the Surety and the Contractor shall have no obligation under this Bond, except to participate in conferences as provided in Subparagraph 3.1. 3 If there is no Owner Default, the Surety's obligation under this Bond shall arise after: 3.1 The Owner has notified the Contractor and the Surety at its address described in Paragraph 10 below that the Owner is considering declaring a Contractor Default and has requested and attempted to arrange a conference with the Contractor and the Surety to be held not later than fifteen days after receipt of such notice to discuss methods of performing the Construc- tion Contract. If the Owner, the Contractor and the Surety agree, the Contractor shall be allowed a reason- able time to perform the Construction Contract, but such an agreement shall not waive the Owner's right, if any, subsequently to declare a Contractor Default; and 3.2 The Owner has declared a Contractor Default and formally terminated the Contractor's right to complete the contract. Such Contractor Default shall not be de- clared earlier than twenty days after the Contractor and the Surety have received notice as provided in Sub- paragraph 3.1; and 3.3 The Owner has agreed to pay the Balance of the Contract Price to the Surety in accordance with the terms of the Construction Contract or to a contractor selected to perform the Construction Contract in accor- dance with the terms, of the contract with the Owner. 4 When the Owner has satisfied the conditions of Para- graph 3, the Surety shall promptly and at the Surety's ex- pense take one of the following actions: 4.1 Arrange for the Contractor, with consent of the Owner, to perform and complete the Construction Contract; or 4.2 Undertake to perform and complete the Construc- tion Contract itself, through its agents or through inde- pendent contractors; or 4.3 Obtain bids or negotiated proposals from qualified contractors acceptable to the Owner for a contract for performance and completion of the Con- struction Contract, arrange for a contract to be pre- pared for execution by the Owner and the contractor selected with the Owner's concurrence, to be secured with performance and payment bonds executed by a qualified surety equivalent to the bonds issued on the Construction Contract, and pay to the Owner the amount of damages as described in Paragraph 6 in ex- cess of the Balance of the Contract Price incurred by the Owner resulting from the Contractor's default; or 4.4 Waive its right to perform and complete, arrange for completion, or obtain a new contractor and with reasonable promptness under the circumstances: .1 After investigation, determine the amount for which it may be liable to the Owner and, as soon as practicable after the amount is deter- mined, tender payment therefor to the Owner; or .2 Deny liability in whole or in parr and notify the Owner citing reasons therefor. 5 If the Surety does not proceed as provided in Paragraph 4 with reasonable promptness, the Surety shall be deemed to be in default on this Bond fifteen days after receipt of an additional written notice from the Owner to the Surety demanding that the Surety perform its obligations under this Bond, and the Owner shall be entitled to enforce any remedy available to the Owner. If the Surety proceeds as provided in Subparagraph 4.4, and the Owner refuses the payment tendered or the Surety has denied liability, in whole or in part, without further notice the Owner shall be entitled to enforce any remedy available to the Owner. 6 After the Owner has terminated the Contractor's right to complete the Construction Contract, and if the Surety elects to act under Subparagraph 4.1, 4.2, or 4.3 above, then the responsibilities of the Surety to the Owner shall not be greater than those of the Contractor under the Construction Contract, and the responsibilities of the Owner to the Surety shall not be greater than those of the Owner under the Construction Contract. To the limit of the amount of this Bond, but subject to commitment by the Owner of the Balance of the Contract Price to mitigation of costs and damages on the Construction Contract, the Sure- ty is obligated without duplication for: 6.1 The responsibilities of the Contractor for correc- tion of defective work and completion of the Construc- tion Contract; 6.2 Additional legal, design professional and delay costs resulting from the Contractor's Default, and re- sulting from the actions or failure to act of the Surety under Paragraph 4; and 6.3 Liquidated damages, or if no liquidated damages are specified in the Construction Contract, actual dam- ages caused by delayed performance or non-perfor- mance of the Contractor. 7 The Surety shall not be liable to the Owner or others for obligations of the Contractor that are unrelated to the Con- struction Contract, and the Balance of the Contract Price shall not be reduced or set off on account of any such unrelated obligations. No right of action shall accrue on this Bond to any person or entity other than the Owner or its heirs, executors, administrators or successors. 8 The Surety hereby waives notice of any change, includ- ing changesof time, to the Construction Contract or to related subcontracts, purchase orders and other obliga- tions. - 9 Any proceeding, legal or equitable, under this Bond may be instituted in any court of competent jurisdiction in the location in which the work or part of the work is located and shall be instituted within two years after Contractor Default or within two years after the Contractor ceased working or within two years after the Surety refuses or fails to perform its obligations under this Bond, whichever oc- curs first. If the provisions of this Paragraph are void or prohibited by law, the minimum period of limitation avail- AfA DOCUMENT A312 - PERFORMANCE BOND AND PAYMENT BOND - DECEMBER 1984 ED. - AIA THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W.. WASHINGTON, D.C. 20006 THIRD PRINTING - MARCH 19117 A312-1984 2 r able to sureties as a defense in the jurisdiction of the suit shall be applicable. 10 Notice to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown on the sig- nature page. ` 11 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where �. the construction was to be performed,.any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions con- forming to such statutory or other legal requirement shall be deemed incorporated herein. The intent is that this Bond shall be construed as a statutory bond and not as a common law bond. 12 DEFINITIONS 12.1 Balance of the Contract Price: The total amount payable by the Owner to the Contractor under the Construction Contract after all proper adjustments r., have been made, including allowance to the Con - r r 1. MODIFICATIONS TO THIS BOND ARE AS FOLLOWS: tractor of any amounts received or to be received by the Owner in settlement of insurance or other claims for damages to which the Contractor is entitled, re- duced by all valid and proper payments made to or on behalf of the Contractor under the Construction Con- tract. 12.2 Construction Contract: The agreement between the Owner and the Contractor identified on the sig- nature page, including all Contract Documents and changes thereto. 12.3 Contractor Default: Failure of the Contractor, which has neither been remedied nor waived, to per- form or otherwise to comply with the terms of the Construction Contract. 12.4 Owner Default: Failure of the Owner, which has neither been remedied nor waived, to pay the Con- tractor as required by the Construction Contract or to perform acid complete or comply with the other terms thereof. (Space is provided below for additional signatures of added parties, other than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate Seal) Company: (Corporate Seal) Signature: Name and Title: Address: Signature: Name and Title: Address: AIA DOCUMENT A312 - PERFORMANCE BOND AND PAYMENT BOND - DECEMBER 1984 ED. - AIA 0 THE AMERICAN INSTITUTE OF ARCHITECTS, 173S NEW YORK AVE., N.W., WASHINGTON, D.C. 20006 THIRD PRINTING • MARCH 1987 A312-1984 3 A valid original of this document must be printed on security paper with black, blue, and red ink, and must bear the raised seal of Contractors Bonding and Insurance Company ( the "Company"). Only an unaltered original of this power of attorney is valid. If a photocopy, the word "VOID" should appear clearly in one or more places. This Power of Attorney is valid solely in connection with the execution and delivery of the bond bearing the number indicated below, provided the bond is of the type indicated below, and is valid only if the bond is executed on or before the date indicated above. CERTIFICATE I, the undersigned secretary of Contractors Bonding and Insurance Company, a Washington corporation, DO HEREBY CERTIFY that this Power of Attorney remains in full force and effect and has not been revoked, and, furthermore, that the resolutions of the Board of Directors set forth on the reverse are now in full force and effect. 3ond Number WC3509 Signed and sealed this 21ST Vl�ay of / OCTOBER 19 96 t Kevin L. Lybeck, Secretary CBIC • 1213 Valley Street • Rcgox 9271 • Seattle, WA 98109-0271 (206) 622-7053 • (800) 765-CBIC (National) • (206) 382-9623 FAX PoaLPOA.02-US031296 Certi fecate of Appointment and Resolutions of the Board of Directors . The undersigned President and Secretary of Contractors Bonding and Insurance Company hereby certify that the President has appointed the Attorney(s) -in- Fact identified on the front side of this pov.,er of attorney, under and by the authority of the following resolutions adopted by the Board of Directors of Contractors Bonding and Insurance Company at a meeting duly held on December 15, 1993: RESOLVED, that the CEO, President, CFO, any Vice -President, Secretary or any Assistant Secretary, and any other employee as may be specifically authorized by a particular board resolution (hereafter "Authorized Officer or Employee") may appoint attorneys -in -fact or agents with authority as defined or limited in the instrument evidencing the appointment in each case, for and on behalf of the Company, to execute and deliver and affix the seal of the Company to bonds, undertakings, recognizances, and suretyship obligations of all kinds; and any Authorized Officer or Employee may remove any such attorney -in -fact or agent and revoke any power of attorney previously granted to such person. RESOLVED FURTHER, that any bond, undertaking, recognizance, or suretyship obligation shall be valid and binding upon the Company: (i) when signed by the Authorized Officer or Employee and attested and sealed (if a seal be required); or Qi) when signed by the Authorized Officer or Employee, and countersigned and sealed (if a seal be required) by a duly authorized attorney -in -fact or agent; or (iii) when duly executed and sealed (if a seal be required) by one or more attorneys -in - fact or agents pursuant to and within the limits of the authority evidenced by the power of attorney issued by the Company to such person or persons. RESOLVED FURTHER, that the signature of any Authorized Officer or Employee and the seal of the Company may be affixed by facsimile to any power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company (unless otherwise specified in the power of attorney itself); and such signature and seal when so used shall have the same force and effect as though manually affixed. RESOLVED FURTHER, that all previous resolutions of the Board of Directors concerning powers of attorney and attorneys -in -fact remain in full force and effect; that all forms of powers of attorney previously or in the future approved by the Board of Directors, including, but not limited to, so called "fax or facsimile powers of attorney", where the entire power of attorney is a facsimile, remain in full force and effect; and that one form of a power of attorney may be attached to one bond (for example, the form for which this resolution is a part may be attached to a bid bond), and another form of power of attorney may be attached to another bond (for example, a fax power of attorney may be attached to the final bond for a project for which the different form of power was attached to the bid bond) without affecting the validity of either power of attorney or bond. IN WITNESS WHEREOF, Contractors Bonding and Insurance Company has caused these presents to be signed by its president and secretary, and its corporate seal to be hereunto affixed this 1st day of January, 1994. _ State of Washington Steven A. Gaines-'r Attes County of King Kevin L. Lybeck, Secretary On January 1st, 1994 before me, Molly A. Hudspeth Notary Public, personally. appeared Steven A. Gaines and Kevin L. Lybeck, personally known to me to be the persons whose names are subscribed to the within instrument, and acknowl- edged to me all that they executed the same in their authorized capacities and that by their signatures the entity upon _ behalf of which they acted executed the instrument. WITNESS my hand and official seal. Signature~w� Molly A. Hudspeth, Notary Public NOTARY PUBLIC SLATE OF WJASHINGTON �- MOLLY A. HUDSPETH (seal) My Appointment Expires JAN 9, 1997 CERTIFICATE OF INSURANCE I I ve-19A6 9 : 02AM I- RUM UL ANt Y ANU QUMI�AN T f s . CLATIFICATE OF INSURANCE 4 . TO; CITY OF LUAi1DCif GATE: OCTOBER 23, 1996 P.C. Box 1000 LUBBOCK. TX 79457 t�pE �p p p� CT' REIiUDFIN� N�LT�1 DEPARTMENT ALLEN ROOFING CO., INC. !r' T1418 is To ciewnr r THAT 4200 SE MAIN ROSWELL , NN 88201 (Name and Address of Insured) Is, at Ithe date of this r rtfriedte, Insured by this Company wllh respect to the business operations hereinafter described, for the typed or Insurance and In accordance with the provWons of the standard policles used by this company, the further hereinafter described, Except[ons to atandard dolleyt noted hereon. TYPE OF rNBtf WWE MXYMMSER CFI:ECTIVE xrf ec lvE U018 OATS DATE GENERAL UABXffY l6 cent"Welal Gans usbay DOL232339 5/1/96 5/1/97 Cancel Apornte s 1, 000, 000 Crabs Mods Frcduets.ConwMP kQQ Oecrxre"es� Personal d AQv. hits 1 Owens i 1�Mrtrdors ProtwrtlYrl I.sh Qcturt 0 s n nre oweps (Any ens is PALL Med Eft (Any ene Paraan) i Atlr011 010M UABlUt Y jAn Cathk,nhVIv 1000, 000 AA Owird /Ao' 1983200 5/1/96 5/1/97 diy,(Mr a Pe[1 lchedutrd Atdos 6adAy i+Ivty (Pw Aaeldeht) 1 pred AtAos property Owego s NOn•Omwd Autns(J5F1I O CAN —AGE L[A IUTY O Any ArM ALO Dnry - Eeeh A=Ident i U w ._ Other elan Aula Qn1p: Each AccHwd i Q eve" s RISK p 100%er#herule? eontrsetFdcs 01MI106404 5/1/96 5/1/97 1— �— j� /IVSrACLAr(OKFL0�1tER i r EXCESS uAblur v u"*wQ%@ Fort" UNDER Each oeeurrenes 1 1 _ f1r1t1 _flrtifl Agprtlpets o labor Than Uh*n%Form BINDER 10/23/96 5/1/97 f wor cams MA sA WN AAV NUMOVERt:UAaXIrY WC5852041 /1/96 • 5/1/97 purnm �hre x Errduded Eo& Ae kin! 8 Oficen are: ohm* Pd u r L%dl e_ bisesse•Eech Employes THE CITY OF LUBBOCK, EXAS IS REC IZED AS DITIONAL NSURED IN RESPECTS TO THE GEN LIABILITY POLICY. WA VER OF SUBRD TION IN FIVOR OF TH CITY OF LUBBOCK The above poh des either in the bode thereof or canceled by the Insurer In less than file legal tiff, or cancellation, or In case there Is no legal requi r FIVE COPIES OF THE CER nCATE OR I SI ' MUST BE BENT TO THE CITY OF LUBBOCK r r° t provide that they may not be changed er !d has recelved wdlten notice of suds chance lays to advance of cancellation. ERRI. CERTIFICATE OF INSURANCE TO: CITY OF LUBBOCK BATE: OCTOBER 23, 1996 P.O. BOX 2000 E LUBBOCK, TX 7945A50cr NGpR HEELIH DEPARTMENT LLEN ROOFING CO., INC. �y THiS Is TO CERTIFY THAT 4200 SE MAIN, ROSWELL, NM 88201 (Name and Address of Insured) Is, at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for the typed of insurance and In accordance with the provisions of the standard policies used by this company, the further hereinafter described. Exceptions to standard policy noted hereon. TYPE OF INSURANCE POLICY NUMBER EFFECTIVE EFFECTIVE LIMITS DATE DATE GENERAL LIABILITY X Commercial General Llabtllly DOL232339 5/ 1/ 96 5/1/97 General Aggregate s 1 9 000, 000 D Cialms Made Products-ComplOp AGG Q_ �I Occurrent.}1 Personal & Adv. Ir4 S ddt Owner's b :1x�lractom Prolectf" Each Occurrence S n Fire Damage (Arty one ke) 199 Mod Emp (Any one Person) S AUTOMOTIVE LIA87UT Y Zit Single Limit S 1 , OOO, OOO Any Auto n AN Owned Autos 1983200 5/1/96 5/1/97 Combined Bodily tnjury (Per Person) $ Scheduled Auto% Bodily Injury (Per Accident): "red Autos Property Damage S Non -Owned Autosllsril o ' GARAGE LIABILITY U Any Auto Auto Only - Each Aceldenl = a Other than Auto Only: Each Accident = Aggregate $ O BUILDER'S RISK 100% or the Total Contract Price FLOATER . 01 M I 106404 5/ 1 / 96 5/1/97 INS TALLA r10N S • EXCESS L ASMITY R Umbrella Form UNDER Each Occurrence $ 1 _ nnn _ nnn 10/23/96 5/1/97 Aggregate S a Other Then urnbnrta Form BINDER $ WORKERS COMPENSA17ON AND IEMPLOYERS*UABILrrY WC5852041 5/ 1/ 96 5/1/97 The Proprietor/ a Included Statutory UmRs PsrtnersfExecuttve 4 Excluded Each Accident = —U01 goo Oilier, are: Disease Policy Limit $ Disease -Each Employee S OTHER THE CITY OF LUBBOCK, EXAS IS RECO IZED ASJFVOR DITIONAL NSURED IN RESPECTS TO THE GEN LIABILITY POLICY. WA VER OF SUBRO TION IN OF TH CITY OF LUBBOCK The above policies either In the body thereof or by appropriate endorsement provide that they m canceled by the insurer in less than the legal time required after the insured has tecelved written or cancellation, or in case there is no legal requirement, in less than five days in advance of ca FiVE COPIES OF THE CERTIFICATE OF INSURANCE ALLEN R (Name o r MUST BE SENT TO THE CiTY OF LUBBOCK By: Title: ,Ltd.. be changed or of such change NG CO. ,e I ERAL CITY OF LU88OCK INSURANCE REQUIREMENT AFFIDAVIT To Be Completed by Appropriate Insurance Agent/Broker Prior to Award of Contract 1, the undersigned Agent/Broker, certify that the Insurance requirements contained in this bid document have been reviewed by me with the below Identified Contractor. If the below identified Contractor Is awarded this �.., contract by the City of Lubbock, I will be able to, within ten (10) days after being notified of such award by .' contractor, furnish a valid insurance certificate to the City meeting all of the requirements defined In this ' bid/proposal. It� I JANET L. ELLISON O(S I 4gn at u �re) Agent (Print) Name of Agent/Broker: DOWNEY AND COMPANY Address of Agent(Broker. 2155 LOUISIANA BLVD NE SUITE 8950 -.-• CRY/State/Zip:ALBUQUERQUE, NEW MEXICO 87110 Agent/Broker Telephone Number. ( 505 ) 881-0300 Date: 10/23/96 CONTRACTOR'S NAME: ALLEN ROOFING CO., INC. �j (Print or Type ) w, CONTRACTOR'S ADDRESS: 4200 SE MAIN ii ROSWELL, NEW MEXICO .88201 NOTE TO AGENTIBROKER K this time requirement is not met, the City has the right to reject this bid/proposal and award the contract to another contractor. If.you have any questions concerning these requirements, please contact the Purchasing Manager for the City of Lubbock at (806)767-2165. BID #13680 - HEALTH DEPARTMENT REROOF Fh CONTRACTOR CHECKLIST I A CONTRACTOR SHALL: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; .* (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity E r prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractors current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing • extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of y coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must (see reverse) be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at (512)440- 3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." and contractually require each person with whom it contracts to provide services on a project, to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) include in all contracts to provide services on the project the language in subsection (e) (3) of this rule; (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter, (G) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services.❑ 7 H U F- Z O U _ � -_ � �-. I r CONTRACT STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered Into this 10th day of October,1996, by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through Ty Cooke, Mayor Pro Tem, thereunto authorized to do so, hereinafter referred to as OWNER, and ALLEN ROOFING COMPANY, INC. of the City of Roswell, County of Chaves, and the State of New Mexico, 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 CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain Improvements described as follows: BID # 13680 - HEALTH DEPARTMENT REROOF - $286,397.00 and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, Insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General Condition of Agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the bid submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the year and day first above written. L�� Secretary \..._ V< A�R_RR OVED A iAONTENT: Owner's Representative l APPROVED At TO FORM: "-� h ��l a�&' )�� Cit Attorney `" ATTEST: Corporate Secretary 444P %A CITY OF COMPLETE ADDRESS: Allen Roofing Company, Inc. PO Box 89 Roswell, New Mexico 88202 7 7; I w GENERAL CONDITIONS OF THE AGREEMENT a 7 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 contract, 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 ALLEN ROOFING COMPANY, INC., 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, City of Lubbock, under whose supervision these contract documents, including plans and specifications, were prepared, and GEORG,E LISENBE, BUILDING & ENERGY ADMINISTRATOR, who will Inspect constructions; 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. 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Bid, 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. 6. SUBCONTRACTOR The tern 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 responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors will took exclusively to Contractor for any payments due Subcontractor. Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or If delivered at or sent certified mall to the last business address known to him who gives the notice. 7 I 8. WORK Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, 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. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is In a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work In a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contactor 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 documents He will not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will he be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. His efforts will be directed towards providing assurances for the Owner that the completed project will conform to the requirements of the contract documents, but he will not be responsible for the Contractors failure to perform the work in accordance with the Contract Documents. On the basis of his onsite observations, he will keep the Owner informed of the progress of the work and will endeavor tc guard the Owner against defects and deficiencies in the work of the Contractor. 13. LINES AND GRADES All lines and grades shall be furnished by the Owners Representative whenever necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend his work in order to permit Owners Representative to comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owners [ Representative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by him, his Subcontractors, or his employees, such stakes, marks, etc., shall be replaced by the Owner's Representative 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 Representatives' estimates and findings shall be conditions precedent to the right to any action on the contract, and to any rights of the Contractor to receive any money under this contract. r° The Owner's Representative shall, within a reasonable time, render and deliver to both the Owner and the Contractor a written decision on all claims of the parties hereto and on all questions which may arise relative to the execution of the work or the interpretation of the contract, specifications and plans. ti 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 Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this 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. 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 r shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be 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. 2 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied himself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the y►� 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. 711 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 disorderly, such man or men shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 19. . CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and 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 -- observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The Owner or Owner's Representative shall have the right at all reasonable times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and — testing at any location wherever work is in preparation or progress. Contractor shall ascertain the scope of any observation which may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work will be ready for such observation. Owner or Owner's Representative may reject any work found to be defective or not in accordance with,the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Observer has previously accepted the work through oversight or otherwise. If any work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required bylaw 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 Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall 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 shall be considered defective. Such defective work shall be corrected at the Contractor's expense. r R 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. 7 22. DEFECTS AND THEIR REMEDIES It is further agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owners' Representative as unsuitable or not in conformity with plans, specification and contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with this contract. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for r a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount { of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for any actual loss occasioned by such change, due to actual expenses incurred in preparation for the work as originally �. planned. ` 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's bid, 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 Representative 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 commenced, then the Contractor shall be paid the actual field cost of the work, plus fifteen (15%) percent. In the event said extra work be performed and paid for under Method (C), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen, ' timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' 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 matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate him for his profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which he should receive .. compensation or an adjustment in the construction time, he shall make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C). The Contractor will thereby preserve the right to submit the matter of payment to arbitration as herein below provided. 