HomeMy WebLinkAboutResolution - 2002-R0104 - Contract For Roof Replacement - Hamilton Roofing Company - 03/14/2002Resolution No. 2002-80104
March 14, 2002
Item No. 36
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK
THAT the Mayor of the City of Lubbock BE and is hereby authorized and
directed to execute for and on behalf of the City of Lubbock, a Contract for the roof
replacement at Pump Stations #3, #6, & #8 and Montelongo Swimming Pool, by and
between the City of Lubbock and Hamilton Roofing Company of Lubbock, Texas, and
related documents. Said Contract is attached hereto and incorporated in this resolution
as if fully set forth herein and shall be included in the minutes of the City Council.
Passed by the City Council this 14th day of March , 2002.
WINDY SIT , MAYOR
ATTEST:
Rebecca Garza, City Secretary
APPROVED AS TO CONTENT:
Victor Kilman, Purchasing Manager
APPROVED AS TO FORM:
A4 -
William de Haas
Contract Manager/Attorney
gs/ccdocs/Contract-Hamilton Roofing Co.res
March 4, 2002
0 Im FRA
F
77�
TPN F I
N EXAS
2.(d Av
Yf
j-
'CITY 'OF-LU6Wdk'
F
[a I WA I M m a 11 as] awisim kFMI�w
77�
TPN F I
N EXAS
2.(d Av
Yf
j-
[a I WA I M m a 11 as] awisim kFMI�w
77�
TPN F I
N EXAS
2.(d Av
[a I WA I M m a 11 as] awisim kFMI�w
City of Lubbock
PURCHASING DEPARTMENT
ROOM L04, MUNICIPAL BUILDING
1625 13TH STREET
LUBBOCK, TEXAS 79401
PH: (806)775-2167
FAX:(806)775-2164
http://purchasing.ci.lubbock.tx.us
MAILED TO VENDOR:
CLOSE DATE:
ITB #039-021RS, Addendum #1
ADDENDUM #1
ITB #039-021RS
City of Lubbock Roof Replacement
at Pump Stations 3, 6, & 8 and
Montelongo Swimming Pool
February 21, 2002
February 28, 2002 @ 2:00 P. M.
The following items take precedence over specifications for the above named Invitation to Bid (ITB).
Where any item called for in the ITB documents is supplemented here, the original requirements, not
affected by this addendum, shall remain in effect.
1. Please find enclosed the three (3) page Addendum #1 issued by Stiles, Wallace and Associates.
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 be faxed to : (806)775-2164
or Email to: RShuffield@mail.ci.lubbock.tx.us
039-021RSadd1
THANK YOU,
CITY OF LUBBOCK
Ron Shuffield
Senior Buyer
PLEASE RETURN ONE COPY OF THIS ADDENDUM WITH YOUR BID.
x �Oa>wm
3D�r->m
mX
mx
4t
y mmozco
Z Z�mr-m•V
�c0C�
30mn
3�5
D�
�w
n�
-0D�
ZrnZ�
rn rn-ocnn�
C— O
3yM-
z
0
0' m -
D m0mZmz
Oxr-1c�,
D�
Cjc
ZZ,x
CA
zlm•C
Zm
U) °'
M CA
—0
z-m-iDOx�m
D�(1)M
'D
z�C
mCO)
D?
Wcn
m0
AO
E
zzz
r- —D3
* N
f/lx
CO
mp-1
�nzDm
r" >>
Z�
-n0
o
x
ma
`2mzD
xC
>F-
c' c0rnmcn
o o
mx
=+oa
m
vm
�-�
Gr-
m
X
poo
��w
M��D•
n
M L�OZxx-n
D-�<
D
pr
0
ca
=�-i3
a3v�c.-�
DiaCa
�z0Z
m
D p- -<
z =Dxm�
f- )N
0
M-4
rMD
'i0a
v
m
A A
m-�
i
I w N
nooiCC: w -4r -
w m
Z*
CJ
-L
n xa
�
cn m
0
p
z
m
x
-0-4m-0>z
XOva(Am
m G) Z
z w a z
Drarn
X 0
G)3'm
caXx
a -a m to
�m
mx
'e rn
A>02
M=m
' O a z
M
r
z
m ca
z mrm�
c -m0
C=DZ
OZ
zmz\
rnG)
imZD-p'+_,m�n
3Gz)-4�
m'z��
vN
ZZ�x
0
z
Oar--�iay
Zrm'C
M
CO)
M=CP
c
O
mDO��m
zr0-c
z
m=m
m0
300 M �m0
3
--iry�ro
m.oCn
me
OOzzz
x�-nz
Wr0D3�m
m
O
O0zam-1
�aN
0z ,
incrn
=r-1
�z
ma
cm
�c
p
�_"
m
ar-mmw
M;O;u>VO
"i0D
p0r
is
A
00ic c
mNN
z
-+
D
z
00Z=;a
D -I<
yr -n
O
�Mm
O
cicv_=0:;
Dac)O5cn
z0a
r -Oa
G);o
m
m
acs
rn-njra'
ciD=mom
rm-2Z
400<0
nm>
n
z
= m
N N
m m
'i
3
I
a
m
cn
.ow CITY OF LUBBOCK
INVITATION TO BID
P-,
FOR
TITLE: CITY OF LUBBOCK ROOF REPLACEMENT AT PUMP
STATIONS 3, 6, & 8 AND MONTELONGO SWIMMING POOL
ADDRESS: LUBBOCK, TEXAS
�e
ITB NUMBER: 039-02/DC
PROJECT NUMBER: 90120.9226
.x,
CONTRACT PREPARED BY: PURCHASING DEPARTMENT
INDEX
a-+
A
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
=y
CURRENT WAGE DETERMINATIONS
SPECIFICATIONS
r
b;
r.
No Text
w
x-
NOTICE TO BIDDERS
ITB #039-021DC
Sealed bids addressed to Victor Kilman, Purchasing Manager, City of Lubbock, Texas, will be received in the
fce of the Purchasing Manager, Municipal Building, 1625 13th Street, Room L-04, Lubbock, Texas, 79401, until 2:00
clock p.m. on the 28th day of February 2002, or as changed by the issuance of formal addenda to all planholders, to
mesh all labor and materials and perform all work for the construction of the following described project with a budget
nount of 120000.00:
"CITY OF LUBBOCK ROOF REPLACEMENT AT PUMP
STATIONS 3, 6, & 8 AND MONTELONGO SWIMMING POOL"
After the