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of this contract that all work described in the bid, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. If the Contractor finds any discrepancies or omissions in these plans, specifications, or contract documents, he should notify the Owners' Representative and obtain a clarification before the bids are received, and if no such request is received by the Owner's Representative prior to the opening of bids, then it shall be considered that the Contractor fully understands the work to be included and has provided sufficient sums in his bid to complete the work in accordance with these plans and specifications. It is further understood that any request for clarification must be submitted no later than five days prior to the opening of bids. 26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increase his force or equipment, or both, to such an extent as to give reasonable assurance of compliance with the schedule of progress. 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal 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 I"" r 1 Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, his sureties and insurance carriers shall defend, indemnify and save harmless the Owner and all of its officers, agents and employees from all suits, actions, or claims of any character whatsoever, brought for or on account of any injuries or damages received or sustained by any person or persons or property, on account of any negligent act or fault of the Contractor or any subcontractor, their agents or employees, in the execution and supervision of said contract, and the project which is the subject matter of this contract, on account of the failure of Contractor or any subcontractor to provide necessary t 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 progresses, are intended as reminders to the Contractor of his duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of his subcontractors. �., 28. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. The insurance certificates furnished shall name the City as an additional insured, or in the alternative, t shall be accompanied by a statement from the Contractor to the effect that no work on this particular project shall be subcontracted. It shall be the contractors responsibility to provide to the owner all proof of coverage insurance documents including workers compensation coverage for each subcontractor. A. - Comprehensive General Liability Insurance The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000 Combined Single Limit in the aggregate and per occurrence to include: Premises and Operations Explosion & Collapse Hazard Underground Damage Hazard Products & Completed Operations Hazard Contractual Liability Independent Contractors Coverage Personal Injury Advertising Injury B. Owner's Protective or Contingent Public Liability Insurance and Property Damage Liability Insurance. For bodily injuries, including accidental death and or property damage, $1.000.000 Combined Single Limit. This policy shall be submitted prior to contract execution. C. Comprehensive Automobile Liability Insurance The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $500,000 Combined Single Limit, to include all owned and nonowned cars including: Employers Nonownership Liability Hired and Nonowned Vehicles. The City is to be named as an additional insured on this policy for this specific job and copy of the endorsement doing so is to be attached to the Certificate of Insurance. D. Installation Floater Policy The Contractor shall obtain a Builder's Risk policy in the amount of 100% of the total contract price (100% of potential loss) naming the City of Lubbock as insured. E. Umbrella Liability Insurance The Contractor shall have Umbrella Liability Insurance in the amount of $1,000,000 on all contracts with -- coverage to correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverages. F. Worker's Compensation and Employers Liability Insurance Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $500,000. 1. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC- 82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor' in entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. F 2. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. 3. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. 5. The contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 6 The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. 8. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 9. The contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (b) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage Is being provided for all employees of the person providing services on the project, for the duration of the project; (c) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and 7 (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter, (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self - Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. G. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as - evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: I- (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. (3) The name of the policy and type or types of insurance in force thereunder on the date bome by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date bome by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the bid specifications. (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) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. (8) If policy limits are paid, new policy must be secured for new coverage to complete project. (9) A Contractor shall: (e) M provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; obtain from each person providing services on a project, and provide to the governmental entity: (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (i) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; retain all required certificates of coverage on file for the duration of the project and for one year thereafter; notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation Insurance. This Includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the Identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 5121440-3789 to receive Information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." and (h) contractually require each person with whom it contracts to provide services on a project, to: 7 (i) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (ii) provide a certificate of coverage to the contractor prior to that person beginning -- work on the project; (iii) include in all contracts to provide services on the project the language in subsection (e) (3) of this rule; (iv) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) obtain from each other person with whom it contracts, and provide to the contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; — (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (vie notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other person with whom it contracts, to perform as t-- required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services. _. 29. . DISABLED EMPLOYEES Contractors having more than 15 employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS, LABORERS, MATERIALMEN, AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES The Contractor agrees that he will indemnify and save the Owner harmless from all claims growing out of any demands of subcontractors, laborers, workmen, mechanics, materialmen and 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 shall remain P' i 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. 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION t 1 The contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or Owner thereof. The Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract I documents by Owner, provided, however, if choice of altemate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner harmless from any loss on account thereof. If the material or process specified or required by Owner is an Infringement, the Contractor shall be responsible for ..► such loss unless he promptly gives written notice to the Owner of such infringement. t 32. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner effect the contract or the work, and shall indemnify and save harmless the Owner against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor or his employees. If the Contractor observes that the plans and specifications are at variance therewith, he shall promptly notify the Owners' Representative in writing and any necessary changes shall be adjusted as provided in the contract for changes in the wont. 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, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. ASSIGNMENT AND SUBLETTING The Contractor further agrees that he will retain personal control and will give his personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from his full obligations to the Owner, as provided by this contractual agreement. 34. TIME FOR COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of r beginning and time for completion as specified in the contract of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced on a date to be specified in the Notice to Proceed. - If the Contractor should neglect, fail, or refuse to complete the work within the time herein specified, or any proper extension thereof granted by the Owner, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $200.00 (TWO HUNDRED DOLLARS) PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every calendar day that the Contractor shall be in default after the time stipulated for completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the completion of the work described herein is reasonable time for the completion of the same, taking into F consideration the average climatic change and conditions and usual industrial conditions prevailing in this Iocality.The amount is fixed and agreed upon by and between the Contractor and the Owner because of the impracticability and extreme difficulty in fixing and ascertaining actual damages the Owner would in such event sustain, and the amount is agreed to be damages the Owner would sustain and shall be retained by the Owner from current periodical estimates for payments or from final payment. It is further agreed and understood between the Contractor and Owner that time is of the essence of this contract. 35. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute his work at such time and sessions, in such order of precedence, and in such manner as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the bid; provided, also, that when the Owner is having other work done, either by contract or by his own force, the Owner's Representative may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor intends to 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 several parts. 36. EXTENSION OF TIME The Contractor agrees that he has submitted his bid in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 33 hereinabove set forth and that he shall not be entitled to, nor will he request, an extension of time on this contract, except when his work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. The Contractor may apply in writing for an extension of time, submitting therewith all written justification as may be required by Owner's Representative for such an extension as requested by Contractor. The Owner's Representative within ten (10) days after receipt of a written request for an extension of time by the Contractor supported by all requested documentation shall then consider such written request and respond to Contractor in writing granting or rejecting the request for an extension of time to complete the project. 37. HINDRANCE AND DELAYS In executing the contract 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 incident to such work, whether growing out of delays in securing material or workmen or otherwise. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 38. QUANTITIES AND MEASUREMENTS _ No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the -- specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their bids offered for the work. It is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ _ r E t 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. 39. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way 71, encountered, which may be injured or seriously affected by any process of construction to be undertaken under x i 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 17 injury to any adjacent or adjoining property, arising or growing out of the performance of this contract, but such indemnity shall not apply to any claim of any kind arising out of the existence or character of the work.. 40. PRICE FOR WORK r Inconsideration of the furnishing of all necessary labor, equipment and material and the completion of all work r* 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 ` bid attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by him and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 41. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection 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 contract. 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. 42. PARTIAL PAYMENTS .*r On or. before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment. Owner's Representative shall review said application for partial payment and the progress of the work made by the Contractor and if found to be in order shall prepare a certificate for partial payment 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 materials delivered on site of the work that are to be fabricated into the work. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of this 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 percentage due Contractor. 43. FINAL COMPLETION AND ACCEPTANCE Within thirty-one (31) days after the Contractor has given the Owner's Representative written notice that the work has been completed or substantially completed, the Owner's Representative and the Owner shall inspect the work and within said time, if the work be found to be completed or substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor his certificate of completion, and thereupon it shall be the duty of the Owner within thirty-one (31) days to issue a certificate of acceptance of the work to the Contractor. 44. FINAL PAYMENT Upon the issuance of the certificate of completion, the Owner's Representative shall proceed to make final measurement and prepare a final statement of the value of all work performed and materials fumished under the terms of the agreement, and shall certify same to the Owner, who shall pay to the Contractor on or before the 31 st 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 contract; and said payment shall become due in any event upon said performance by the Contractor. Neither the certificate of acceptance nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the special conditions (if any) of this contract or required in the specifications made a part of this contract. 45. CORRECTION OF WORK BEFORE FINAL PAYMENT FOR WORK Contractor shall promptly remove from Owners' premises all materials condemned by the Owner's Representative on account of failure to conform to the contract, whether actually incorporated in the work or not, _ and Contractor shall at his own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time after a written notice by the Owner or the Owner's -- Representative, Owner may remove and replace it at Contractor's expense. 46. CORRECTION OF WORK AFTER FINAL PAYMENT Neither the final payment nor certificate nor any provision in this contract shall relieve the Contractor of responsibility for faulty materials or workmanship, and he shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the date of substantial completion. The Owner or the Owner's Representative shall give notice of observed defects with reasonable promptness. 47. PAYMENT WITHHELD The Owner may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certificate to such extent as may be necessary to protect himself from loss on account of: -- (a) Defective work not remedied. (b) Claims filed or reasonable evidence indicating possible filing of claims. (c) Failure of the Contractor to make payments promptly to subcontractors or for materials or labor. (d) Damage to another contractor. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, which will protect the Owner in the amount withheld, payment shall be made for amounts withheld because of them. r d 48. TIME OF FILING CLAIMS It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) days after the Owner's Representative has given any directions, order or instruction to which the Contractor desires to take exception. The Owners' Representative shall reply to such written exceptions by the Contractor and render his final decision in writing. In case the Contractor should appeal from the decision of the Owners Representative, any demand for arbitration shall be filed with the Owner's Representative and the Owner in writing within ten (10) days after the date of delivery to Contractor of the final decision of the Owner's Representative. It is further agreed that final acceptance of the work by the Owner and the acceptance by the Contractor of the final payment shall be a bar to any claim by either party, except where noted otherwise in the contract documents. 49. ABANDONMENT BY CONTRACTOR In case the Contractor should abandon and fail or refuse to resume work within ten (10) days after written notification from the Owner or the Owner's Representative, or if the Contractor fails to comply with the orders of the Owner's Representative, when such orders are consistent with this contract, this 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 supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or his Surety 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 newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. However, should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. When the work shall have been substantially completed, the Contractor and his Surety shall be so notified and certificates of completion and acceptance, as provided in paragraph 42 hereinabove set forth, shall be Issued. A 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 i. . Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certificate of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together _. with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies which remain on the *jobsite and belong to persons other than the Contractor or his Surety, to their proper owners. 50. ABANDONMENT BY OWNER In 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 incorporated into the work. Thereupon, the Owner's Representative shall make an estimate of the total amount earned by the Contractor, which estimate shall include the value of all work actually completed by said Contractor at the prices stated in the attached bid, the value of all partially completed work at a fair and equitable price, and the amount of all Extra Work performed at the prices agreed upon, or provided for by the terms of this contract, and a reasonable sum to cover the cost of any provisions made by the Contractor to carry the whole work to completion, and which cannot _ be utilized. The Owners 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 will be required to fumish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful bidder will be required to fumish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. All bonds, if required, shall be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to do business in the State of Texas. And it is further agreed that this contract shall not be in effect until such bonds are so fumished. 52. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. 53. LOSSES FROM NATURAL CAUSES Unless otherwise specified herein, all loss or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the same, 7 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 authority to direct, supervise, and control his own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during his performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's ' Representative or to the Contractor's own employees or to any other person, firm, or corporation. F55. 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 i 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. 0 F CURRENT WAGE DETERMINATIONS hesolution tio. :)12-1 March 14, 1996 Item #19 t 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 is WHEREAS, such wage rates were established by Resolution No. 719 enacted February 1; 12, 1981, updated by Resolution No. 1590 enacted February 23, 1984, and further updated by j Resolution No. 2502 enacted January 8. 1987; and WHEREAS, such rates need to be updated at the present time in order to reflect the current prevailing rate of per diem wages; NOW THEREFORE: ! BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the general prevailing rate of per diem wages for public works contracts shall be 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 j Exhibit B: Paving and Highway Construction Exhibit C. Overtime Rate Exhibit D: Weekend and Holiday Rate Such wage rates are hereby found and declared to be the general prevailing rate of per diem wages in all localities where public works are undertaken on behalf of the City of Lubbock and such wage rates shall be included in all public works contracts as provided by law.- i "t , Passed by the City Council this 14 th ATTEST: &d,- I t a& - Betty M. J nson, City Secretary APPROVED AS TO CONTENT: avlv� — — Mary AndrYws, Managing Director of Human Resources APPROVED AS TO FORM: Hatold Willard, Assistant City Attorney HW:dalccdocs/pubworks.res February 14, 1996 2 I*A:11:jv City of Lubbock Building Construction Trades Prevailing Rates Acoustical Ceiling Installer Air Conditioner Installer Air Conditioner Installer -Helper Asbestos Worker Asbestos Supervisor Bricklayer Bricklayer -Helper Carpenter Carpenter -Helper Cement Finisher Drywall Hanger Electrician Electrician -Helper Equipment Operator -Heavy Equipment Operator -Light Floor Installer Glazier Insulator-Piping/Boiler Insulator -Helper Iron Worker Laborer -General Mortar Mixer Painter PIumber Plumber -Helper Roofer Roofer -Helper Sheet Metal Worker Sheet Metal Worker -Helper Welder -Certified dourly Rate 10.00 11.00 5.50 8.00 11.00 11.00 6.00 11.00 6.00 7.50 10.00 13.00 6.00 8.50 7.50 8.50 8.00 9.00 5.50 8.00 5.50 5.50 9.50 10.50 6.00 8.00 5.50 8.75 5.50 10.00 EXHIBIT B Paving and Highway Construction Prevailing Wage Rates Draft Hourly Rate Asphalt Heaterman 6.00 Asphalt Shoveler 5.50 Concrete Finisher 7.35 Concrete Finisher -Helper 5.75 Electrician 10.50 Flagger 5.50 Form Setter 6.50 Form Setter -Helper 5.50 Laborer -General 5.50 Laborer -Utility 6.25 Mechanic 7.25 Mechanic -Helper 5.50 Power Equipment Operators Asphalt Paving Machine 7.00 Bulldozer 7.00 Concrete Paving Machine 7.00 Front End Loader 6.50 Heavy Equipment Operator 7.00 Light Equipment Operator 6.50 Motor Grader Operator 8.50 Roller 6.00 Scraper 6.50 Tractor 6.50 Truck Driver -Light 6.00 Truck Driver -Heavy 6.50 EXH[Brr C Prevailing Wage Rates Overtime Rate The rate for overtime (in excess of forty hours per week) is 1 1/2 times base rate. i EXHIBIT D j Prevailing Wage Rates PI Weekend and Holiday Rate The rate for weekend and holiday is 1 1/2 times base rate. f ii. l"""" r _- No Text PROJECT MANUAL 1996 ROOF REPLACEMENT PROGRAM for CITY of LUBBOCK HEALTH DEPARTMENT BUILDING 19th at TEXAS AVENUE Lubbock, Texas A.�� w cc 7090 P OF 1"- As Prepared by: Z�g�+ AMTECH ROOFING CONSULTANTS, INC. 13706 Research Blvd. Suite 303 Austin, Texas 78750 (512) 258-1661 Fax: (512) 258-1662 RE -ROOF CITY OF LUBBOCK HEALTH DEPARTMENT LUBBOCK TABLE OF CONTENTS ]?IVISION I GENERAL REQUIREMENTS, 01010 Summary of Work 01010-1 thru 01010-3 I� 01020 Bid Items 01020-1 thru 01020-3 01030 Special Conditions 01030-1 thru 01030-3 01041 Project Coordination 01041-1 thru 01041-3 01045 Cutting and Patching 01045-1 thru 01045-5 01090 Reference Standards 01090-1 thru 01090-4 01120 Alteration Project Procedures 01120-1 thru 01120-3 01300 Submittals 01300-1 thru 01300-6 01400 Quality Control 01400-1 thru 01400-4 01500 Construction Facilities and 01500-1 thru 01500-5 Temporary Controls 01600 Material and Equipment 01600-1 thru 01600-5 01610 Substitution Request Form 01610-1 thru 01610-2 01700 Contract Closeout 01700-1 thru 01700-5 06100 Carpentry 06100-1 thru 06100-5 DIVISION 7 - THERMAL AND MOISTURE PROTECTION 07220 Roof Insulation 07220-1 thru 07220-7 07510 Roofing Warranty 07510-1 thru 07510-2 07540 Modified Bitumen Roofing 07540-1 thru 07540-12 07600 Flashing and Sheet Metal 07600-1 thru 07600-7 07700 Roofing Accessories 07700-1 thru 07700-3 DIVISION 9 - FINISHES 09900 Painting 09900-1 thru 09900-5 DIVISION 15 - MECHANICAL SYSTEMS 15100 Mechanical Requirements 15100-1 thru 15100-10 DIVISION 16 - ELECTRICAL SYSTEMS 16000 Electrical Requirements 16000-1 thru 16100-4 PAGE 1 RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK SECTION 01010 SUMMARY OF WORK R FN V TomI DENSE,151Nil.. The requirements of this Section are an extension and are in addition to the requirements of the Uniform General Conditions, Supplementary General Conditions, Forms, Specification Sections found in Division 1 through Division 16 and all Drawings. 1.01 WORK COVERED BY CONTRACT DOCUMENTS A. The work of this Contract consists of the furnishing of all labor, materials, services, equipment, and appliances required in conjunction with Re -Roofing the Lubbock Health Department. Building for the City of Lubbock, Lubbock,"Texas as indicated on the Drawings and Specifications herein. B. The Drawings and specification do not necessarily indicate or describe all work required for completion of Project. Contractor shall provide and install all incidentals reasonably inferable from the Contract Documents that are required for a complete Project. C. These documents describe the essential elements sufficiently to determine the scope of the Project. D. Provide all items required for complete operating systems including item not necessarily shown in these documents, but that can be reasonably inferred as being required for the complete operating system. E. The Drawings and Specifications indicate the basic quality of materials and quality of construction „ required for the entire project. F. Field measurements are required for all bidding purposes. G. Site Inspection: -Contact Mr. George Lisenbe, Mechanical Engineer, Building & Energy Management Administrator, 806/767-2000. Appointments must be scheduled in advance of the site inspection. r AMTECH ROOFING CONSULTANTS, INC. 01010-1 F RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK H. Inquiries Concerning Bid Documents: Prior to bidding, questions concerning the bid documents shall be directed to: Vernon L. Dunagin, AIA Amtech Roofing Consultants, Inc. 13706 Research Blvd., Suite 303 Austin, Texas 78750 512/258-1661 Fax: 512/258-1662 Inquiries which require clarifications from Sub -Consultants shall be directed first to Amtech Roofing Consultant's office prior to contacting the -- Sub-Consultant. 1.02 BID DATE AND PRE -BID CONFERENCE A. The Bid Date will be 1996 at 2:00 PM. Bids will be received in the office of the Purchasing Manager, Municipal Building, 1625 13th Street, Room L-04, Lubbock, Texas 79401. B. A Pre -Bid Conference will be held 1.03 CONTRACT A. The Contract will be executed as a lump -sum agreement on the forms provided. B. Employ subcontractors for the disconnect, re -connect and installation of all mechanical, electrical and gas line work in conjunction with all work required, _ or implied, to be performed by licensed mechanics of these disciplines 1. Subcontractors of Contractor shall furnish to Contractor bonds covering faithful performance of subcontract work and payment of all obligations, there under, when Contractor is required to furnish such bonds to Owner. 2. Subcontractors of Contractor shall purchase and maintain liability insurance as will protect him from claims, for not less than limits of liability which Contractor is required to provide to Owner. 3. The Contractor shall include in Contract Amount costs of supervision, coordination and monitoring work of his selected Subcontractors. AMTECH ROOFING CONSULTANTS, INC.. 01010-2 RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK r 1.04 CONTRACTOR'S USE OF PREMISES A. Contractor shall be responsible for monitoring the use of premises by Contractor's employees and subcontractors. B. Access routes for delivery of materials and equipment shall be as indicated by Owner. Do not use access routes other than those indicated without permission of the Owner. r [I C. Assume full responsibility for the protection and safekeeping of Products under this Contract, stored on the site. Store materials and products only in those area indicated for staging. D. Protect existing lawns, sidewalks, pavements, curbs and utilities subject to damage by work under this Contract. Repair or replace any existing work damaged by the Contractor. Fill E. Parking areas for Contractor's personnel shall be on the project site to the extent it does not interfere with ongoing contract work and in areas designated by the Owner. 1.05 WORK ON PROPERTY l A. obtain and pay all fees required applicable governing authorities, prior to commencing work on this Project. B. Post all.notices and warning signs required by applicable governing authorities. C. Perform work on this Project in accordance with local codes and ordinance and utility company requirements. WANNWADV: • K+ Not Used • Not Used END OF SECTION AMTECH ROOFING CONSULTANTS, INC. ` 01010-3 F RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK SECTION 01020 BID ITEMS ... RELATED DOCUMENTS: The requirements of this Section are an extension and are in addition to the requirements of the Uniform General Conditions, Supplementary General Conditions, Forms, Specification Sections found in Division i through Division 16 and all Drawings. DESCRIPTION OF REQUIREMENTS: Definition: Base Bid: A base bid shall include all work shown, which is _. not specifically indicated as an alternate. Alternate: An alternate is an amount proposed by Bidders and stated on the Bid Form that will be added to or deducted from Base Bid amount if the Owner decides to accept a corresponding change in either scope of work or in products, materials, equipment, systems or installation methods _ described in Contract Documents. Coordinate: Coordinate related work and modify or adjust adjacent work as required to ensure that work affected by each accepted alternate is complete and fully integrated into the project. Include as part of each alternate, miscellaneous devises,.appurtenances and similar items incidental to or required for a complete installation whether or not mentioned as a part of the alternate. — Notification: Immediately following award of Contract, prepare and distribute to each party involved, notification of the status of each alternate. Indicate whether alternates have been accepted, rejected or deferred for consideration at a later date. Include a complete description of negotiated modifications to alternates, if any. — Schedule: A "Schedule of Base Bid and Alternates" is included under Execution. Specification Sections referenced in the Schedule contain requirements for materials and methods necessary to achieve the work described under each alternate. AMTECH ROOFING CONSULTANTS, INC. 01020 - 1 RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK ^ NOT USED. l P 3 - EXECUTION Note that all work contracted under this pro ect will be awarded as a single lump sum contract to a single bidder. The Owner reserves the right to reject any and all bids and 11 to award the alternates in the best interest of the City of ll Lubbock. �* Base Bid: The Base Bid shall include all work shown and specified required to construct all work included for the re- roofinq of the City of Lubbock Health Department Building including all roofing, sheetmetal, carpentry, general construction mechanical and electrical work. l ;.. Unit Prices: The following unit prices for replacement �* and/or additional work shall be provided as indicated on the Bid Proposal. All prices shall include labor, materials, equipment, overhead and profit for a complete installation. 1) Board foot price for replacement of deteriorated 2 x 6 �I blocking. �.., 2) Board foot price for replacement of deteriorated 2 x 8 �f blocking. 3) Board foot price for replacement of deteriorated 2 x 12 blocking. 4) Board foot price for installation of new 2 x 6 blocking. 5) Board foot price for installation of new 2 x 8 blocking. 6) Board foot price for installation of new 2 x 12 �., blocking. 7) Per square foot of deteriorated 1-1/2" x 22-gauge galvanized metal decking. (for small areas less than 20 square feet) 8) Per square foot of deteriorated 1-1/2" x 22-gauge ., galvanized metal decking. (for large areas of more than 20 square feet) r END OF SECTION AMTECH ROOFING CONSULTANTS, INC. 01020 - 2 RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK SECTION 01030 SPECIAL CONDITIONS PART 1 - GENERAL RELATED DOCUMENTS: The requirements of this Section are an extension and are in addition to the requirements of the Uniform General Conditions, Supplementary General Conditions, Forms, Specification Sections found in Division 1 through Division 16 and all Drawings. ADD THE FOLLOWING: REFERENCE: References to known standard specifications shall mean and shall refer to latest edition of such specifications adopted and published at date of invitation to submit bids. Reference to technical society, organization or body is made in Specifications in accordance with the following abbreviations: AIA American Institute of Architects ACI American Concrete Institute AIEE American Institute of Electrical Engineers AISC American Institute of Steel Construction ASA American Standards Association ASME American Society of Mechanical Engineers ASTM American Society for Testing Materials AWSC American Welding -Society Code FE Federal Specifications NFPA National Fire Protective Association NBS National Bureau of Standards NEC National Electric Code SPR Simplified Practice Recommendations UL Underwriters' Laboratories, Inc. NTMA National Terrazzo & Mosaic Association NRCA National Roofing Contractors Association NAAMM National Association Architectural Metals Manufacturers CONTRACT DOCUMENTS: Amend to include "Uniform General Conditions" apply with equal force to the General Contractor, Subcontractors, Work, extra work, and the like that may be specified herein or performed in or about the building or site under this Contract. AMTECH ROOFING CONSULTANTS, INC. 01030 - 1 RE -ROOF LUBBOCK HEALTH DEPARTMENT r' CITY OF LUBBOCK i For convenience of'reference and to facilitate letting of subcontracts, these Specifications are separated into sections. Such separation shall not operate to make the Owner an arbitrator to establish subcontract limits between subcontractors. i CONTRACTOR'S RESPONSIBILITIES: Amend to include: Execute work as per Contract Documents. Make no changes therefore without having first received written permission. Where detailed information is lacking r* before proceeding with work, refer matter to the Architect for information. INSURANCE: Amend to include: The Contractor shall indemnify and hold harmless the Owner and the Architect and their agents and employees from and against all claims, damages, losses and expenses including attorneys' fees arising out of or resulting from the performance of the Work, provided that any such claim, damage, loss or expense (1) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself) including the loss of use resulting therefrom and (2) is caused in whole or in part by any negligent act or omission of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them are liable, regardless of whether or not it is caused in part by a party indemnified hereunder. In any and all claims against the Owner or Architect or any of their agents or employees by any employee of the Contractor, and subcontractor, anyone directly or indirectly employed by any of them or anyone for whose. acts any of them may be liable, the indemnification obligation under this Paragraph shall not be limited in any way by any limitation on the amount or type of . damages, compensation or benefits payable by or for the Contractor or any subcontractor under workman's compensation acts, disability benefit acts or other employee benefit acts. MATERIALS AND WORKMANSHIP: Amend to include: All work shall be executed by mechanics skilled in their respective trades. Mechanics whose work is unsatisfactory to Owner or who are considered by Owner AMTECH ROOFING CONSULTANTS, INC. r 01030 - 2 I RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK to be careless, incompetent, unskilled, or otherwise objectionable are to be dismissed from work upon notice from Owner. The Owner will provide temporary water and electrical power required for the work at no cost to the Contractor. The Contractor shall make necessary connections to the existing water service, and to power transformer at the building site as required to perform his work. Coordinate all connections with the Maintenance Staff of Lubbock Health Department. The Contractor shall be responsible for furnishing storage buildings, construction office, temporary - security fencing, temporary air -tight partitions, bulletin boards, temporary fire protection, etc., as required to carry out construction operations. Construction related access to the site shall be via the main entrance. It shall be the responsibility of the Contractor to prevent damage to the existing road system and to repair any damage thereto. Any loss or damage to the Owner's property caused by the Contractor or his workmen shall be repaired or replaced at no cost to the Owner. Restore the grounds to original condition at the completion of the Project. Remove all fences, barricades, etc. Replace all vegetation damaged by construction operations, including grass, shrubs, and trees, to the satisfaction of the Owner. Repair any damage to the drives and parking areas. Working hours are between 7:00 a.m. and 6:00 p.m., Monday through Friday, unless an exception is granted by the Owner and Architect. The Contractor shall -remove trash and rubbish from the Owner's premises at the end of each work day. Burning of combustibles will not be permitted. The Contractor shall record by video tape all interior — space ceilings, exterior walls, grounds, sidewalks and parking lots prior to moving onto the job site. The video tape shall be submitted to the Architect who will retain it as a record of those conditions throughout the duration of the project. END OF SECTION AMTECH ROOFING CONSULTANTS, INC. 01030 - 3 RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK SECTION 01041 PROJECT COORDINATION PART 1 - GENERAL RELATED DOCUMENTS: The requirements of this Section are an extension and are in addition to the requirements of the Uniform General Conditions, Supplementary General Conditions, Forms, Specification Sections found in Division 1 through Division 16 and all Drawings. 1.01 REQUIREMENTS INCLUDED Coordinate Work with that of other contractors and trades and ongoing work by Owner under administration of the Architect. 1.02 VISIT TO SITE A. Prior to submitting his quotation for work under this project, this Contractor shall visit the site to examine all conditions related to his work, and to acquaint himself with these conditions. FIELD MEASUREMENTS ARE REQUIRED FOR THIS PROJECT. B. The Contractor shall verify that existing facilities, utilities and/or conditions are adequate and if equipment, utilities, facilities or conditions are such that other items and services, in addition to those specified, are required to achieve operation systems as described herein, the Contractor shall advise the Architect of the scope and costs of necessary additional work or services at the time of his proposal. 1.03 CONSTRUCTION MOBILIZATION A. Contractor shall attend the scheduled Pre - Construction Conference as directed by the Owner and his authorized representatives for the purpose of project coordination. B. Cooperate with the Owner and Architect in allocation of mobilization areas on site: for field offices and sheds, for access, traffic, AMTECH ROOFING CONSULTANTS, INC. 01041-1 F RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK and parking facilities. During construction coordinate use of site and facilities through the Owner's Designated Representative. C. Comply with the Architect's procedures for intra-project communications: Submittals, reports and records, schedules, coordination drawings, and recommendations; and resolution of ambiguities and conflicts. D. Comply with instructions of the Construction Documents and those of the Architect for use of temporary facilities. E. Coordinate field engineering and layout work under instructions of the Architect. 1.04 SCHEDULES A. Submit preliminary progress schedule in accordance with Section 01300 to the Architect After review, revise and resubmit schedule to comply with revised project schedule. B. During progress of work, revise and resubmit as directed by the Architect. 1.05 SUBMITTALS TO THE ARCHITECT A. Make submittals to the Architect for his transmittal to all parties involved. B. Submit requests for interpretation of Contract Document and obtain instructions through the Architect. C. Process requests for substitutions and change r- orders through the Architect. D. Deliver closeout submittals for review and preliminary inspections, and for transmittal to all parties. 1.06 COORDINATION DRAWINGS A. Provide information required by the Architect for his preparation of coordination Drawings. — AMTECH ROOFING CONSULTANTS, INC. 01041-2 RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK 1.07 CLOSEOUT PROCEDURES A. Notify the Architect when Work is considered ready for Substantial Completion. Accompany the Owner and Architect on preliminary inspection to determine items to be listed for completion or correction in Contractor's notice of Substantial Completion. B. Comply with Owner's and Architect's instructions to correct items of work listed in executed Certificates of Substantial Completion for access to Owner occupied areas. C. Notify the Architect when Work is considered final and complete. Accompany Owner and Architect on preliminary final inspection. D. Comply with the Architect's instructions for completion of items of work determined final inspection. PART 2 - PRODUCTS NOT USED PART 3 - EXECUTION NOT USED END OF SECTION AMTECH ROOFING CONSULTANTS, INC. 01041-3 RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK SECTION 01045 CUTTING AND PATCHING PART 1 - GENERAL RELATED DOCUMENTS: The requirements of this Section are an extension and are in addition to the requirements of the Uniform General Conditions, Supplementary General Conditions, Forms, Specification Sections found in Division i through Division 16 and all Drawings. 1.01 REQUIREMENTS INCLUDED A. Requirements and limitations for cutting and patching of Work. B. Definition: "Cutting and patching" includes cutting into existing construction to provide for the installation or performance of other work and -subsequent fitting and patching required to restore surfaces to their original condition. "Cutting and patching" is performed for _ coordination of the work, to uncover work for access or inspection, to obtain samples for testing, to permit alterations to be performed or for other similar purposes. — Cutting and patching performed during the manufacturer of products, or during the initial .- fabrication, erection or installation processes is not considered to be "cutting and patching" under this definition. Drilling of holes to install fasteners and similar operations are also not considered to be "cutting and Patching". "Demolition" and "Selective Demolition" are recognized as related -but -separate categories of work, which may or may not require cutting and patching as defined to this section; refer to "demolition" or "Selective Demolition" sections. 1.02 SUBMITTALS A. Submit written request in advance of cutting or alteration which affects: 1. Structural integrity of any element of Project. AMTECH ROOFING CONSULTANTS, INC. -- 01045-1 r RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK 2. Integrity of weather -exposed or moisture - resistant element. 3. Efficiency, maintenance, or safety of any operational equipment. 4. Visual qualities of sight -exposed elements. 5. Work of Owner or separate contractor. B. Include in request: 1. Identification of Project. 2. Location and description of affected Work. 3. Necessity for cutting or alteration. 4. Description of proposed work, and products to be used. A. Scope of cutting, patching, alteration, or excavation. b. Trades who will execute the work. c. Products proposed to be used. d. Extent of re -finishing to be done. e. Cost proposal when applicable. f. Alternatives to cutting and patching. 5. Effect on work of Owner or separate contractor. 6. Written permission of affected separate contractor. 7. Date and time work will be executed. C. Should conditions of Work or the schedule indicate a change of products from original installation, Contractor shall submit request for substitution as specified in section 01600. 1.03 QUALITY ASSURANCE Requirements for Structural Work: Do not cut and patch structural work in a manner that would result in a reduction of load -carrying capacity or of load - deflection ratio. PART 2 - PRODUCTS 2.01 MATERIALS General: Except as otherwise indicated, or as directed by the Architect, use materials for cutting and patching that are identical to existing materials. If identical materials are not available, or cannot be used, use materials that match existing adjacent surfaces to the fullest extent possible with regard to visual effect. Use materials for cutting and patching that will result in equal -or -better performance characteristics. �,. AMTECH ROOFING CONSULTANTS, INC. 01045-2 t:: RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK A. Those required for original installation. B. For any change in materials, submit request for substitution under provisions in Section 01600. PART 3 - EXECUTION A. Execute cutting, fitting and patching including excavation and fill, to complete work and to: 1. Fit the several parts together, to integrate with other work. 2. Uncover work to install ill-timed work. 3. Remove and replace defective and non- conforming work. 4. Remove samples of installed work for testing. 5. Provide openings in elements of work for penetrations of mechanical and electrical work. 3.02 INSPECTION Before cutting, examine the surfaces to be cut and patched and the conditions under which the work is to be performed. If unsafe or otherwise unsatisfactory conditions are encountered, take corrective action — before proceeding with the work. A. Inspect existing conditions, including elements subject to damage or movement during cutting " and patching. B. After uncovering, inspect conditions affecting performance of work. C. Beginning of cutting or patching means acceptance of existing conditions. ` 3.03 PREPARATION A. Provide supports to assure structural integrity of surroundings: devices and methods to protect other portions of Project from damage. — B. Provide protection from elements for areas _ which may be exposed by uncovering work; AMTECH ROOFING CONSULTANTS, INC. 01045-3 RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK i` maintain excavations and openings free of water. C. Prevent debris from entering facility or facility grounds; do not permit product contamination - see Section 01500. 3.04 PERFORMANCE General: Employ skilled workmen to perform cutting and patching work. Except as otherwise indicated or as approved by the Owner or �• Roof Consultant, proceed with cutting and �G patching at the earliest feasible time and complete work without delay. F Cutting: Cut the work using methods that are least likely to damage work to be retained or adjoining work. Where possible review proposed procedures with the original installer; comply with the original ll installer's recommendations. In general, where cutting is required use hand or small power tools designed for sawing or grinding, not hammering and chopping. Cut through concrete and masonry using cutting machine such as a carborundum saw or core drill to insure a neat hole. Cut holes and slots neatly to size required with a minimum disturbance or adjacent work. To avoid marring existing finished surfaces, cut or drill from the exposed or finished side into concealed surfaces. Temporarily cover openings when not used. Patching: Patch with seams which are durable and as invisible as possible. Comply with specified tolerances for the work. Where feasible, inspect and test patched areas to demonstrate integrity of work. Restore exposed finishes of patched areas and where necessary extend finish restoration into retained adjoining work in a manner which will eliminate evidence of patching and refinishing. Where removal of walls or partitions extends on finished areas into another finished area, patch and repair floor and wall surfaces in the new space to provide an even surface of uniform color and appearance. If necessary to achieve uniform color and appearance, remove existing floor and wall covering and replace with new materials. AMTECH ROOFING CONSULTANTS, INC. 01045-4 r t RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK Where patch occurs in a smooth painted surface, extend final paint coat over entire unbroken surface containing patch, after patched area has received prime and base coat. Patch, repair or re -hang existing ceilings as necessary to provide an even plane surface of uniform appearance. A. Fit work airtight to pipes, sleeves, ducts, conduit, and other penetrations through surfaces. B. At penetrations of fire -rated wall, ceiling, or floor construction, completely seal voids with _ fire rated material, full thickness of the construction element. C. Do not leave facility open to contamination or the elements; close off at end of each work day. CLEANING• Thoroughly clean areas and spaces where work is performed or used as access to work. Remove completely paint, mortar, oils, putty and items of similar nature. Thoroughly clean piping, conduit and similar features before painting or other finishing is applied. Restore damaged pipe covering to its original condition. END OF SECTION AMTECH ROOFING CONSULTANTS, INC. 01045-5 I"' RE -ROOF LUBBOCK HEALTH DEPARTMENT 1. CITY OF LUBBOCK SECTION 01090 REFERENCE STANDARDS PART 1 - GENERAL RELATED DOCUMENTS: The requirements of this Section are an extension and are in addition to the requirements of the Uniform General Conditions, Supplementary General Conditions, Forms, Specification Sections found in Division 1 through Division 16 and all Drawings. 1.01 REQUIREMENTS INCLUDED A. Applicability of Reference Standards B. Provision of Reference Standards at Site C. Acronyms used in Contract Documents for Reference Standards. 1.02 QUALITY ASSURANCE A. For products or workmanship specified by association, trade or Federal Standards, comply with requirements of the standard, except when r� more rigid requirements are specified or are 1 required by applicable codes. B. The date of the standard is that in effect as of the Bid date, or date of Owner -Contractor Agreement when there are no bids, except when a specific date is specified. C. When referenced by individual Specification Section, obtain a copy of standard. Maintain copy at job site, and make accessible to the *^` Owner's Representative at all times during submittals, planning and progress of the specific work, until Substantial Completion. 1.03 SCHEDULE OF REFERENCES AABC Associated Air Balance Council 2146 W. Sunset Blvd., Los Angeles, CA 90026 ACI American Concrete Institute Box 19150, Redford Station, Detroit, MI 48129 AMTECH ROOFING CONSULTANTS, INC.. 01090-1 F RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK AFBMA Antifriction Bearing Manufacturers Assoc. AGC Associated General Contractors of America AIB American Institute of Baking AISC American Iron and Steel Institute 1000 16th St., N.W., Washington, DC 20036 AISC American Institute of Steel Construction, Inc. 400 N. Michigan, 8th Floor, Chicago, IL 60611 AMCA Air Moving & Conditioning Association 30 W. University, Arlington Hts., IL 60004 ANSI American National Standards Institute 1430 Broadway, New York, NY 10018 APA American Plywood Association ` 7011 S. 19th St., Tacoma, WA 98466 ARI Air Conditioning and Refrigeration Institute 1501 Wilson, 6th Floor, Arlington, VA 22209 ASA Acoustical Society of America ASC Adhesive and Sealant Council - ASHRAE American Society of Heating, Refrigeration and Air Conditioning Engineers ASME American Society of Mechanical Engineers ASTM American Society for Testing & Materials AWPA American Wood Preservers' Association 7745 Old Georgetown, Bethesda, MD 20014 AWPB American Wood Preservers Bureau AWS American Welding Society, Inc. AWWA American Water Works Association, Inc. BHMA Builder's Hardware Manufacturer's Association CISCA Ceilings and Interior Systems Contraction Association CSI Construction Specifications Institute, Inc. CTI Cooling Tower Institute DHO Door and Hardware Institute EIA Electronics Industries Association AMTECH ROOFING CONSULTANTS, INC. 01090-2 i RE-ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK FCC Federal Communications Commission FM Factory Mutual Corporation i' FS Federal Specifications and Federal Standards IEEE Institute of Electrical and Electronics it Engineers, Inc. ISA Instrument Society of America Contractors Association MICA Midwest Insulation NBS National Bureau of Standards Department Commerce) i (U.S'. of NEBB National Environmental Balancing Bureau NEC National Electric Code, NFPA 70-84 NEMA National Electrical Manufacturers Association NFPA National Fire Protection Association NIOSH National Institute of Occupational Safety and Health NRCA National Roofing Contractor's Association NSF National Sanitation Foundation r- NSPE National Society of Professional Engineers OSHA Occupational Safety and Health Act PDCA Painting and Decorating Contractors of America PS Product Standards of NBS SAE Society of Automotive Engineers SBCCI Southern Building Code Congress i SDI Steel Deck Institute SDI Steel Door Institute SMACNA Sheet Metal and Air Conditioning Contractor's National Association #� } SSPC Steel Structures Painting Council r UL Underwriter's Laboratories, Inc. AMTECH ROOFING CONSULTANTS, INC. F01090-3 7 RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK PART 2 - PRODUCTS NOT USED PART 3 - EXECUTION NOT USED END OF SECTION AMTECH ROOFING CONSULTANTS, INC. 01090-4 r I RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK r F SECTION 01120 ALTERATION PROJECT PROCEDURES PART 1 - GENERAL RELATED DOCUMENTS: The requirements of this Section are an extension and are in addition to the requirements of the Uniform General Conditions, Supplementary General Conditions, Forms, Specification Sections found in Division 1 through Division 16 and all Drawings. 1.01 REQUIREMENTS INCLUDED A. Procedural requirements B. Rehabilitation and renovations of existing spaces and materials. C. Installation of products removed in Sections as specified. PART 2 - PRODUCTS 2.01 PRODUCTS FOR PATCHING AND EXTENDING WORK A. New Materials; As specified -in individual Sections B. Match existing products and work for patching and extending work. C. Determine type and quality of existing products by inspection and any necessary testing, and workmanship by use of existing as a standard. Presence of a product, finish or type of work requires that patching, extending or matching shall be performed as necessary to make work complete and consistent with the sections of Specifications. PART 3 - EXECUTION 3.01 EXAMINATION A. Verify that demolition is complete, and areas are ready for installation of new work. AMTECH ROOFING CONSULTANTS, INC. 01120-1 I RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK B. Beginning of restoration work constitutes acceptance of existing conditions unless the Architect is notified in writing otherwise. 3.02 PREPARATION A. Cut, move or remove items as necessary for access to alterations and renovations work; replace and restore at completion. B. Remove unsuitable material not marked for salvage, such as rotted wood, rusted metals, and deteriorated masonry and concrete: replace materials as specified for finished work. C. Remove debris and abandoned items from area and from concealed spaces. D. Prepare surfaces and remove surface finishes to provide for proper installation of new work and new finishes. E. Close openings in exterior surfaces to protect existing work and salvage items from weather and extremes of temperature and humidity. Insulate duct work and piping to prevent -- condensation in exposed areas. 3.03 INSTALLATION A. Coordinate work of alterations and renovations to expedite completion sequentially and to accommodate Owner occupancy. B. Designated areas, rooms and spaces and finishes shall be complete in all respects, including operational mechanical and electrical systems. C. Remove, cut and patch work in a manner to minimize damage and to provide means of restoring products and finishes to specified condition. D. Refinish visible existing surfaces to remain in renovated rooms and spaces, to specified condition for each material, with a neat _ transition to adjacent new finishes. E. In addition to specified replacement of equipment and fixtures, restore existing - plumbing, heating, ventilation, air conditioning, and electrical systems to full AMTECH ROOFING CONSULTANTS, INC. 01120-2 RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK 3.04 r FH operational condition. F. Install products as specified in individual sections. A. Where new work abuts or aligns with existing make a smooth and even transition. Patched work shall match existing adjacent work in texture and appearance. B. When finished surfaces are cut so that a smooth transition with new work is not possible, term- inate existing surface along a straight line at a natural line of division and make recommendation to Owner's Representative. 3.05 ADJUSTMENTS A. Fit work at penetrations of surfaces as specified in Section 01045. 3.06 REPAIR OF DAMAGED SURFACES A. Patch or replace portions of existing surfaces which are damaged, lifted, discolored or showing other imperfections. B. Repair substrate prior to patching finish. 3.07 FINISHES A. Finish surfaces as specified in individual Sections. B. Finish patches to produce uniform and texture over entire area. When finish cannot be matched, refinish entire surface to nearest intersections. 3.08 CLEANING In addition to cleaning specified in Section 01500, clean Owner occupied areas of work as required. END OF SECTION AMTECH ROOFING CONSULTANTS, INC. 01120-3 RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK SECTION 01300 SUBMITTALS _ RELATED DOCUMENTS: The requirements of this Section are an extension and are in addition to the requirements of the Uniform General Conditions, Supplementary General Conditions, Forms, Specification Sections found in Division 1 through Division 16 and all Drawings. — 1.01 REQUIREMENTS INCLUDED A. Procedures B. Construction Progress Schedule C. Shop Drawings �. D. Product Data E. Samples F. Manufacturer's Instructions G. Manufacturer's Certificates -- 1.02 PROCEDURES - BEFORE BID OPENING A. Submit all pertinent information to the office of the Architect for those materials Contractor may wish to have considered for use on this project by not later than 4:00 I?m the 10TH day prior to the scheduled bid opening._ Example: if bids are due on the 15th of the month requests for substitutions must be received no later than 4:00 PM on the 5th of that same month. All such requests must be made on the form found in Section 01610. The form must be filled out in full to be considered. B. After all data has been reviewed and Owner so allows, an addendum will be issued to all bidders for proper procedure scheduling and bid purposes. C. Statement - Materials discussed in these specifications whether by trade or brand name or by reference specification are not to be an elimination of competition from other products having equal or better qualities. AMTECH ROOFING CONSULTANTS, INC. 01300-1 RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK 1.03 PROCEDURES - AFTER BID OPENING A. Deliver submittals to the office of the 711 Architect: AMTECH ROOFING CONSULTANTS, INC. 13706 RESEARCH BLVD., SUITE 303 AUSTIN, TEXAS 78750 512/258-1661 B. Transmit each item under Architect's designated transmittal form. -Identify Project, Contractor, Subcontractor, major supplier; identify pertinent drawing sheet and detail number, and specification section number as appropriate. Identify deviations from Contract Documents. Provide space for Contractor and Owner's Representative review stamps. Provide certification stamp on all submittal sets. C. Submit initial submittal schedule in duplicate Within five days after Notice to Proceed. After review by the Architect, revise and re- submit as required. Submit revised schedule as required, reflecting changes since previous t� submittal. It is expected that all shop drawings and �` product data on this project will be submitted i to the Architect within 10 days of Notice To Proceed. D. Comply with schedule for submittals related to Work progress. Coordinate submittal of related items. E. After the Architect's review of submittal, revise and re -submit -as required, identifying changes made since previous submittal. Changes will be indicated by a "cloud" line drawn around each change. F. Distribute copies of reviewed submittals to concerned persons. Instruct recipients to promptly report any inability to comply with provisions. 1.05 CONSTRUCTION PROGRESS SCHEDULES A. Submit horizontal bar chart with separate bar for each major trade or operation, identifying first work day of each week. AMTECH ROOFING CONSULTANTS, INC. 01300-2 F RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK B. Show submittal dates required for Shop Drawings product data and samples and product delivery dates including any items furnished by Owner and any items designated under Allowances. 1.06 SHOP DRAWINGS A. Submit in the form of one reproducible transparency and seven (7) minimum, opaque copy reproductions. After review, reproduce and distribute in accordance with requirements in Article on Procedures, above. B. Present in a Clear and thorough manner. Title each Drawing with Project and Contract Name and number; identifying each element of Drawings by reference to sheet number and detail, or schedule, of Contract Documents. C. Identify field dimensions; show relation to adjacent or critical features or Work or products. D. Under no circumstances will the Architect's Construction Documents be used for this purpose in any form. 1.07 PRODUCT DATA A. Submit the number of copies which Contractor requires, plus five (5) copies which will be retained by the Architect and Owner. A minimum of seven (7) copies in total. B. Submit only pages which are pertinent; mark each copy of standard printed data to identify pertinent products, referenced to Specification -- Section and Article number. Show reference standards, performance characteristics, and capacities; wiring and piping diagrams and controls; component parts; finishes; dimensions; and required clearances. C. Modify manufacturer standard Schematic Drawings and Diagrams to supplement standard information and to provide information specifically applicable to the Work. Delete information not applicable. D. Any deviation from the Specifications must be clearly identified when submitted. Any items not identified shall meet the Specifications. AMTECH ROOFING CONSULTANTS, INC. -- 01300-3 RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK 1.08 MANUFACTURER'S INSTRUCTIONS When required in individual Specification Sections, submit manufacturer's printed instructions for delivery, storage, assembly, installation, start-up, adjusting and finishing in quantities specified for product data. 1.09 SAMPLES A. Submit full range of manufacturer's standard colors, textures, and patterns for Owner's selection. Submit seven (7) samples for selection of finishes within 10 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: five (5) will be retained by the Architect and Owner. Reviewed samples which may be used in the Work are indicated in the Specification Section. A minimum of seven (7) copies in total. 1.10 FIELD SAMPLES Provide field samples of finishes at Project as required by individual Specification Sections. Install sample complete and finished. Acceptable samples in place may be retained in completed work. 1.11 CONTRACTOR REVIEW A. Review submittals prior.to transmittal; determine and verify field measurements, field construction criteria, manufacturer's catalog numbers and conformance of submittal with requirements of Contract Documents. B. Coordinated submittals with requirements of Work and of Contract Documents. C. Apply Contractor's stamp on each sheet of Shop AMTECH ROOFING CONSULTANTS, INC. 01300-4 fi° RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK Drawings and Product Data, and each sample label to certify compliance with requirements of Contract Documents. Notify the Architect in writing at time of submittal, of any deviations from the requirements of the Contract Documents. D. Do not fabricate products or begin work which requires submittals until return of submittal from the Architect acceptance. Should the -Contractor proceed with the work without the approved submittals it will be at his own risk and he shall solely bear the cost of any changes required as a consequence of his actions. 1.12 SUBMITTAL REQUIREMENTS A. Submit a minimum of seven (7) copies of all submittals. B. Transmit submittals in such sequence to avoid delay in the work or work of other contracts. C. Provide 8" x 4" blank space on each submittal - for Contractor and Architect's approval stamps. D. Apply Contractor's stamp, signed with an original signature on each set, certifying to review, verification of products, field dimensions and field construction criteria, and coordination of information with requirements of Work and Contract Documents. E. Coordinate submittals into logical groupings to facilitate interrelation of the several items. F. Submit number of copies of product data and manufacturer's instructions Contractor requires plus five (5) copies which will be retained by the Architect and Owner. H. Submit under Architect's approved transmittal letter. Identify Project by title and number. Identify Work and product by Specification Section and Article Number. 1.13 RE -SUBMITTAL REQUIREMENTS Make re -submittals under procedures specified for initial submittals; identify changes made since previous submittal. AMTECH ROOFING CONSULTANTS, INC. 01300-5 RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK 1.14 OWNER REVIEW A. The Architect and Owner will review Shop Drawings, copies of product data, and samples, etc. The reproducible transparency of the Shop Drawings, copy of product data, and sample will be returned to the Contractor with the Architect's approval or with the indication of any changes which he may require to be made shown thereon, or disapproval of the submittal in whole. B. The Architect's review of any such Shop Drawing shall not relieve the Contractor from his responsibility for deviations from Drawings or Specifications, nor shall it relieve him from responsibility for errors of any sort in Shop Drawings, nor shall it in any way diminish his obligations to conduct the Work in accordance with the Contract Documents. C. Approval of samples shall be for design and appearance only, and such approval shall not relieve Contractor form any obligation as provided in the Contract Documents. •-41W#1001 Ts - NOT USED NOT USED END OF SECTION r.. AMTECH ROOFING CONSULTANTS, INC. i 01300-6 RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK SECTION 01400 QUALITY CONTROL PART 1 - GENERAL RELATED DOCUMENTS: The requirements of this Section are an extension and are in addition to the requirements of the Uniform General Conditions, Supplementary General Conditions, Forms, Specification Sections found in Division 1 through Division 16 and all Drawings. 1.01 REQUIREMENTS INCLUDED A. General Quality Control B. Workmanship C. Manufacturer's Instructions D. Manufacturer's Certificates E. Field Samples F. Manufacturer's Field Services G. Testing Laboratory Services 1.02 QUALITY CONTROL, GENERAL A. Maintain quality control over supervision, subcontractors, suppliers, manufacturers, -- products, services, site conditions and workmanship to produce work of specified quality. B. Perform all work to the level of quality specified by Standards in individual Specification Sections. _ C. All work to be observed by the Architect or his designated representative for compliance with approved submittals and level of quality specified. D. The Work, or any part of the Work, deemed unsuitable or below the required level quality by the Architect or his designated representative, or by the owner, shall be replaced or repaired by the Contractor at no -- additional cost to the Owner. AMTECH ROOFING CONSULTANTS, INC. 01400-1 n RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK t t' 1.03 WORKMANSHIP A. Comply with industry standards required for high quality commercial buildings, 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, vibrations, and racking. 1.05 MANUFACTURERS' INSTRUCTIONS Comply with instructions in full detail, including each step in sequence. Should instructions conflict with Contract Documents, request clarifications form the Owner or his representative before proceeding. 1.06 MANUFACTURERS' CERTIFICATES When required by individual Specification Sections, submit seven (7) copies of manufacturer's certificates that states products meet or exceed specified requirements. 1.07 FIELD SAMPLES (MOCK-UPS) When required by individual Specification Sections, erect complete, full-scale field sample at Project Site. Tests will be performed in accordance with this Section. Incorporate field sample into finished work or remove at completion as directed by the Architect.. 1.08 QUALITY CONTROL MONITORING The Owner shall retain at his cost and have at the site quality control monitoring of the scheduled roofing and waterproofing operations on a periodic basis as he deems necessary. 1.09 MANUFACTURERS' FIELD SERVICES A. When specified in respective Specification Sections, require supplier, manufacturer, or AMTECH ROOFING CONSULTANTS, INC. 01400-2 RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK vendor to provide qualified personnel to observe field conditions, conditions of surfaces and installation, quality of workmanship, start-up of equipment, or test, adjust and balance of equipment as applicable, and to make appropriate recommendations. B. Manufacturer, Supplier, or Vendor Representative shall submit written report to the Architect within ten (10) days of his site visit listing observations and recommendations. 1.10 TESTING LABORATORY SERVICES A. The Owner shall employ at his cost the services of any 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 the Architect or his designated representative in triplicate within ten (10) days of the site test, giving observations and results of test, indicating _ compliance or non-compliance with specified standards and with Contract Documents. The Architect shall furnish the Contractor with one copy of the report. D. The Contractor and his Subcontractors shall cooperate with Testing laboratory personnel; furnish tools, samples of materials, etc. and assistance as requested. 1. The Contractor shall notify the Architect and designated testing laboratory 48 hours prior to expected time for operations requiring testing and/or inspection services. 2. The Contractor shall make his own separate arrangements with the testing laboratory and pay for additional samples and tests which he may require for his convenience. 3. Any tests which fail shall become the responsibility of the Contractor to both pay for the testing laboratory services for re -testing and to correct the deficient _ work indicated. AMTECH ROOFING CONSULTANTS, INC. -- 01400-3 RE —ROOF LUBBOCK HEALTH DEPARTMENT ` CITY OF LUBBOCK r PART 2 — PRODUCTS NOT USED �j PART 3 — EXECUTION NOT USED END OF SECTION I a i �i Ir" . k r AMTECH ROOFING CONSULTANTS, INC. 01400-4 N: RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK SECTION 01500 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS PART 1 - GENERAL RELATED DOCUMENTS: The requirements of this Section are an extension and are in addition to the requirements of the Uniform General Conditions, Supplementary.General Conditions, Forms, Specification Sections found in Division 1 through Division 16 and all Drawings. 1.01 REQUIREMENTS INCLUDE A. Electricity, Lighting B. Heat, Ventilation C. Telephone Service D. Water E. Sanitary Facilities F. Barriers G. Enclosures H. Protection I. Water Control J. Cleaning During Construction K. Field Offices and Sheds 1.02 ELECTRICITY, LIGHTING A. Connect to existing service, provide branch wiring and distribution boxes located to allow service and lighting by means of construction - type power cords in accordance with NEC Article 305. Connection points will be designated by. the Owner's maintenance staff. All connections other than those to standard outlets will be made by a licensed electrician. B. When work is allowed after dark or before dawn the Contractor shall provide a minimum of 50 foot candles of lighting for construction operations. C. Existing and permanent lighting may be used during construction as long as it does not hamper the Owner's operations. Maintain lighting and routine repairs. AMTECH ROOFING CONSULTANTS, INC. 01500-1 RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK 1.03 HEATING AND VENTILATION A. Coordinate use of existing facilities with Owners maintenance staff. Extend and existing equipment as necessary and supplement with temporary units as required to maintain specified conditions for construction operations, and to protect materials and finishes from damage due to temperature or humidity. B. Prior to operation of permanent facilities for temporary purposes, verify that installation is approved for operation, and that filters are in place. Provide and pay for operation, maintenance, and final cleaning and adjusting. C. Provide ventilation of enclosed areas to cure materials, to disperse humidity, and to prevent accumulations of dust, fumes, vapors and gases. 1.04 TELEPHONE SERVICES A. The Contractor will not be allowed use of the Owner's telephones. The Contractor shall provide and pay for a cellular telephone to be carried by his Superintendent at all times while on the project site. The cellular telephone shall be available for use by the Architect and his designated representative. B. Telephone numbers for emergency medical services, local hospital, police, fire department, Owner's security staff and Owner's maintenance staff shall be posted at the jobsite. C. Telephone numbers shall be provided for each telephone at the jobsite to the Architect, Owner and any other authorized personnel. 1.05 WATER A. The Owner shall provide access to water outlets for the Contractor's use throughout the project. The Contractor shall provide all required connections, hoses, etc., as necessary for his operation.. B. The Contractor shall provide a gun type spray nozzle on all hoses and shall maintain all AMTECH ROOFING CONSULTANTS, INC. 01500-2 7 w. RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK connections leak free. Water shall not be wasted and shall be turned off when not in use. 1.06 SANITARY FACILITIES Portable toilets will be provided by the Contractor for his use. He will keep them locked at all times and maintain them in a sanitary condition. Portable toilets will be located in areas designated by the Architect. Their use will be enforced by the Contractor. The Owner's facilities will not be used by the Contractor's personnel. 1.07 BARRIERS A. Provide barriers as required to prevent public entry to construction areas, to provide for Owner's use of site, and to protect existing facilities and adjacent properties from damage from construction operations. B. Provide barriers around trees and plants in affected areas. Protect against vehicular traffic, stored materials, dumping, chemically injurious materials, and puddling or continuous running water. C. Provide six feet (61) high chain link fencing around all ground operations. Gates into the containment area will be provided with padlocks with a key provided to the Architect and his designated representative, and the Owner's security and maintenance personnel. D. See individual Specification Section 07220 for protective construction barriers. 1.08 ENCLOSURES A. Provide temporary enclosures as required, weather -tight where indicated or necessary, at openings in exterior surfaces to provide acceptable or protective working conditions to protect workers, the public, Owner's property, to allow for temporary heating and to prevent entry by unauthorized personnel. B. Where doors are provided they shall be equipped with self -closing hardware and locks. Keys shall be distributed to the Architect, his designated representative, and the Owner's AMTECH ROOFING CONSULTANTS, INC. 01500-3 RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK 7 L. security and maintenance personnel. C. Provide temporary partitions and ceilings as required to separate work areas from Owner occupied areas, to prevent product contamination, penetration of moisture and dust into Owner occupied areas, and to prevent damage to existing areas, surfaces and equipment. Where required temporary partitions shall be constructed in accordance with the current accepted edition of the Uniform Building Code. 1.09 PROTECTION OF INSTALLED WORK A. Provide temporary protection for installed products. Control traffic in immediate area to minimize damage. B. Provide protective covering to walls, projections, jambs, sills, and soffits of openings. Protect finished floors and stairs from traffic, movement of heavy objects and storage.- C. Prohibit traffic and storage on waterproofed and roofed surfaces, on lawn and landscaped areas not specifically identified for those purposes. 1.10 WATER CONTROL Maintain site free or running water. Control water hoses as indicated in Article 1.05.B above. 1.11 CLEANING DURING CONSTRUCTION A. Control accumulation of waste and debris and rubbish on a several times per day basis and dispose of off site. Clean interior areas prior to start of any finish work and maintain all areas free of contamination. B. All tear -off debris will be removed from the site at the end of each day. C. While operations involving transfer of debris from the roof surface, hoisting of materials or equipment, or the kettle is in use, the Contractor shall maintain a person on the ground whose duties shall include providing a AMTECH ROOFING CONSULTANTS, INC. 01500-4 r RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK watch for protection of the general public. 1.12 FIELD OFFICE AND SHEDS A. A field office is not required and may not be located at the jobsite. — B. Storage for tools, materials and equipment shall be in weathertight trailers located on the site in an area designated by the Owner. A. Remove temporary materials, equipment, services and construction prior to Substantial Completion inspection. B. Clean and repair damage caused by installation or use of temporary facilities. Restore ^. existing construction to specified or original condition. - C. All grounds will be restored to alike -original condition. If the grounds are Bermuda grass, seeding is permitted. If it is St. Augustine grass, it will be re -sodded. Damaged trees, shrubbery, etc. shall be restored to Owner"s satisfaction. PART 2 - PRODUCTS NOT USED PART 3 - EXECUTION NOT USED END OF SECTION AMTECH ROOFING CONSULTANTS, INC. 01500-5 RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK SECTION 01600 MATERIAL AND EQUIPMENT C PART 1 - GENERAL RELATED DOCUMENTS: The requirements of this Section are an extension and are in it addition to the requirements of the Uniform General Conditions, Supplementary General Conditions, Forms, Specification Sections found in Division 1 through Division 16 and all Drawings. 1.01 REQUIREMENTS INCLUDED A. Products B. Transportation C. Storage and Protection D. Product Options E. Products List F. Substitutions' G. Systems Demonstration 1.02 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. Components and products within a Specification Section shall be from one manufacturer unless otherwise specified. E. Do not use materials and equipment removed from existing structure, except as specifically required or allowed by the Contract Documents. 1.03 TRANSPORTATION AND HANDLING A. Transport products by methods to avoid damage; deliver in undamaged condition in manufacturers unopened containers or packaging, dry and protected from all moisture or threat of �. AMTECH ROOFING CONSULTANTS, INC. 01600-1 1, . RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK moisture damage. 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. -The Owner has no means of unloading equipment or materials at the project site. All handling of materials and equipment shall be the responsibility of the Contractor. The Owner also will not accept materials nor sign for any delivery. The Contractor shall make all arrangements for acceptance of all equipment and materials at the project site. 1.04 STORAGE AND PROTECTION A. Store products in accordance with manufacturer instructions and as indicated in the respective Specification Sections, 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 and any required heating to avoid condensation. C. Store loose granular materials on solid surfaces in well -drained areas; 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. E. Store flammable materials and liquids away from the Owner's buildings in areas designated for hazardous material storage. Provide required locked enclosures and fences to prevent unauthorized access. Provide signs indicating prohibited access and that hazardous materials are stored within the enclosure. AMTECH ROOFING CONSULTANTS, INC. 01600-2 r RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK r F. Provide a comprehensive list of all hazardous and potentially hazardous materials stored on the project site to the Owner's security personnel along with all material safety data sheets (MSDS) for each material stored or in use. 'I 1.05 PRODUCT OPTIONS I 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 per Specification Section 01610 for any qualified manufacturer's product not specifically named. C. Products Specified by Naming Several Sole Manufacturers: Products of named manufacturers meeting specifications: No options, no substitutions allowed. 1.06 PRODUCTS LIST Within ten (10) days after date established in the Notice to Proceed, submit complete list of major products proposed for use, with name of manufacturer, trade name and model number, if applicable, of each product and a list of .suppliers for each material. Indicate the supplier's company name, address and telephone number. Submit seven (7) copies of this information to the Architect for review. 1.07 SUBSTITUTIONS A. First named manufacturer in these Specifications has been used in preparation of the Drawings to determine quality standard, space requirements, etc. B. Only within fifteen (15) days after date established in the Notice to Proceed will the Owner and Architect consider requests from the Contractor for substitutions. Subsequent substitutions will be considered only when a product becomes unavailable due to no fault of the Contractor. AMTECH ROOFING CONSULTANTS, INC. 01600-3 r RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK C. Document each request with complete data substantiating compliance of proposed substitution with all material aspects of the Contract Documents. For this purpose use the form found in Specification Section 01610. D. 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 substitutions 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. E. Substitutions will not be considered when they are indicated or implied on shop drawings or product data submittals without separate written request, or when acceptance will require substantial revision of Contract Documents. Should a request require a significant change in the Contract Documents and will require additional design and/or drawing revision by the Architect, the -- Contractor shall be responsible for that cost and reimburse the Architect for those amounts upon presentation of invoice. — F. The Architect will determine acceptability of proposed substitutions and will notify the Contractor of acceptance or rejection in — writing within ten (10) working days. G. Only one request for substitution will be considered for each product. If the substitution is not accepted the Contractor will provide the specified product. H. Request for any type of substitution will not be considered unless accompanied by "Substitution Request Form" found in Specification Section 01610. -` AMTECH ROOFING CONSULTANTS, INC. 01600-4 RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK 1.08 SYSTEMS DEMONSTRATION A. Prior to final inspection, demonstrate operation of each system to all parties. B. Instruct Owner's personnel in maintenance of new roofing and waterproofing systems and/or modified mechanical or electrical items, etc. PART 2 - PRODUCTS NOT USED PART 3 - EXECUTION NOT USED END OF SECTION AMTECH ROOFING CONSULTANTS, INC. 01600-5 RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK SECTION 01610 SUBSTITUTION REQUEST FORM TO: AMTECH ROOFING CONSULTANTS, INC. DATE: PROJECT: RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK LUBBOCK, TEXAS We wish to submit for your consideration the following product as _ substitute for the specified product for the above project. Section Paragraph Specified Product proposed Substitution: Attach complete technical data, including laboratory tests, if applicable. Include complete information on changes to Contract Drawings and Specifications, including effects on other trades, which.proposed product may require for its proper installation. (Information Attached] (No .Changes Required] Does the change effect dimensions shown on Contract Drawings in any way? Effect on schedule: State effect the substitution has on other trades: Differences between proposed product and specified product: Local service and parts availability equal to specified products? Cost differential between proposed product and specified products: (Add) $ (Deduct) $ The undersigned hereby agrees to pay for all changes to the building and equipment design; including engineering and detailing costs caused by the requested substitution, if accepted. The undersigned hereby states that the function, appearance, and quality _ of the product for it is equal or superior to the specified product. AMTECH ROOFING CONSULTANTS, INC. 01610-1 RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK kl Contractor Address By 4' k. Fill. 0 �I AMTECH ROOFING CONSULTANTS, INC. l" 01610-2 RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK SECTION 01700 CONTRACT CLOSEOUT PART 1 - GENERAL RELATED DOCUMENTS: The requirements of this Section are an extension and are in addition to the requirements of the Uniform General Conditions, Supplementary General Conditions, Forms, Specification Sections found in Division 1 through Division 16 and all Drawings. 1.01 REQUIREMENTS INCLUDE 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 DESCRIPTION OF REQUIREMENTS pefinitions: Closeout is hereby defined to include general requirements near end of Contract Completion, in preparation for final acceptance, final payment, normal termination of contract, occupancy by Owner and similar actions evidencing completion of the Work. Specific requirements for individual units of work are specified in Specification Sections of Division 2 through 16. Time of closeout is directly related to "Substantial Completion", and therefore may be either a single time period for entire work or a series of time periods for individual parts -of the work which have been certified as substantially complete at different dates. That time variation (if any) shall be applicable to other provisions of section. 1.03 PREREQUISITES TO SUBSTANTIAL COMPLETION General: Prior to requesting Owner's inspection for certification of substantial completion (for either entire work or portions thereof), list known exceptions in work. Include supporting documentation for completion as indicated in these contract documents. AMTECH ROOFING CONSULTANTS, INC. 01700-1 RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK Submit specific warranties, workmanship/maintenance documents maintenance agreements, final certifications and similar documents. Submit record drawings, maintenance manuals, and similar documents. it Deliver tools, spare parts, extra stocks of materials, and similar physical items to Owner. Make final change -over of locks and transmit keys to Owner, and advise Owner's personnel of change -over in security provisions. Complete start-up testing of systems, and instructions of Owner's operating/maintenance personnel. Discontinue (or change over) and remove from project site temporary facilities and services, along with construction tools and facilities, mock- ups, and similar elements. k Complete final cleaning up requirements, including touch-up of marred surfaces. Inspection Procedures: Upon receipt of the Contractor's request, the Architect will either proceed with inspection or advise the Contractor of prerequisites not fulfilled. Following the initial inspection, the Architect will either prepare the Certificate of Substantial Completion, -or advise the Contractor of work which must be performed prior r to issuance of certificates; and repeat inspection when requested and assured that work has been substantially completed. Results of completed inspection will form initial "punch -list" for final racceptance. Determination of Substantial Completion shall be that of the Architect. 1.04 PREREQUISITES TO FINAL ACCEPTANCE General: Prior to requesting the Architect's final inspection for certification of final acceptance and final payment, as required by the General Conditions, complete the following and list known exceptions (if any) in request: Submit final payment request with final releases and supporting documentation not previously submitted and accepted. Owner's required "Contractor's Affidavit of Bills Paid" will be a final item. Contractor will provide two-(2) copies of all as - built drawings. All closeout documents must be submitted in duplicate. AMTECH ROOFING CONSULTANTS, INC. r 01700-2 RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK Submit copy of Architect's final itemized work to be completed or that each item has been completed resolved for acceptance. Submit Consent of Surety. punchlist of corrected, stating or otherwise Submit final liquidated damages settlement statement, if any, acceptable to Owner. Reinspection Procedure: Upon receipt of Contractor's notice that work has-been completed, including punchlist items resulting from earlier inspections, and excepting incomplete items because of acceptable circumstances, the Architect will reinspect the Work. Upon completion of reinspection, the Architect will either prepare certificate of final acceptance or advise Contractor of work not completed or obligations not fulfilled as required for final acceptance. If necessary, procedure will be repeated. Should more than two final inspections be required, the Architect will be reimbursed for his time at his normal hourly rate by the Contractor. The Contractor is advised to have the project at the above required stage and all information available so as to not require additional inspection. 1.05 RECORD DOCUMENT SUBMITTALS General: Specific requirements for record documents are indicated in individual sections of these specifications. Other requirements are indicated in General Conditions. General submittal requirements are indicated in "Submittals" sections. Do not use record documents for construction purposes; protect from deterioration and loss in a secure, fire - resistive location; provide access to record documents for Owner's reference during normal working hours. Record Drawings: Maintain a white -print set (blue - line or black -line) of contract drawings and shop drawings in clean, undamaged condition, with mark-up of actual installations which vary substantially from the work as originally shown. Mark whichever drawing is most capable of showing "field" conditions fully and accurately; however, where shop drawings are used for mark-up, record a cross-reference at corresponding location on Construction Documents. Mark with red erasable pencil and, where feasible, use other colors to distinguish between variations in AMTECH ROOFING CONSULTANTS, INC. 01700-3 P RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK Mark-up separate categories of work. new information which is recognized to be of importance to Owner, but was whatever reason not shown on either the Construction Documents or Shop Drawings. Give particular attention to concealed work, which would be difficult to measure and record at a later date. Note related Change Order numbers where applicable. Organize record drawing sheets into manageable sets, bind with durable paper cover sheets, and print suitable titles, dates and other identification on r cover of each set. Record Specifications: Maintain one copy of original Specifications, including addenda, change orders and similar modifications issued in printed form during construction, and mark-up variations (of substance) in actual work in comparison with text of rj Specifications and modifications as issued. Give �J particular attention to substitutions, selection of options, and similar information on work where it is concealed or cannot otherwise be readily discerned at a later date by direct observation. Note related record drawing information and product data, where applicable. Upon completion of mark-up, submit to r7 Architect for Owner's records. 1.06 FINAL CLEANING General: Special cleaning for specific units of work is specified in sections of Divisions 2 through 16. General cleaning during progress of work is specified in General Conditions and as temporary services in "Temporary Facilities" section of this Division. Provide final cleaning of the Work, at time indicated, consisting of cleaning each surface or unit of work to normal "clean" condition expected for a first-class building cleaning and maintenance program. Clean project site (yard and grounds), including landscape development areas, of litter and foreign substances. Sweep paved areas to a broom - clean condition; remove stains, petro-chemical spills and other foreign deposits. Rake grounds which are neither planted or paved, to a smooth, even -textured surface. Removal of Protection: Except as otherwise indicated or requested by the Architect, remove temporary protection devices and facilities which were installed during course of the work to protect previously completed work during remainder of construction period. AMTECH ROOFING CONSULTANTS, INC. 01700-4 RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK Compliances: Comply with safety standards and governing regulations for cleaning operations. Do not burn waste materials at site, or bury debris or excess materials on Owner's property, or discharge volatile or other harmful or dangerous materials into drainage systems; remove waste materials from site and dispose of in a lawful manner. Where extra materials of value remain after completion of associated work have become Owner's property, dispose of these to Owner's best advantage as directed. 1.07 WARRANTIES AND BONDS A. Provide duplicate, notarized.copies. Execute Contractor's submittals and assemble documents 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 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. PART 2 - PRODUCTS NOT USED PART 3 - EXECUTION NOT USED END OF SECTION AMTECH ROOFING CONSULTANTS, INC. 01700-5 RE -ROOF LUBBOCK HEALTH DEPARTMENT I CITY OF LUBBOCK SECTION 06100 CARPENTRY PART 1 - GENERAL RELATED DOCUMENTS: The requirements of this Section are an extension and are in addition to the requirements of the Uniform General Conditions, Supplementary General Conditions, Forms, Specification Sections found in Division 1 through Division 16 and all Drawings. 1.01 DESCRIPTION A. Carpentry required for this specification shall include all additional or replaced wood nailers or members necessary to achieve proper flashing heights, new or replaced wood members for roof associated supports, nailers necessary for new edgings, copings, expansion joints, etc., all other labor, materials equipment and services to do all carpentry and miscellaneous installation work called for on the Drawings, including but not limited to the following: B. Wood blocking, nailers, cants, curbs, furring and other wood members necessary for roof repairs and associated up -grades. C. New wood curbs and sheathing or plywood sheathing as necessary for protection from ll' traffic on existing roof areas. 1.02 REFERENCES (C A. Section 07220 - Roof Insulation .� B. Section 07540 - Modified Bitumen Roofing tl C. Section 07550 - Asphalt Built-up Roofing D. Section 07600 - Flashing and Sheet Metal E. Reference Authorities I 1. PS20 - Softwood Lumber Standards k' 2. PSI - U.S. Product Standard for Construction and Industrial Plywood 3. APA - Product Guide 4. AWPA - Book of Standards AMTECH ROOFING CONSULTANTS, INC. l; 06100 PAGE 1 F RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK 1.03 SUBMITTALS A. Submit product data and certificates under provisions of Section 01300 and Shop Drawings for all conditions. B. Wood Treatment Data submittals are required for all manufacturer's instructions for proper use _of each type of treated material. C. For each type of pressure treatment specified, include certification by treating plant stating chemicals and process used, net amount of preservative retained and conformance with applicable standards. D. Moisture content -of all specified lumber. 1.04 PRODUCT DELIVERY, STORAGE AND HANDLING A. Delivery. Materials shall be delivered in bulk as necessary so as to provide continuous operations and without hindrance of the work.. Schedule and coordinate with Owner all necessary deliveries so as to cause the least amount of inconvenience to Owner's daily activities. All deliveries and unloading or loading activities shall be the responsibility of the Contractor and Owner shall in no way be responsible for same. B. Storage. Store all necessary materials in such a manner so as to keep dry at all times. Tarps and visqueen are a requirement of this Contract. Stored materials shall be up and off the ground, roof surface or any other possible damp or wet surfaces, and stacked so as to allow circulation within stacks. Storage of materials on the roof surface shall not overload existing deck or structure conditions and all storage areas shall be in designated areas out of the way of Owner's on- going operations. Materials stored on the roof surface shall not exceed 25 lbs. per square foot of roof surface. C. Handling. Materials shall be handled in such a manner so as to preclude damage and contamination with moisture or foreign matter. AMTECH ROOFING CONSULTANTS, INC. 06100 PAGE 2 RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK r 1.05 JOB CONDITIONS A. Coordination. Fit carpentry work to other work; scribe and cope as required for accurate fit. Correlate locations of nailers, blocking, and similar supports to allow proper attachment of other work necessary. PART 2 - PRODUCTS 2.01 MATERIALS A. Factory mark each piece of lumber with type, grade, mill, and grading agency. B. Nominal sizes are indicated, except as shown by dimensions. Provide actual sizes as required by PS 20, for moisture content specified for each use. C. Provide dressed lumber, sized four sides, unless otherwise indicated. D. Provide seasoned lumber with 19% maximum moisture content at time of dressing. E. Framing, furring, etc. shall be southern yellow pine or coast region douglas fir. F. Southern Yellow Pine 1. Wolmanized where indicated 2. Two inch dimension lumber: No. 1 stress rated Fb 1350. No. 1 common. G. Douglas Fir 1. 2 x 4 and less, light framing ,grade No. 1 boards 2. No. 1 common. H. Plywood Sheathing shall be exterior grade C-D. I. Provide wood for support or attachment of other work including cant strips, bucks, nails, blocking, etc. Provide lumber of sizes indicated, worked into shapes as shown. J. Moisture Content. 15% Maximum for lumber items not specified to receive wood preservative treatment. K. Preservative Treatment. Where lumber is specified, comply with applicable requirements of AWPA Standards. C2 and of AWPB Standards listed below. Mark each treated item with the AWPB Quality Mark Requirements. L. Pressure treat above ground items with water borne preservatives to comply with AWPB LP-2. AMTECH ROOFING CONSULTANTS, INC. 06100 PAGE 3 F RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK After treatment, kiln dry lumber to a maximum moisture content of 19 percent. The following items shall be wolmanized: wood cants, curbs, nailers, equipment bases and similar members in connection with all roofing and flashing. M. Kiln dry treated items to maximum moisture content of 19% PART 3 - EXECUTION 3.01 INSTALLATION A. Discard units of material with defects which might impair quality of work, and unit which are too small to use in fabricating work with minimum joints or optimum joint arrangement. B. Set carpentry work accurately to required levels and lines, with members plumb and true and accurately cut and fitted. C. Securely attach carpentry work to substrate by anchoring and fastening as shown and as required by recognized standards. Counter sink nail heads on exposed carpentry work and fill holes. Use common wire nails, except as otherwise indicated. Select fasteners of size that will not penetrate members where opposite side will be exposed to view or will receive finish materials. Make tight connections between members. Install fasteners without splitting of wood; pre -drill as required. D. Provide wood products to size and shape as shown and coordinate closely with all other scheduled work for continuous operation of all trades. E. When installing new wood nailers or blocking to masonry walls or concrete, secure wood members with expansion anchors sized and spaced as detailed on the Drawings. F. When securely attaching carpentry work, all 3/4" and 1" materials shall be attached with 8d hot -dipped galvanized framing nails. All 1 1/211 or 2" materials shall be attached with 16d hot -dipped galvanized framing nails. Nail spacing shall not.exceed 12" on center or as detailed, and shall be securely driven in place. All bent or deformed nails or fasteners shall be removed and disposed of. G. Spilled nails and fasteners on any roof surface AMTECH ROOFING CONSULTANTS, INC. 06100 PAGE 4 RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK are a constant source of problems. Therefore, all nails will be picked up not less than three (3) time per day. Crews will be required to terminate all work until satisfactory clean-up is accomplished. H. Protective Walkways - Traffic Area Protection: Install full sheets of 3/4" exterior grade plywood and min. 1/2" wood fiber insulation to those areas of new roof surface to be trafficked by personal and wheeled vehicles. The insulation board will be placed against the roofing surface. END OF SECTION AMTECH ROOFING CONSULTANTS, INC. 06100 PAGE 5 RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK SECTION 07220 ROOF INSULATION & REMOVAL PROCEDURES PART 1 - GENERAL RELATED DOCUMENTS: The requirements of this Section are an extension and are in addition to the requirements of the Uniform General Conditions, Supplementary General Conditions, Forms, Specification Sections found in Division 1 through Division 16 and all Drawings. 1.01 WORK INCLUDED A. Removal and disposal of the existing built-up roofing, insulation, base flashings and metal accessories if not specified for reuse. Careful — cleaning and reuse of existing metal accessories, where indicated, shall be carried out. . B. Installation of insulation board including all cants, thermal insulation, cover insulation and tapered insulation systems. 1.02 SUBMITTALS A. Submit current catalogs/brochures describing products for review, coordination and final approval for use in this Project. All submittals shall be provided in accordance with the ._ requirements of Section 01300. B. Submit containment fence materials and supports, and layout for all rooftop and ground locations. 1.03 RELATED WORK SPECIFIED ELSEWHERE A. Section 06100 - Carpentry B. Section 07540 - Modified Bitumen Roof System C. Section 07550 - Asphalt Built-up Roofing D. Section 07600 - Flashing and Sheetmetal 1.04 PRODUCT DELIVERY A. Delivery. Materials shall be delivered in the manufacturer's original sealed and labeled shrouds ,and in quantities to allow continuity of AMTECH ROOFING CONSULTANTS, INC. 07220 PAGE 1 RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK r I application throughout the Project. Coordinate shipment receipt as necessary to cause occupant least amount of interference. Do not expect or anticipate Owner to take responsibility of any deliveries, etc. B. Storage. Materials shall be stored out of direct exposure to the elements and on pallets. All goods which are susceptible to water damage will be stored in fully enclosed watertight trailers. No materials will be stored on the roof overnight. C. Handling. All materials shall be handled in a manner which will preclude damage and contamination with moisture or other harmful/foreign matter. 1.05 JOB CONDITIONS A. Any portion of the roofing system or its accessories shall not be applied during precipitation or started in the event precipitation is threatening, unless precautions are taken for same. B. The Contractor is advised during his tear -off operations that some of the existing metal decking may be rusted or rotted and is urged to exercise extreme caution when removing the roofing to the deck. PART 2 - PRODUCTS 2.01 MATERIALS Insulation for use in the new roofing system shall conform to: A. Perlite Insulation Board: Rigid mineral aggregate insulation board composed of expanded perlite and cellulose binders meeting F.S. HH-I-529b. Shall be in thickness as indicated on the Drawings with minimum thickness of not less than 3/411. Board sizes shall not exceed 24" x 48". B. Taper Insulation: At all areas so designated for taper, use tapered perlite as manufactured by Schuller Corporation or equal. Taper shall have a minimum of 1/8" per foot positive slope to drain and shall have minimum thickness of not less than 3/4" unless otherwise detailed. Saddles or crickets shall be as manufactured by Schuller Corporation or equal and have a minimum slope of AMTECH ROOFING CONSULTANTS, INC. F 07220 PAGE 2 F RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF,LUBBOCK not less than 1/411 per foot positive slope. Saddles or crickets shall have twice the slope of the tapered insulation to which they are installed and shall extend not less than 1/4 the length of the saddle, unless otherwise detailed or shown. Polyisocyanurate insulation board may be used as fill to conserve labor, but shall in all cases be covered with a minimum 3/4" perlite insulation board. C. Polyisocyanurate Insulation Board: Rigid polyisocyanurate board insulation meeting F.S. HH-I-1972/2. Size to be either 48" x 48" or 48" x 96" by manufacturer's standard thicknesses as designated on the Drawings. R-value of 6.67 per 1-inch thickness minimum. D. Cant Strip: 1. Tapered cant of wood fiber or perlite meeting ASTM'C-78 shall be installed at all locations where detailed or where applicable. 2. Fire -retardant wood fiber or perlite meeting ASTM C-78. Size will be 4" x 4" with a 5 3/8" face. - 2.02 INSULATION SCHEDULE The first layer of insulation at all roof areas shall be 1-1/2" perlite insulation mechanically fastened to meet Factory Mutual 1-90. The second layer of insulation shall be 1/8" tapered perlite insulation unless shown otherwise by the Drawings mopped in Type IV asphalt. All fill board shall be mopped in Type IV asphalt. 2.03 RELATED MATERIALS A. Asphalt Primer. Asphalt cut -back type primer manu- factured in accordance with ASTM D-41 standards or as manufactured without asbestos for use on masonry, metal and other necessary surfaces. B. Asphalt. Steep grade asphalt manufactured in accordance with ASTM D-312 standards for Type IV. For use as adhesive for all layers of insulation and for attachment of cant strip where applicable. C. Mechanical Fasteners. Insulation screws shall equal those produced by Olympic Fasteners for attachment to 22-gauge metal deck and meeting AMTECH ROOFING CONSULTANTS, INC. 07220 PAGE 3 RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK FM 1-90. Screws shall receive a corrosion resistant coating exceeding FM Standard 4470. Plates shall be either plastic or steel produced by the same manufacturer of the insulation screw. 2.04 MANUFACTURERS A. The manufacturer of the insulation shall be approved in writing by the manufacturer of the roof membrane system. B. All insulation shall be included as a part of the 10-year NDL warranty required for the overall roofing system. PART 3 - EXECUTION 3.01 INSPECTION A. Contractor to inspect the substrate for soundness of the deck or surfaces covered by new insulation, roof repairs, or roof system. Notify Owner or Consultant of any discrepancies or deficiencies. B. Commencement of application of new insulation, where applicable, signifies Contractors acceptance of the existing substrate. C. Deteriorated Decking Where deteriorated or rusted decking is found the Contractor shall advise the Architect and/or Owner's Representative for replacement or repair instructions. The Contractor shall advise the authority contacted as to the amount of decking required to be.replaced. Authorization will be verbal and shall be confirmed prior to the end of the day by facsimile transmission to the Contractor's office from the Architect. The Contractor shall record on thews -built drawings all quantities required for replacement and their locations) Replacement decking shall be paid at the rate bid under unit prices with the change order issued monthly. 3.02 PREPARATION A. Completely remove all existing roofing and base flashing materials to the existing metal deck and/or masonry substrates over the entirety of the roof areas. Remove all metal flashings not AMTECH ROOFING CONSULTANTS, INC. 07220 PAGE 4 r RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK required to be reused. B. Remove and properly dispose of existing built-up roofing, insulation, flashing, unused accessories and other items as detailed on all areas shown. Coordinate all activities with Owner. Control dust as much possible by light sprinkling of the roof surface. Removal procedures shall include the following which will be adhered to without deviation. It is important that the Contractor be aware that no debris be deposited on the concrete walkways or drives and parking areas. 1. A man shall remain on the ground during all tear -off operations for the specific purpose of maintaining the grounds free of debris at all times. 2. The trucks or dumpsters must be removed from the premises at the end of the work day. 3. All debris shall be transported to the disposal vehicle/dumpster by means of a fully enclosed trash chute. The chute shall be designed to deposit debris a maximum distance of 12" above the side of the container. No debris shall be stacked above.the edge of the container into which it is deposited. Prior to moving the container it shall be fully covered by a tarp and contained so that no debris escapes during transport to the dump site. 4. All roof gravel shall be vacuumed from the surface prior to tear -off of roofing materials in each area and removed from the site daily. 5. Prior to tear -off a plastic retainer fence of heavy duty perforated plastic fencing material shall be constructed around the entirety of the area to be removed and extended to a minimum height of St-0" above the roof surface. Supports of wood or metal (Contractor8's choice) shall be spaced as required to adequately maintain the integrity and continuity of the fencing material. The supports must be self- supporting and not penetrate the roof surface. The purpose of this fencing is to prevent flying debris from leaving the roof area. 6. when in the opinion of the Contractor or Architect and/or his designated representative the winds are too high to maintain debris control, operations shall be suspended for the remainder of the day and the roof returned to a AMTECH ROOFING CONSULTANTS, INC. 07220 PAGE 5 RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK ! watertight condition. C. All roof decks shall be completely free of debris foreign including the flutes. Decks or matter { shall be inspected at this time in accordance with Article 3.01 above. D. All masonry surfaces scheduled to receive new roofing insulation or flashings (by mopping or setting in bituminous materials) are to be primed with asphalt cut -back type primer at,a minimum rate of 3/4 gallon per 100 square feet of area. � E. Abandoned penetrations to be removed are shown on 41 the Drawings. Any and all removed accessories are to be considered the property of the Owner who reserves the right to retain possession of same. Removal of the large HVAC unit shall be accomplished under a separate contract and shall be coordinated between the two contractors who will cooperate with each other to maintain a watertight condition. Setting of the new unit shall be provided under a separate contract with the same spirit of cooperation required. F. New required wood nailers and any cut or corrected wood nailers shall be secured and provided as shown the Drawings in accordance with Section 06100. ron G. Debris and bitumen are to be restricted from entering the existing drains and interior of the building. The Contractor is responsible for proper t' operation of roof drains. All drains shall be covered during tear -off operations. All drains will be water tested to -establish their capability to function prior to tear -off and after roofing installation is complete. If any clog is found in the drain the condition shall be immediately called to the attention of the Architect and the Owner's maintenance personnel. H. Holes or deficiencies in the roof deck shall be corrected before the new roof system is. installed. I. Dispose of all existing lead soil pipe flashings. 3.03 INSTALLATION A. General application shall be in accordance with the insulation and membrane manufacturer(s) instructions and the following requirements. These instructions are to include the installation of necessary wood nailers or other insulation "stops" AMTECH ROOFING CONSULTANTS, INC. 07220 PAGE 6 I RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK as required by existing conditions and as specified in Section 06100. B. First Layer of Insulation: The first layer of specified perlite insulation shall be installed by mechanical fastening with the.specified screws and plates in a pattern meeting FM 1-90. Each piece of insulation shall receive a minimum of two fasteners with plates. Screws shall penetrate the metal deck a minimum of 5/8" and no more than 111. Fill all gaps in excess of 1/2 inch. Stagger joints between adjacent boards. C. Second and Subsequent Layers of Insulation: Install second and all subsequent layers of specified perlite or tapered perlite insulation in solid moppings of Type IV asphalt applied at the rate of not less than 25 lbs. per square. All moppings shall be solid with no voids remaining. Walk in all boards to insure solid adhesion. Fill all gaps in excess of 1/2 inch. Stagger joints between adjacent boards and to those below. D. All insulation shall be laid in full sheets wherever possible, and carefully fitted and pushed against the adjoining sheet so as to form a tight joint. Edges of insulation boards shall be mitered at all ridges or elsewhere to prevent open or irregular joints. All open joints shall be filled with cut pieces of matching roof insulation. E. Cant strips, whether tapered or standard, shall be adhered in hot asphalt or plastic cement at all vertical terminations as detailed. F. All appropriate measures shall be taken to prevent asphalt bitumen bleed and drip through to the building interior or onto exterior surfaces. G. In all cases where multiple layers of insulation are to be installed, all joints between layers shall be broken and staggered to present a more thermally efficient insulation substrate.. END OF SECTION AMTECH ROOFING CONSULTANTS, INC.. 07220 PAGE 7 RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK SECTION 07510 ROOFING WARRANTY WHEREAS of (Address) herein called the "Contractor", has performed roofing and associated work on the following project. Owner: Address: Address: Area of Work: _ Warranty Period: Date of Acceptance Date of Expiration AND WHEREAS the Contractor has contracted with Owner to warrant said work against leaks and faulty or.defective materials and workmanship for designated Warranty Period. NOW THEREFORE the Contractor hereby warrants, subject to terms and conditions herein set forth, thatduringWarranty Period he will at his own cost and expense, make or cause to be made such repairs to or replacements of said work as are necessary to correct faulty and defective work, and as are necessary to maintain said work in watertight condition. This Warranty is made subject to the following -terms and conditions: 1. Specifically excluded from this Warranty are damages to work and other parts of the building, and to building contents, caused by: (a) lightning,'windstorm, hailstorm, and r other unusual phenomena of the elements; (b) fire; (c) l' failure of roofing system substrate including cracking, l settlement, excessive deflection, deterioration, and decomposition; (d) faulty construction of vents, equipment �^ supports, and other penetrations of the work; (e) repeated vapor condensation on bottom of roofing; and (f) activity on roofing by other persons including construction contractors and maintenance personnel, whether authorized or unauthorized 4 by Owner. When work has been damaged by any of the foregoing 4 causes, Warranty shall be null and void until such damage has been repaired by the Contractor, and until cost and expense thereof has been paid -by the Owner or by another responsible yy party so designated. l,. AMTECH ROOFING CONSULTANTS, INC. F 07510 1 F RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK 2. The Contractor is responsible for work covered by this Warranty, but is not liable for consequential damages to building or building contents resulting from leaks or faults or defects of work. 3. During Warranty Period, if the Owner allows alterations of work by anyone other than the Contractor, including cutting, patching and maintenance in connection with penetrations, attachment of other work, and positioning of anything on roof, this Warranty shall become null and void upon date of said alterations, but only to extent said alterations affect work covered by this Warranty. If the Owner engages the Contractor to perform said alterations, warranty shall not become null and void, unless the Contractor, prior to proceeding with said work, shall have notified the Owner in writing that said alterations would likely damage or deteriorate the work, thereby reasonably justifying a limitation or termination of this Warranty. 4. During Warranty Period, if original use of roof is chanced and it becomes used for, but was not originally specified for, a promenade, work deck, spray cooled surface, flooded basin, or other use or service more severe than originally specified, this Warranty shall become null and void upon date of said change, but only to extent said changes affect work covered by this Warranty. 5. The Owner shall promptly notify the Contractor of observed, known, or suspected leaks, defect or deterioration, and shall afford reasonable opportunity for the Contractor to inspect the work, and to examine evidence of such leaks, defects or deterioration. 6. This Warranty is recognized to be the only Warranty of the Contractor on said work, and shall not operate to restrict or cut off the Owner from other remedies and resources lawfully available to him in cases of roofing failure. Specifically, this Warranty shall not operate to relieve the Contractor of responsibility for performance of original work. IN WITNESS THEREOF, this instrument has been duly executed this DAY OF , 19_. Signature -Firm Name Typed name and Title Address Telephone Number AMTECH ROOFING CONSULTANTS, INC. 07510 2 RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK SECTION 07540 pal MODIFIED BITUMEN ROOFING I t" PART 1 - GENERAL RELATED DOCUMENTS: The requirements of this Section are an extension and are in addition to the requirements of the Uniform General Conditions, Supplementary General Conditions, Forms, Specification Sections found in Division 1 through Division 16 and all Drawings. F1.01 WORK INCLUDED Install new SBS modified bitumen roofing with flashings in hot Type IV asphalt. 1.02 SUBMITTALS A. Submit under provisions,of Section 01300. B. Shop Drawings: Provide sheet layout indicating slope of roof surface and/or insulation along with locations of all scuppers and roof penetrations within the Work area(s). C. Product Data: 'Indicate membrane and bitumen materials (including Equiviscous temperatures for manual and machine applications), base flashing materials, mechanical fasteners and other proposed materials and accessories as required for materials in this Work. D. Test Reports: Provide delivery tickets for each batch of bitumen, stating type, equiviscous temperature (EVT), flashpoint (FP), and finished blowing temperature (FBT). E. Manufacturer's Installation Instructions: Include installation sequence, special instructions, and Material Safety Date Sheets (MSDS) for all materials. !, F. Manufacturer's Certificate: Certifying that products meet or exceed specified requirements. Certification letter shall be on the manufacturer's letterhead and be signed by a duly authorized employee of the corporation. The letter shall further Certify that all materials used in the system, whether manufactured by that company or AMTECH ROOFING CONSULTANTS, INC. 07540 PAGE 1 p, 7 RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK not, are acceptable to the manufacturer for use in the system. The letter will also state that the proposed system meets all criteria for the issuance of the required twenty-year no -dollar -limit warranty. G. Project Record Documents: Record exact location of all roof penetrations. 1.03 RELATED WORK SPECIFIED ELSEWHERE A. Section 06100 - Carpentry Work (for Roofing) B. Section 07220 - Insulation C. Section 07600 - Flashing and Sheetmetal 1.04 PRODUCT DELIVERY A. Delivery. Materials shall be delivered in the Manufacturer's original sealed and labeled shrouds, on pallets and in quantities to allow continuity of application throughout the Project. Coordinate shipment receipt as necessary to cause occupant the least amount of interference. Do not expect or anticipate Owner to take responsibility for signing for or unloading any delivery. B. Storage. Materials shall be stored out of direct exposure to the elements and on pallets. All roll - goods shall be stored vertically. All goods which are susceptible to water damage will be stored in fully enclosed watertight trailers. No materials will be stored on the roof overnight. C. Handling. All materials shall be handled in a manner which will preclude damage and contamination with moisture or other harmful/foreign matter. D. Roof Loading. Evenly distribute roll goods on roof surface so as to not exceed 25 lbs. per square foot. 1.05 JOB CONDITIONS A. Any portion of the roofing system or its accessories shall not be applied during precipitation or started in the event precipitation is threatening, unless precautions are taken for same. The Contractor shall be have the final decision as to whether to'chance roofing operations AMTECH ROOFING CONSULTANTS, INC. 07540 PAGE 2 i RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK in the event of the likelihood of rain. The Contractor shall also consider wind speed as a ,,.. determinate factor as to whether roofing operations can be safely accomplished under those conditions. He shall suspend work if in his opinion the wind speed will impede the proper installation of the r roofing work or cause a danger to his personnel or to the building's occupants or the Owner's property. F B. Do not tear -off the membrane and leave overnight without the application of the complete insulation and modified bitumen base sheet. C. Roofing membrane and flashings shall prevent water migration into building. At no time shall the building be left in an open state that would allow water penetration. 1.06 REFERENCES A. ASTM D41 - Asphalt Primer Used in Roofing. B. ASTM D312 - Asphalt Used in Roofing. C. ASTM D2178 - Asphalt Glass Felt Used in Roofing. D. ASTM D4586 - Asphalt Roof Cement (asbestos free). E. FM - Roof Assembly Classifications. F. NRCA - Manual of Roof Maintenance and Roof Repair. G. NRCA - Roofing and Waterproofing Manual. H. UL - Fire Hazard Classifications. 1.07 QUALITY ASSURANCE A. Work of this Section shall conform to the NRCA Roofing and Waterproofing Manual, latest edition, Manufacturer's Installation Instructions and these Construction Documents. Maintain one copy of each document on site during operations. B. The Manufacturer's Representative shall make two (2) site visits to the project per month at critical stages of the roof installation, and forward written reports of the visits to the Architect. The visits shall be coordinated to take .place at the time of the Architect's visits with AMTECH ROOFING CONSULTANTS, INC. 07540 PAGE 3 RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK one occurring at the monthly pay application meeting. C. The Contractor shall keep a daily log with the minimum following information: 1. Nature of operation and quantity of work and materials installed. 2. Personnel on site by job function and task. Also a list of all site visitors. 3. Kettle temperatures taken three (3) times average per eight (8) hour shift. 4. Material deliveries identifying quantity and type. 5. Daily weather conditions including percentages of rain forecast, wind conditions and daily temperatures. 1.08 QUALIFICATIONS A. Manufacturer. Company specializing in the manufacturer of products in this Section with a minimum five (5) years documented experience and at least three (3) jobs within the State of Texas of the same type system installed and size of project within that five-year period. B. Applicator. Company specializing in applying the Work of this Section with a minimum of three (3) years documented experience in the application of the specified system, and certified by the roofing material manufacturer as an approved no -dollar - limit warranty applicator of the specified material. The Manufacturer approval shall have been in effect no later than September 1, 1994. Also provide evidence of the successful completion of at least three (3) projects of the same type system installed and sizeof the project within that three-year period. 1.09 REGULATORY REQUIREMENTS A. Provide certification of inspection confirming approval of design and installation by -the Authority Having Jurisdiction (AHJ). B. Fire Hazard Classification: UL Class A. C. Roof Assembly Classification: FM Class I-90 construction, in accordance with FM Construction Bulletin 1-28. AMTECH ROOFING CONSULTANTS, INC. 07540 PAGE 4 I RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK F. 1.10 PRE -INSTALLATION CONFERENCE r A. Attend a pre -installation conference among the parties directly affecting the Work of this Section a minimum of three days prior to commencing Work. B. Those in attendance shall be the Contractor's Project Manager and Superintendent, Manufacturer's Representative, Owner and Owner's Maintenance and Security Staff Representatives, Architect and his designated representative. C. The agenda shall cover a review of demolition and installation, installation procedures, and coordination with related work. 1.11 ENVIRONMENTAL REQUIREMENTS A. Do not apply roofing during inclement weather. Temperatures must be a minimum of forty degrees Fahrenheit and rising. B. Do not apply roofing material to damp or frozen deck or substrate. C. Do not undertake roofing operations when the wind is determined to be detrimental to safe installation practices. 1.12 SEQUENCING AND SCHEDULING A. Coordinate Work under provision of Section 01041. B. Coordinate installation of associated metal flashings and roof -related items as Work of this Section proceeds. 1.13 WARRANTY A. The roofing material Manufacturer shall provide a 20-year No -Dollar -Limit (NDL) type warranty covering all materials and workmanship. The warranty shall include all membrane roofing, base flashings and insulation. B. The Contractor shall provide a two-year written warranty covering defects in the roofing materials and/or labor on the form in Specification Section 07510. AMTECH ROOFING CONSULTANTS, INC. 07540 PAGE 5 RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK PART2 - PRODUCTS 2.01 MANUFACTURERS - MEMBRANE SYSTEMS A. GAF - System 1-0-2-20/MGPFR B. Siplast _ Paradiene 20/30. -' C. Soprema - 2544 (Polyester) D. Tamko Asphalt Products - System 107. 2.02 SHEET MATERIALS A. Modified Bitumen Base Sheet: Fiberglass matt coated with SBS modified Asphalt. 1. GAF - Ruberoid 20. 2. Siplast - Paradiene 20. 3. Soprema - Elastophene Sanded. 4. Tamko - Versa Base. B. Modified Bitumen Cap Sheet: Fiberglass and/or polyester reinforced, SBS modified bitumen with tan granular surfacing. 1. GAF - Ruberoid MOPFR 30 (Granule). _. 2. Siplast - Paradiene 30 FR. 3. Soprema - Sopralene 180 FR. 4. Tamko - Awaplan Premium FR. C. Fiberglass Felt: Produced or approved by the modified bitumen membrane manufacturer and equal to ASTM D-2178, Type VI. _ D. Fiberglass Base Sheet: Produced or approved by the. modified bitumen membrane -manufacturer and equal to ASTM D-4601, Type II. 2.03 BITUMINOUS MATERIALS A. Asphalt Bitumen: ASTM D3121 Type IV, Special Steep. B. Asphalt Primer: ASTM D41. C. Plastic Cement: ASTM D4586, Type I, asbestos free. D. Flashing Cement: MBR type only, compatible for use with SBS modified bitumen roof system. AMTECH ROOFING CONSULTANTS, INC. 07540 PAGE 6 74 RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK r 2.04 FLEXIBLE FLASHINGS A. Sheet Flashing: Fiberglass or polyester mat coated with modified bitumen and granular or metal foil surface. The flashing system is to be approved by the membrane manufacturer for use with his respective system and be equal to one of the following: 1. GAF - Ruberoid MOPFR 30 (Granule) 2. Siplast - Aluminum Veral 3. Soprema - Mammoth Aluminum Flam (Torch) 4. Tamko - Awaplan Premium FR B. Backer Sheet: Sheet flashings shall be installed in all cases with fiberglass felt or fiberglass base sheet. 2.05 ACCESSORIES A• Roofing Nails: Hot -dipped galvanized it -gauge wire nails with 3/8" diameter heads, length as required to penetrate substrate a minimum of 3/4". B. Mechanical Fasteners for Flexible Flashing: 1. Masonry or Concrete: 1/4" x 1 1/2" nylon - jacketed stainless steel pin masonry drive pin equal to Rawl Zamac Nailin #2543. 2. Wood Blocking: High carbon, -zinc -coated steel, annular threaded, 1" shank nails with minimum i" x 1" x 16-gauge metal disk cap nail as manufactured by Simplex Nails, Inc. or approved equal. C. Wood Framing Nails: Hot -dipped galvanized box nails in lengths as required to penetrate substrate a minimum of 111. D. Termination Bar: 1/8" x 1" hot -dipped galvanized steel bar stock. E. Substitutions: Under provisions of Section 01600. 2.06 SOURCE QUALITY CONTROL A. Require asphalt bitumen supplier to provide source, batch and test data on each shipment and submit for Architect's approval.. B. Include EVT for all asphalt. AMTECH ROOFING CONSULTANTS, INC. 7 07540 PAGE 7 RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK 1. Individual Containers: Label legibly marked with EVT temperature range, batch number and asphalt type. 2. Bulk Shipment: Provide duplicate delivery ticket with data at time of delivery. C. Deliver asphalt to site ten (10) days prior to beginning of installation. Testing may be performed at the Owner's option to confirm compliance. 3.01 INSPECTION A. Verify that site conditions and surfaces are ready to receive the work. B. Verify that deck is clean and smooth, free of depressions, waves, or other projections, and is properly sloped to drains or eaves. C. Verify that deck surfaces are dry and free of moisture. Utilize NRCA Deck Dryness Test as follows: 1. Use approximately one (1) pint of bitumen specified for use in membrane, heated to application temperature of 400 degrees F. 2. Pour bitumen on deck surface. If bitumen foams, the deck is not dry enough to roof. — 3. After bitumen has cooled, an attempt shall be made to strip the bitumen from the deck surface. If the bitumen strips clean from the deck, the deck is not dry enough to roof. D. Verify that roof openings, curbs, pipes, sleeves, ducts, and vents through roof are solidly anchored and wood nailers are in place. E. Start of installation shall constitute acceptance of existing conditions by the Contractor. 3.02 PREPARATION A. Protect all building surfaces against damage from roofing work. The plastic fence containment indicated in Specification Section 07220 shall remain in place until.all roofing operations for each section are complete. B. Prevent debris and bitumen from entering scuppers, AMTECH ROOFING CONSULTANTS, INC. 07540 PAGE 8 r RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK downspouts, drains, underside of roof deck or other openings. Remove temporary closures in drainage devices prior to leaving the job each day. C. Clean surfaces of roof deck and maintain dust and debris free during roofing operations. D. Work hours will be from 6:OOAM to 7:OOPM on workdays Monday through Friday. Prior approval must be obtained from the Architect and Owner's representative prior to working days or times other than those specified. I; 3.03 MEMBRANE APPLICATION (MOPPING APPLICATION) A. Equiviscous Temperature (EVT) at point of application shall not exceed 25 degrees F., high or F1 low, from bitumen temperature rating indicated on container label for application method used (either manual mopping or mechanical spreading). B. Roll out base ply and cap sheets approximately 30 minutes prior to application and allow rolls to relax. Re -roll sheets just prior to application. Weight the rolled out sheet on the roof to prevent winds from blowing them across or off the roof. C. Starting at low point of roof (eaves or roof drains), lay modified bitumen base ply perpendicular to roof slope in uniform and solid moppings of hot asphalt applied at a rate of 20 to k; 25 lbs/square, providing 4" side and end laps. D. Apply cap sheet parallel to base ply in accordance with manufacturerfs instructions. Embed sheet into uniform and solid moppings of hot asphalt applied at a rate of 20 to 25 lbs/s uare, providing 4" side and end laps. Stagger lap Joints between base ply and cap sheet. Stagger lap joints between adjacent plies of cap sheet by a minimum of 12". Where cap sheet must be applied over granule surface of previously installed sheet apply asphalt primer to surface of granular sheet and allow to dry prior to mopping. Use dry laid sheets or other approved bleed containment system to control overmoppings at end laps and sides as required. Bleed out at sheet edges shall be kept to the barest minimum by the use of the approved containment. E. Apply sheets smooth, free of air pockets, wrinkles, fishmouths, or tears. Install sheets so as to not "buck" or impede the flow of water. AMTECH ROOFING CONSULTANTS, INC. 07540 PAGE 9 RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK F. Extend membrane felts above top edge of cant strips a minimum of 2" onto the vertical surfaces. Mop one additional base ply as initial base flashing ply over roofing membrane at cant, extending onto flat membrane surface a minimum of 411. G. Install two (2) plies of fiberglass felt set in hot asphalt and glaze coat with hot asphalt for temporary water cut-off at end of each day's operation. Completely remove cut-off before resuming roofing. Seal top of base flashings with plastic cement each day. H. Mop and seal additional ply of base sheet around roof penetrations prior to installation of cap sheet. I. Immediately cover all asphalt spills or overmopped areas on granular surfaced cap sheet with matching granules. Limit overmopping to no more than 1/2" outside of line of felt. — J. Prohibit foot and cart traffic over newly applied roof membrane until asphalt has sufficiently cooled. Do not stack or store materials on finished membrane. 3.04 FLASHINGS A. Apply flexible base flashings over fiberglass backer felt to seal membrane to vertical elements. Embed both backer felt and flashing sheet into a uniform mopping of hot Type IV asphalt at a rate of not less than 25 lbs/square or torch apply as required. Secure top of flashing assembly to wood substrate with specified cap nails spaced at 4" on center. Secure top of flashing assembly to masonry or concrete substrates with specified termination — bar and masonry drive pins spaced at 8" on center. B. Apply base flashing cap sheet in a manner to prevent bleed in excess of that specified for the field sheets by back -mopping or other manufacturer approved techniques. 3.05 FIELD QUALITY CONTROL A. Field inspection and testing will be performed under provisions of Section 01400. B. At any point during application or upon Substantial Completion the Architect with Owner's approval may AMTECH ROOFING CONSULTANTS, INC. 07540 PAGE 10 rw RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK have Work inspected and tested using applicable methods to establish conditions in the new roof assembly. Roof cuts may be taken at the rate of one per fifty (50) roofing squares. The Contractor will assist in securing the roof cuts and will patch the roof as required to finished condition at r' no cost to the Owner. C. The Contractor will promptly correct all identified defects and irregularities. All membrane defects called to the attention of the Roofing Superintendent will be repaired prior to the end of each day unless directed otherwise. D. Demolition operations will not be performed during application of the new roofing system. 3.06 MANUFACTURER'S FIELD SERVICES The Contractor will arrangeto provide Manufacturer's field services under provisions of Article 1.07. B. 3.07 CLEANING A. Remove bituminous markings from all finished surfaces. B. 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 advise and conform to their documented instructions. Replace any materials or surface finishes which cannot be cleaned to the satisfaction of the Owner. 3.08 PROTECTION OF FINISHED WORK A. Protect finished Work under Section 01500. B. Where traffic must continue over finished roof l; installation protect the membrane with plywood sheets secured to a layer of 1/2" wood fiber insulation board and laid loose over the membrane with the insulation board side to the roof surface. 3.09 SPECIAL PROVISION Polyester matt products are allowed in this Specification with the special provision that shrinkage will not be permitted. Any system exhibiting cap sheet rAMTECH ROOFING CONSULTANTS, INC. F 07540 PAGE 11 r RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK shrinkage in excess of 1/2" at any end or side lap will be remedied in a manner acceptable to the Owner. END OF SECTION AMTECH ROOFING CONSULTANTS, INC. 07540 PAGE 12 a, RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK SECTION 07600 FLASHING AND SHEET METAL RELATED DOCUMENTS: The requirements of this Section are an extension and are in addition to the requirements of the Uniform General Conditions, Supplementary General Conditions, Forms, Specification Sections found in Division 1 through Division 16 and all Drawings. 1.01 DESCRIPTION A. Flashing and sheet metal shall be of the materials indicated and installed to provide a permanent watertight condition. B. Work includes removal of existing metal flashings with replacement of the existing metal where indicated so as to integrate into the new roof system. C. Related Work 1. Section 06100 - Carpentry (for -Roofing) 2.- Section 07220 - Roofing Insulation 3. Section 07540 - Modified Bitumen Roofing 4. Section 07550 - Asphalt Built-up Roofing D. Scope. Labor and materials necessary for this Section of work is to include, but not be limited to, all gravel guard, coping, gutter, downspouts, scuppers, conductor heads, expansion joints, plumbing and air vent flashings, roof drain leads, counterflashings and receivers, pitch pans, flange and umbrella flashings, etc. 1.02 QUALITY ASSURANCE A. Installation shall comply with current SMACNA Architectural Sheet Metal Manual as applicable. B. All sheet metal fabrication and installation shall be performed only by qualified sheet metal mechanics familiar and competent in their trade. C. Provide shop drawings of all intended sheet metal items prior to job commencement for review by the j.. AMTECH ROOFING CONSULTANTS, INC. 07600 PAGE 1 RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK Architect. Provide sample installation in field of each condition for approval prior to proceeding with remainder of work. Promptly remove and replace any sample proving to be unsatisfactory to the Architect. The Architect's Drawings may not be used in any form for the purpose of the required Shop Drawings. PART 2 PRODUCTS 2.01 MATERIALS A. Galvanized Metals. Galvanized steel shall be lock forming quality G90 in following gauges and meeting ASTM A-525. Fasteners for these metals must be hot -dipped galvanized or stainless steel as applicable. 1. Hook Strips or Cleats: Minimum 22-gauge galvanized with fasteners at 8" on center. 2. Pitch Pans: Minimum 24-gauge galvanized with all joints fully soldered. 3. Vent Flashings: Minimum 24-gauge galvanized with all joints fully soldered. 4. Termination Bar: 12-gauge x 111 hot -dipped galvanized bar stock fastened with nylon drive pins spaced at 12" on center. 5. Downspout and Gutter Straps: 12-gauge x 1" hot -dipped galvanized bar stock fastened as noted for the particular item they attach. r B. Pre -Finished Metals: Pre -finished metals shall be 24-gauge, G90 hot - dipped galvanized steel, treated, primed and pre - finished under precision conditions. Exposed finish will be Kynar 500 Fluorocarbon coating. Bottom or unexposed side will be manufacturer's standard primer coat. Use for all metals indicated on the Drawings to be exposed to view _ and not designated for other metal types. All Kynar 500 finished metal is subject to receiving a twenty (20) year no -fade warranty. Fasteners for these metals must be hot -dipped galvanized or -- stainless steel as applicable. All metal will be delivered with a factory applied protective plastic film. The color for this metal will be selected from the manufacturer's standard choices AMTECH ROOFING CONSULTANTS, INC. -- 07600 PAGE 2 rr r RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK R F I t7' F by the Owner. 1. Gravel Guard and Cover Plates: Minimum 24- gauge nailed at 3" on center staggered. 2. Receivers and Counterflashings: Minimum 24- gauge fastened or inserted as indicated on the Drawings. 3. Expansion Joint Hook Strips: Minimum 24- gauge fastened with neoprene -head screws at 12" on center. 4. Expansion Joint Cover: Minimum 24-gauge hooked on both sides. 5. Gutters: Minimum 24-gauge nailed at 8" on center and having 12-gauge x 1" galvanized steel straps spaced at 30" on center. Straps will be anchored with sheetmetal screws to gutter front edge and back face. In no case shall the straps be attached to the gravel guard. 6. Downspouts: Minimum 24-gauge anchored with 12-gauge x 1" galvanized steel straps spaced at 51-0" on center with a strap installed over each -downspout joint. Straps will be anchored with three (3) sheetmetal screws to the downspout, one on each exposed side, and to the building with two (2) each 1/4" x 1 1/2" stainless steel, zinc -jacketed drive pins. 7. Conductor Heads: Minimum 24-gauge attached as shown on the Drawings. 8. Copings: Minimum 24-gauge with cover plates. Front or exposed face attachment will be hooked with the back or unexposed face attached with neoprene -head screws at 1211 on center. Where indicated on the Drawings, both faces will be hooked. C. Fasteners• 1. Steel Roofing Nails: 11-gauge hot -dipped galvanized nails with annular rings and minimum 3/8" diameter heads. 2. Framing Nails: Hot -dipped galvanized box nails. 3. Neoprene -Head Screws: #12 stainless steel AMTECH ROOFING CONSULTANTS, INC. 07600 PAGE 3 RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK plated self -tapping screws with hexagonal heads and matching color metal jacketed neoprene rubber washer. 4. Nylon Masonry Nails: Nylon -jacketed drive pin equal to Rawl Nylon Nailin #2543. Only use in concealed conditions. 5. Stainless Steel Masonry Nails: Stainless steel pin and zinc -jacketed fastener equal to Rawl Zamac Nailin #2870. 6. Stainless Steel Masonry Nailer Washer: EPDM sealing washer bonded to Type 304 stainless steel jacket equal.to Rawl EPDM Sealing Washer, 1" diameter. 7. Steel Blind Rivets: Stainless steel Series 44. Both rivet and mandrel are required to be stainless steel. All fasteners to be rust -resistant and compatible with materials to be joined. All exposed fasteners to receive metal -jacketed neoprene or EPDM washers. Where fasteners attach counterflashing to receivers, straps to gutters, downspouts to -walls, the washers may be omitted. Exposed horizontal surface fasteners are not permitted, recognized or acceptable unless directed otherwise. Other cleats, screws, rivets, bolts, etc. shall be of matching material to which they attach or be galvanically compatible to the surface to which they are secured. D. Miscellaneous Sheetmetal-Related Materials. 1. Plastic Cement: Trowel grade roofing cement conforming to ASTM D4586 (non -asbestos containing). See Sections 07540 and 07560. 2. Sealant: Equal to Sonneborn NP-1. One component urethane gun -grade sealant meeting F.S. TT-S-00230-C, Type II, Class A and ASTM C-920-79. 3. Pitch Pan Sealer: Equal to Schuller/Manville two-part MBR cement. Sealer shall be poured to one -inch depth and domed to drain on top. 4. Solder: 50% Pig lead and 50% black tin as per ASTM B32. AMTECH ROOFING CONSULTANTS, INC. - 07600 PAGE 4 RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK Fi 5. Lead Vent Flashings: 2 1/2# sheet lead pre- formed vent flashing with 4" wide roof flange and minimum height of 8" above roof surface. 6. Lead Drain Flashings: 4# sheet lead sized to a minimum of 12" larger in each direction than roof drain bowl. PART 3 - EXECUTION 3.01 INSPECTION Coordinate all sheetmetal work with other roofing work and other trades or maintenance personnel if required on this Project for correct sequencing of items which make up the entire Project. 3.02 PREPARATION A. All sheet metal flanges connected or contacting the roof shall be primed with uniform coating of asphalt primer and set into a full bed of mastic. B. A11 joints in galvanized steel sheetmetal edgings or accessories i.e., pitch pans, flanges and umbrellas, etc. shall be connected by stainless steel blind rivets spaced at 2" on center and fully soldered or welded completely watertight. '! All pre -finished metal joints shall be mitered and fit together with a 1/4" bead of sealant pressed between connecting pieces. Sealant is not to be visible from the outside of the joints. Each joint will be blind riveted at 2" on center. Expansion joint covers, expansion breaks or other devices so needing same, shall be fitted with ' watertight standing g seam joints allowing for lateral expansion as dictated by gauge: of metal, "stretch out" or exposure, and latest printed SMACNA guidelines and criteria. �., 1. Fabricate new metal in longest practical lengths up to ten feet so as to minimize joints, solder points, welds and seal -offs. Counterflashing and receiver joints shall be lapped a minimum of 4" and have a 1/411 bead of sealant pressed between the pieces. The sealant shall not be visible from the exterior. The r� r bottom hemmed edge of the counterflashing shall AMTECH ROOFING CONSULTANTS, INC. F 07600 'PAGE 5 f 6. RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK be neatly hooked in bayonet fashion. 3.03 INSTALLATION Includes plumbing vent stack and drain flashings, flange and umbrellas, expansion joint covers, slip flashings, counterflashings, gravel guards, pitch pans, copings, conductor heads, downspouts, gutters, etc. A. All joints to be locked, sealed, welded or soldered as required. B. Provide for thermal movement of all exposed sheet metal devices. C. All metal flanges, flashings and other metal items coming in contact with bituminous built-up roof assembly are to be completely primed with asphalt cut back type primer and, as applicable, set in uniform bed of plastic cement for horizontal surfaces or flashing cement for vertical surfaces. D. Metal counterflashings shall completely cover all fasteners used to hold in place top terminations of composition base flashings. E. If and when pitch pans are required, they shall be filled with 311 starter course of non -shrink grout and be topped with ill of pourable pitch pan sealant as specified. Consult manufacturer for primer as required. Cut oily residue from galvanized metal prior to installation of sealer. No other material than that specified may be used for this installation. The penetration and pan's interior sides must be completely cleaned of rust, scale, grout, bituminous materials or other foreign matter in order to achieve a proper seal with the specified filler. Pyrofil or other gypsum based fillers are not allowed. PITCH PANS MUST BE FABRICATED AS COMPLETE WATER- TIGHT ASSEMBLIES. BOTTOM FLANGES SHALL BE 4" IN ALL DIRECTIONS, INCLUDING CORNERS. ALL SEAMS SHALL BE WELDED OR SOLDERED WATER -TIGHT AND COMPLETE. F. Install all sheetmetal flashings and accessories in accordance with the latest printed SMACNA guidelines and in accord with recognized roofing and sheet metal industry standards. Fit flashings tightly in place using square and true AMTECH ROOFING CONSULTANTS, INC. 07600 PAGE 6 RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK mitered corners. Surfaces shall be true and straight and lines accurate to profiles encountered. G. Install new 6" wide cover and backer plates at all new copings and gravel guards, fabricated of matching metal and suitable profile so as to ensure complete and permanent water tight integrity of metal joint. Fasten adjoining lot metal gravel guard sections as per most current SMACNA requirements. New cover plates shall be set in specified sealant. Mastic shall not be used in the jointing of coping or gravel guard corners or cover and backer plates. H. COVER PLATE JOINTS SHALL BE SYMMETRICALLY LAID OUT SO THAT OPPOSITE END STICKS OF METAL ARE OF THE SAME LENGTH WITH ALL LENGTHS IN BETWEEN BEING THE SAME. SAMPLE LAYOUTS WILL BE REQUIRED IN THE FIELD FOR THE ARCHITECT'S APPROVAL PRIOR TO PROCEEDING WITH THE WORK. I. Gravel guards shall be nailed in place not more than 3" o.c. with staggered pattern. Fasteners shall be specified roofing nails. AS SHEET METAL IS AN IMPORTANT PORTION OF ANY ROOF ASSEMBLY, ONLY THOSE PERSONNEL SKILLED IN THE TRADE SHALL BE ALLOWED TO FABRICATE AND INSTALL SUCH PRODUCTS ON THESE PROJECTS. OWNER AND ARCHITECT RETAIN THE RIGHT TO REJECT ANY AND ALL SHEET METAL WORK AND ANY AND ALL PERSONS SENT TO THIS PROJECT IF DEEMED UNSATISFACTORY IN ANY WAY, SHAPE OR FORM. END OF SECTION AMTECH ROOFING CONSULTANTS, INC. 07600 PAGE 7 RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK SECTION 07700 ROOFING ACCESSORIES PART 1 - GENERAL RELATED DOCUMENTS: The requirements of this Section are an extension and are in addition to the requirements of the Uniform General Conditions, Supplementary General Conditions, Forms, Specification Sections found in Division 1 through Division 16 and all Drawings. 1.01 DESCRIPTION A. Furnish and install two (2) exterior steel roof access ladders under the Base Bid. B. Furnish and install one (1) interior steel roof access ladder under the Base Bid. C. Furnish and install one (1) roof hatch under the Base Bid. 1.02 REFERENCES Related Section: Section 06100 - Carpentry Section 07600 - Flashing and Sheet Metal 1.03 SUBMITTALS Submit product data and certificates under provisions of Section 01300 for all materials. Shop Drawings are required for each ladder showing materials, construction and anchorage to building. 1.04 PRODUCT DELIVERY, STORAGE AND HANDLING A. Delivery. Materials shall be delivered in bulk as necessary so as to provide continuous operations and without hindrance of the work. Schedule and coordinate with Owner all necessary deliveries so as to cause the least amount of inconvenience to Owner's daily activities. All deliveries and unloading or loading activities shall be the responsibility of the Contractor and Owner shall in no way be responsible for same. AMTECH ROOFING CONSULTANTS, INC. 07700 PAGE 1 17 RE -ROOF LUBBOCK HEALTH DEPARTMENT — CITY OF LUBBOCK rr �1 B. Storage. Store all necessary materials in such a manner so as to keep from damage by elements or construction or other traffic at all times. Storage of materials on the roof surface is prohibited without adequate blocking to prevent damage to the existing or new roof surfaces. 1.05 JOB CONDITIONS Coordination. Fit accessory work to other work; scribe and cope as required for accurate fit. Correlate locations of nailers, blocking, and similar supports to allow proper attachment to other work as necessary. 2.01 MATERIALS A. Roof Access Ladders: All roof access ladders, interior and exterior, shall be equal to Alaco Series 460 as produced by Alaco Ladder Company, 5167 "G" Street, Chino, California 91710-5143, (909)591-7561. Ladders shall be constructed as follows: t, 1. 6061-T6 mill -finish aluminum alloy. 2. Steps shall be flat and be 3" in width on 1211 centers and sloped so as to be flat when the ladder is extended to its 70 degree working angle. 3. The side rails shall be spaced at 15-3/4" for the exterior ladders and at 1811 spacing for the interior ladder. 4. Ladder feet shall be rubber. 5. Each ladder shall be provided with a sliding bracket to accommodate its extension from the wall. The ladders shall also be provided with 42" long top rail extensions to meet OSHA safety requirements. B. Ladder Brackets: 1. Mounting brackets for the top pivot shall be as provided by the manufacturer. Anchorage to the walls shall be as shown on the Drawings. r AMTECH ROOFINGCONSULTANTS, INC. t_ 07700 PAGE 2 i 4. RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK 2. A 1/4" thick by 3" wide aluminum standoff angle bracket shall be provided for the exterior ladders as shown in the Drawings to -- permanently hold the ladder away from the walls at its extended 70 degree angle. C. Roof Hatch; Provide and install one roof hatch equal to Bilco Model "S-20" in standard size of 2'-6" x 3'-011. Construction shall be galvanized metal with the cover and curb being 14-gauge and the cover liner being 22-gauge. 3.01 INSTALLATION A. The Contractor shall inspect existing conditions to determine that all work preceding this installation is as intended and sound. Proceeding with the work of this Section -- indicates the Contractor's acceptance of all conditions. B. All installations shall be in accordance with the Manufacturer's printed instructions and as shown on the Drawings. C. Anchorage shall be secure and able to withstand the loads intended. D. Ensure that all mechanical parts are working at the time of completion. E. Provide a two-year warranty covering defects in materials and workmanship. 3.02 CLEANING Clean all items provided and installed under this Section in accordance with Manufacturer's instructions. END OF SECTION AMTECH ROOFING CONSULTANTS, INC. 07700 PAGE 3 RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK SECTION 09900 PAINTING PART 1 - GENERAL RELATED DOCUMENTS: The requirements of this Section are an extension and are in addition to the requirements of the Uniform General Conditions, Supplementary General Conditions, Forms, Specification Sections found in Division 1 through Division 16 and all Drawings. 1.01 WORK INCLUDED The work shall include but not be limited to the following: 1. See Drawings and schedules for type and location of various surfaces requiring paint. Include all field painting necessary to complete the work as shown. 2. Field painting will not be required on items specified to be completely finished at -the factory or on aluminum, pre -finished sheetmetal, copper, brass, bronze, stainless steel or other non-ferrous metal, unless specifically designated. Do not paint over code required UL or FM labels. 3. Prime coats specified herein will not be required on items delivered with primer or shop coats already applied, however, touch-up will be required prior to final coats. 4. Painting of mechanical units of work such as gas line piping. 5. Painting of the exterior of the roof hatch installed under Section 07700. 6. Painting of downspout straps. 1.02 SUBMITTALS A. Submit Manufacturer's literature and letters attesting that the products used meet or exceed these specifications. Submittals shall indicate Flame Spread of all paint products proposed for use in accordance with ASTM E-84. AMTECH ROOFING CONSULTANTS, INC. 09900-1 RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK B. Paint color schedules shall be submitted for Architect's approval in two (2) sets. C. Before proceeding with painting, finish one (1) complete unit of work in place indicating color, finish texture, materials and workmanship. After approval, the samples shall serve as a standard of similar work throughout the project. 1.03 QUALITY ASSURANCE A. Manufacturer, Supplier and Contractor shall be firms of long term operation, technically proficient and experienced in this trade. B. All paint shall be of the kind and brands hereinafter specified or of an approved equal. All painting materials shall be of the highest quality and have identifying labels on the containers. C. Primers and undercoats shall be from same manufacturer as finished coats. 1.04 PRODUCT HANDLING, STORAGE AND DELIVERY A. All paint shall be delivered to the site in Manufacturer's sealed containers. Each container shall be labeled by the Manufacturer, and labels -- shall give Manufacturer's name, type of paint, color of paint and instructions for reducing. Thinning may be done only in accordance with directions given on the container. Job mixing or job tinting may be done when approved by the Owner's Representative. Thinning operations will not be conducted in the interior of any existing building on the site, nor on the roof surfaces. B. All paint and combustible material shall be stored in a manner to protect from possible fire. Paint shall be stored in areas where spillage shall be reduced and confined and shall not damage work already in place. No paint or combustible material will be stored in the interior of any existing building on the site. 1.05 JOB CONDITIONS A. Full coverage will be required for the application as specified. Additional coats shall be applied, AMTECH ROOFING CONSULTANTS, INC. 09900-2 RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK if required, to produce the coverage. B. All gas line piping on the roof, new roof hatch and downspout straps will be painted in a color chosen by the Architect and Owner. C. Each coat of paint shall be slightly darker than the preceding coat, unless otherwise directed. D. Where new work adjoins existing painted surfaces, match existing color and carry new painting to an appropriate stopping point along the existing painted surface. The stopping point will be approved by the Architect. PART 2 - PRODUCTS 2.01 SCHEDULE OF PAINTING Note: Unless otherwise noted, all paints specified are products of Pittsburgh Paints (PPG). Other approved manufacturers are: Glidden, Benjamin Moore, Sherwin-Williams and Devoe. Comply with provisions for substitution request if required. The kinds of paint and number of coats required on the various surfaces shall be as follows: A. Exterior Metals: Ferrous Metals (gas line piping) Surface Preparation: Scrape and sand free of all loose paint, rust and foreign materials. Sand paint nicks to feather smooth surface edges. First Coat: PPG Inhibitive Red Steel Primer - 6- 208/6-212 White. Second Coat: PPG "Sun -Proof" Oil Type Exterior House Paint - 1-936 Deeptone Tinting Base. Third Coat: Same as second coat. B. Exterior Metals: Galvanized Metals (roof hatch and downspout straps) Surface Preparation: Scrape and sand free of all loose paint, rust and foreign materials. Wash new galvanized surfaces with vinegar or Zylene or other neutralizing wash recommended by the Manufacturer. First Coat: PPG 6-209 Galvanized Metal Primer. Second Coat: PPG "Sun -Proof" oil Type Exterior House Paint - 1-936 Deeptone Tinting Base. Third Coat: Same as second coat. Note: This finish will be applied to all exposed AMTECH ROOFING CONSULTANTS, INC. 09900-3 r is RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK exterior galvanized metals. PART 3 - EXECUTION 3.01 INSPECTION A. Painting Contractor will review the new surfaces to be painted and coordinate with the responsible contractor to assure the correctness of those surfaces. B. Painting Contractor will report all problems or unacceptable conditions to the Contractor and Architect. C. Proceeding with the installation of painting will be construed as evidence of acceptance of the conditions under which painting work will be done. 3.02 PREPARATION A. Preparation of Surfaces: 1. Steel and Iron: Remove grease, rust, scale and dust and touch-up any pitted or abraded places on items that have been shop coated. Where _ steel and iron have a heavy coating of scale, it shall be removed by wire brushing or sandblasting if necessary to produce a satisfactory surface for painting. -- 2. General: Before painting, remove hardware, accessories, plates, light fixtures, and similar items, or provide ample protection of such items. Upon completion of each space, replace above items. When necessary disconnect convector covers to permit painting of surfaces -- behind them; replace and re -connect upon completion. Use only skilled mechanics for removal and connection items. 3. Galvanized Products: Follow recommendations of Paint Manufacturer for the proper surface preparation of galvanized metals scheduled to be _ painted. Paint which improperly bonds with galvanized surfaces will not be accepted and shall be removed and re -applied to the satisfaction of the Owner's Representative. -- 3.03 INSTALLATION AMTECH ROOFING CONSULTANTS, INC. 09900-4 RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK A. Do not apply exterior paint in damp, rainy weather, or until the surface has thoroughly dried from the effects of such weather. Do not paint when the temperature is below 50 degrees Fahrenheit. B. Surfaces to be painted shall be clean, dry, smooth and adequately protected from dampness. C. Each coat of paint shall be well-brushedon, worked out evenly and allowed to dry at least_ 48 hours before subsequent coats are applied. D. Finish work shall be uniform, approved color, smooth and free from runs, sags, defective brushing, clogging or excessive flooding. Make edges of paint adjoining other materials or colors sharp and clean with overlapping as required. E. Paint all exposed exterior metals that are not furnished in pre -finished colors and where shown on the Drawings to be painted. Only paint exterior galvanized metals that are noted to be painted. 3.04 WARRANTY The Contractor shall guarantee all work performed under this contract for a period of one (1) year from date of acceptance against all defects in materials and workmanship. Cracking, peeling, scaling of paint, or rusting shall be judged as defective work. END OF SECTION AMTECH ROOFING CONSULTANTS, INC. 09900-5 RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK SECTION 15100 GENERAL MECHANICAL REQUIREMENTS PART 1 - GENERAL The requirements of this Section are an extension and are in addition to the requirements of the Uniform General Conditions, Supplementary General Conditions, Forms, Specification Sections found in Division 1 through Division 16 and all Drawings. 1.01 WORK INCLUDED A. The work shall include all heating, air conditioning and ventilation work shown in the Drawings and as indicated or implied herein. B. Lifting, moving, re -setting and/or modifications to existing equipment, curbs, service lines, etc. C. Installation of all sleeves and the cutting and patching of all holes necessary for the convenient and proper installation or disconnects and reconnections of the Work. D. Any work installed without regard to the work of -- other trades which must, in the opinion of the Architect, must be relocated to permit the installation of other work, shall be moved and reinstalled as a part of this work without additional cost to the Owner. E. Existing conditions such as pavements, sidewalks, interior and exterior finishes and other work shall be restored to its original or better condition where disturbed by the work of this Section. F. Includes the setting of Owner supplied curbs and temporary waterproofing for the removal and installation of a new HVAC unit. 1.02 QUALITY CONTROL A. The Contractor(s) performing work under this Section shall be qualified in their respective trade(s) with a minimum of five (5) years documented experience in working with the ANTECH ROOFING CONSULTANTS, INC. 15100 - 1 r-• RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK F systems currently existing or herein specified. B. The Mechanical Contractor shall carry a State of Texas Class "A" license which shall be in effect at the time the project is bid and shall be maintained throughout the duration of the project. All requirements of the license and its administration shall be met in full. C. All work shall be in strict conformance to the requirements of the latest accepted edition of the Uniform Mechanical and Plumbing Codes and any other codes which might be in force in the jurisdiction in which the Work is performed. 1.03 PLANS AND SPECIFICATIONS A. Plans and Specifications or these Construction Documents are to be considered as mutual complements or both. If conflicting requirements are indicated, the most restrictive requirements shall apply as determined by the Architect. Information provided herein and on the Drawings is as accurate and complete as could be secured at the time of preparation of this design, but complete and timely accuracy is not represented as being wholly accurate. B. The intent of the Plans and Specifications is to provided complete functioning systems in every respect. The Contractor shall furnish all material and equipment and shall perform all labor to achieve this intent, whether or not such material or equipment is indicated by the Plans and Specifications. Whenever the term "provide" is used, it shall mean "furnish and install". C. Errors or discrepancies in the Plans and Specifications shall be referred to the Architect prior to submission of a bid to the Owner. Requests for extra costs due to failure to advise of design errors, omissions or interferences prior to bidding shall be denied and the Contractor shall complete the installation in an acceptable manner without additional compensation. D. Routing of pipe and ductwork and location, disconnect and reconnection of existing equipment, apparatus and other devices shown on the Drawings are for general guidance. The Contractor shall coordinate his work with other Contractors and shall provide necessary AMTECH ROOFING CONSULTANTS, INC. 15100 - 2 f`. RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK deviations in routing as far as 10'-0" from those shown or referred to in this Section to provide systems as specified or implied, without interference and pursuant to these requirements at no additional cost to the Owner. 1.04 PRODUCT DELIVERY, STORAGE AND HANDLING A. Materials shall be delivered in bulk as necessary so as to provide continuous operations and no delay in the progression of the work. Schedule and coordinate with the Owner all necessary deliveries so as to cause the least inconvenience to the Owner's daily activities. All deliveries and unloading or loading activities shall be the responsibility of the Contractor with the Owner in no way responsible for same. B. Store all products in accordance with manufacturer's instructions, with seals and labels intact and legible. Store materials subject to weather and water damage in fully enclosed watertight trailers. Maintain all materials within temperature and humidity ranges required by manufacturer's instructions. C. For exterior storage of products, place on sloped supports above ground. Cover products subject to deterioration with impervious sheet covering. Provide ventilation and any required heating to avoid condensation. D. Store flammable products away from the building with all cans having lids sealed. Provide manufacturer's safety data sheets for all products delivered to the jobsite. Band together all loose pipe sections and stack no more than one pallet high. Store all loose fittings in marked boxes by size and type. E. Arrange storage to provide access for inspection. Periodically inspect to assure products are undamaged, and are maintained under required conditions. F. Advise the Owner's maintenance personnel a minimum of forty-eight (48) hours in advance of the shutdown of any equipment or service. 1.05 SUBMITTALS A. Submit product data and certificates under AMTECH ROOFING CONSULTANTS, INC. 15100 - 3 . RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK provisions of Section 01300. Provide manufacturers printed data on all materials provided including, but not limited to the following: 1. Piping and fittings. 2. Ductwork. 3. Duct insulation. 4. Hangers and fasteners for piping and ductwork. B. Submit shop drawings indicating the following at a minimum. Shop Drawings shall be to scale and shall show all materials, fittings, new and/or existing equipment and all incidentals to the work required. 1. Layout of ductwork and/or piping. 2. Riser diagrams. 3. Hanger diagrams indicating proposed attachment and locations. 4. Ductwork jointing and all special sheetmetal and insulating conditions. C. Submit a schedule indicating proposed time of disconnect and reconnection of existing condition and proposed time each piece of equipment shall be out of operation. D. Submit a plan of equipment removal and reinstallation indicating all procedures including method of evacuation and capture of fluorocarbons, controls maintenance, start-up after reinstallation, hoisting and lifting, and any other items specific to the equipment being affected. 1.06 CLOSEOUT PROCEDURES AND WARRANTY A. Prior to substantial completion submit operation and maintenance instructions in accordance with the provisions of Section 01700. B. Maintain record drawings of conditions throughout construction indicating deviations from the original Construction Documents and/or Shop Drawings. Prior to substantial completion submit two (2) record copies of redmarked prints of the original Drawings and Shop Drawings to the Owner indicating all changes. C. All work provided under this Section shall be warranteed for a period of not less than one- AMTECH ROOFING CONSULTANTS, INC. 15100 -= 4 r RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK year from the date of Substantial Completion of the overall project. PART 2 - PRODUCTS 2.01 Piping Systems A. Piping Materials 1. Steel Pipe: ASTM A53B. 2. Malleable Iron Threaded Fittings: ANSI B16.3. 3. Flange Bolt, Sets: ASME Pressure Piping. 4. PVC Piping: Schedule 40. 5. PVC Fittings: Schedule 40. B. Rooftop Pipe Support Systems 1. All piping supported on the roof shall be on one of the two following systems with the hardware for each system being provided by this Contractor. The Roofing Contractor shall be responsible for all curbs and flashings, traffic support pads, sheetmetal flashings, etc., as required for the proper and final installation of these support systems. 2. Miro Industries, Inc. or equal. Support No. 48R: For support of single gas lines 1-1/4" diameter and less and single electrical conduit 2" diameter and less and all PVC condensate lines. Space so as to not allow appreciable sagging in any line. 3. Roller Assemblies as shown on Drawings: Comprised of a Unistrut channel mounted with galvanized steel bolts through neoprene washers into metal capped curb assemblies. Wedge type galvanized steel inserts with 3/8" galvanize steel all -thread and a steel roller assembly designed for the unimpeded movement of larger single pipes. Provide with upper roller assemblies to prevent the pipe from lifting from the lower rollers. Install upper and lower rollers so as to not bind pipe and prevent movement. Adjust assemblies to provide for horizontal support of pipe at spacings not exceeding 10'-0" apart and within 12" of all corners and tees. Provide for -gas piping in excess of 1-1/2" diameter and electrical conduit in excess of 2" diameter. AMTECH ROOFING CONSULTANTS, INC. 15100 - 5 r• RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK r2.02 SHEETMETAL DUCTWORK A. Provide ductwork extensions or modifications where required due to the movement or raising of mechanical equipment. All ductwork shall conform to the following standards. 1. Low pressure ducts shall be constructed of galvanized steel sheets in accordance with the recommended construction for low pressure ductwork insofar as gauges of metal to be used, bracing of joints and joint construction as established in HVAC DUCT CONSTRUCTION STANDARDS, First Edition, as published by Sheetmetal and Air Conditioning Contractors National Association, Inc. (SMACNA). 2. Unless indicated otherwise, all ducts shall be constructed in conformance with 1" w.g. pressure class. 3. Make square elbows where shown or required, with factory -fabricated turning vanes. Make all other changes in direction with rounded elbows having a centerline radius equal to 1-1/2" times the width of the duct in the plane of the bend. 4. Make transformations in duct shape or dimension with gradual slopes on all sides. Make increases in dimensions in the direction of air flow, with a maximum sloe of 1" in 7" on any side. Make decreases in dimensions in the direction of air flow with a slope of 1" in'4" where conditions necessitate. 5. Ducts in excess of. 36" in any transverse dimension shall utilize SMACNA "J" and "F" connections. B. Line all ducts with 1" thick Manville "Linacoustic" or equal mat faced duct liner coated with neoprene on one side. Average thermal conductivity shall be .26 but-in./sq. ft.-degree F. at a mean temperature of 75 F. Install per manufacturer's recommendations using weld pins or Tuffbond or equal adhesive with adhesive type metal clips. The ductwork insulation shall not reduce the existing air flow area of any duct. AMTECH ROOFING CONSULTANTS, INC. 15100 - 6 F RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK C. Apply Kingco Seal -Rite 18-120, Blue Glue, Hardcast or equal duct sealer to all interior and exterior duct joints. PART 3 - EXECUTION 3.01 PIPING INSTALLATION A. Install piping as indicated on the Drawings or where it currently exists and as is necessitated by the moving of'associated mechanical units. The location of rooftop lines are shown on the Drawings. The Contractor shall be responsible for determining the extent of work required below deck for any piping relocation or modifications. B. All systems shall be straight and true and properly graded for correct flow of contained materials and to provide drainage. Cut pipes accurately to measurements established at the building and work into place without forcing or springing. C. Make all changes in pipe sizes with reducing fittings. Use no long screws or bushings. D. Install support systems, hangers and insulation as designated in Part 2 of this Section. 3.02 HOISTING The Contractor shall be responsible for hoisting all materials and equipment to be furnished, modified, relocated or installed under this Section. All hoisting shall be compliant with all city, state and federal codes and regulations. 3.03 ACOUSTICS AND VIBRATION A. All items, new or reinstalled under this Section, which are a source of noise and/or mechanical vibration generation shall be installed with proper attenuation provisions including absorbers, isolators or mufflers as required to prevent objectionable noises and vibrations within the building. B. Where absorbers or isolators are found to be deteriorated or damaged prior to equipment relocation, such conditions shall be called to the attention of the Architect and work shall AMTECH ROOFING CONSULTANTS, INC. 15100 - 7 RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK not proceed until such time as the issue is addressed. Where these devices are determined to be in good condition they shall be reinstalled in working order. 3.04 REMOVED MECHANICAL EQUIPMENT All mechanical equipment, wiring, copper components and controls determined to not be reused remains the property of the Owner and shall be delivered to its designated storage location on the same day as its removal. Any materials lost in transit shall have its value restored to the Owner. Any equipment designated to be removed and not returned to the Owner and any conduit or steel piping not reused by the Contractor shall be disposed of as part of this contract. 3.05 TESTING OF RELOCATED MECHANICAL EQUIPMENT AND LINES A. All equipment which is moved or disturbed shall have testing conducted. B. Pressure testing shall be as follows: 1. The refrigerant piping shall be tested before any covering is applied, using carbon dioxide or dry nitrogen, and Freon under pressure as hereinafter specified. ra. The high side shall be tested at 300 psig for R-12 and 450 psig for R-22. b. The low side shall be tested at 150 t psig. 2. Tests shall be accomplished in accordance with procedures recommended by the equipment manufacturer. The Owner shall be notified 24-hours in advance of any testing. f" 3. With the test pressure in the system, all " joints shall be sharply tapped with a rubber or rawhide mallet sufficiently hard to break loose any defective joints. Every joint l l shall then be swabbed with a soap solution. After testing, the solution shall be wiped off each joint. 4. if an leaks are found the y pressure shall be relieved from the system, the leaking joint shall be disassembled, thoroughly ."' cleaned, and remade as a new joint. Tests AMTECH ROOFING CONSULTANTS, INC. 15100 - 8 F RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK shall then be conducted again in the same order as listed above. 5. After the system is found to be leak -free by the aforementioned process, Freon shall be introduced with an inert gas at the same pressures, hereinbefore specified, at a rate of 1/2 lb. per ton of refrigeration. All joints shall then be carefully tested with a halide torch or electronic leak detector and any leaks found shall be repaired as specified above. After the system is found to be tight, it shall be allowed to stand under test pressure, disconnected from the pressure source, for a period of 24 hours. If the system loses pressure, other than that caused by temperature changes, then further tests for leaks shall be made. C. System Evacuation shall be in accordance with the following procedures. 1. After completion of the above pressure tests, the system shall be evacuated using an approved auxiliary vacuum pump. 2. Connections for evacuation shall be in accordance with manufacturer's recommendations. 3. A vacuum dehydration indicator shall be used. Dial -type gauges are not acceptable. 4. The vacuum pump shall be operated until a vacuum in excess of 150 microns is obtained and has been maintained for a period of at least four hours. The vacuum shall then be broken with Freon and the system shall again be evacuated as specified. 5. Evacuation shall not be undertaken when the ambient temperature around the equipment is lower than 70 degrees F. D. Charging of the systems shall be given through the charging valve in the high side passing all the liquid refrigerant through a charging dehydrator. All charging lines and gauges shall be purged of air prior to connection with the system. -The refrigerant shall be unused and shall be delivered in clean drums. After the system is fully charged, it shall be started and while in operation tested again for leaks with a halide torch or electronic leak detector. After successful completion of all these tests, the AMTECH ROOFING CONSULTANTS, INC. 15100 - 9 RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK E piping can be insulated and the system placed in rfull operation. 1 E. All existing gas lines, whether moved, disturbed, or worked around shall be pressure checked per applicable city and other governing codes. All leaks shall be immediately repaired to the Owner's satisfaction. F. The Contractor shall keep accurate records of all testing and charging of the system and deliver the records to the Owner upon completion of the charging of each unit. 3.06 EQUIPMENT CURBS A. All new equipment curbs shall be as shown on the Drawings. B. Pre -manufactured sheetmetal curbs shall be equal to those produced by Thycurb, Inc. and shall be construction of 18-gauge galvanized sheetmetal with all joints fully soldered. Where the curbs are used to separate interior and exterior spaces the curbs shall be insulated. Each curb will be fitted with a 2 x wolmanized woodblock securely fastened to the top with galvanized or stainless steel screws. Where indicated on the Drawings a sheetmetal cap of 24-gauge galvanized metal with fully soldered or welded joints shall be provided. The caps shall be fastened with galvanized or stainless screw screws with neoprene -head washers and shall be spaced at a maximum of 16" on center with a minimum of two screws on each side. Sides with dimensions of less than 8" require one fastener per side. ,C. See the Drawings and Specification Section 06100 for wood curbs to be installed by others. END OF SECTION ANTECH ROOFING CONSULTANTS, INC. 15100 - 10 F RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK SECTION 16000 ELECTRICAL PART 1 - GENERAL RELATED REQUIREMENTS: The requirements of this Section are an extension and are in addition to the requirements of the Uniform General Conditions, Supplementary General Conditions, Forms, Specification Sections found in Division 1 through Division 16 and all Drawings. 1.01 A. The Contractor's electrical sub -contractor is directed to General Conditions, for provisions which may apply to the work under this Section B. These specifications include all labor, materials, equipment and related items required to disconnect and re -connect all equipment, electrical relocations as required and to complete the work within the intent of the drawings and specifications, whether or not specifically mentioned. For this reason, the Contractor shall visit the site before submitting his bid and familiarize himself with the areas in which work is to be, done. Electrical work necessary for this project includes but is not limited to the resetting of conduit for building and HVAC units, removal of unused conduits, the disconnecting and reconnecting of electrical supply to HVAC units scheduled to receive new curbs, etc., all in accordance and necessary to achieve proper flashing heights and details as set forth. C. Set all sleeves and cut and patch all miscellaneous holes necessary for the convenient and proper installation of the Work according to Sections as applicable. Required holes through existing masonry construction with an area of less than 35 square inches shall be considered miscellaneous holes. D. Any work installed without regard to the work of other crafts which must, in the opinion of the Owner's Representative, be moved to permit the installation of other work, shall be moved and replaced as a part of this work without extra charge. AMTECH ROOFING CONSULTANTS, INC. 16000-1 RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK Wi 4 Y F E. Removed conduits shall have all associated wire and cables taken back to associated circuit breaker, fuse box or other such junction so as to allow for complete removal with no exceptions taken with regards to safety or code requirements. 1.02 PLANS AND SPECIFICATIONS A. Plans and Specifications are to considered as mutually complementary, and requirements of one shall be considered as requirements of both. If conflicting requirements are shown, the most restrictive requirement shall apply as ascertained by owner's Representative. B. The intention of the Plans and Specifications is to provide complete functioning systems in every respect. Contractor shall furnish all materials and equipment and shall perform all labor required to achieve this intent, whether or not such material and equipment is indicated herein. Wherever the term "provide" is used, it shall mean furnish and install. C. All plans and specifications shall be examined by the Contractor prior to submission of quotations to determine systems interface and conditions which could cause interface of deviations in equipment locations and routing. Errors or discrepancies on the plans or in specifications shall be referred to the Owner's Representative prior to submittal of bid to the Owner. Requests for extra costs due to failure to advise of design errors, omissions or interferences prior to bidding shall be denied and Contractor shall complete the installation in an acceptable manner without extra compensation. D. Routine of conduit on roof surface with extensions for flashing devices is shown on plans for general guidance. The Contractor shall coordinate his work with all trades and shall provide necessary deviations in routing as far as 10 feet from those shown to provide systems as specified or implied, without interference and pursuant to these requirements at no additional cost to the Owner. AMTECH ROOFING CONSULTANTS, INC. 16000-2 RE -ROOF LUBBOCK HEALTH DEPARTMENT CITY OF LUBBOCK E. Manufacturer's latest printed instructions and recommendations are to be followed at all times _ regarding all equipment disconnects and re- connects and covering points not listed or shown on the drawings or described in the Specifications. F. Layout and installation of electrical work shall be coordinated with the overall re- roofing work and other trades to prevent delay in completion of the project. Complete Drawings and Specifications for the entire job shall be available at the job site. G. Conduit shall be installed or relocated to allow for the installation of the proper supports. 1.03 SHOP DRAWINGS AND PRODUCT.DATA The Contractor shall submit shop drawings for all work required by this Section of the Specifications. 1.04 RELATED Contractor shall follow and be responsible for all necessary contract closeouts, hoisting, caulking and sealants, hangers and related items pertaining to this contract as dictated by the specification contract documents. PART 2 - MATERIALS 2.01 MATERIALS A. Where mechanical items must be disconnected and re -connected as necessary by the re -roofing of the specified areas at these facilities, all wires, conduits, panels, motor starters, raceways, switches, stations, etc. shall be replaced or renewed to match existing if damaged, cut or needing extension, etc. All _ materials shall meet the minimum standards of the National Electrical Code, 1992 edition. B. Prior to installation, coordinate all necessary -- work with Owner's Representative for proper approval. AMTECH ROOFING CONSULTANTS, INC. 16000-3 RE -ROOF LUBBOCK HEALTH DEPARTMENT F CITY OF LUBBOCK f L' PART 3 -EXECUTION F 3.01 Work shall be performed by a qualified electrical contractor, licensed to do work in the City of Lubbock in which the work is located and the State of Texas. All workmanship shall be in compliance with all code requirements and shall be inspected as required by all governing authorities. All work will meet the minimum standards of the National Electrical Code, 1992 edition. All work necessary shall be in compliance with Owner's requests for proper scheduling and so that the least amount of interference with daily production and administration duties is required. ALL MECHANICAL, PLUMBING AND ELECTRICAL WORK_WILL CONFORM TO THE REQUIREMENTS OF THE LATEST EDITIONS OF THE NATIONAL MECHANICAL, PLUMBING AND ELECTRICAL CODES. END OF SECTION AMTECH ROOFING CONSULTANTS, INC. 16000-4 F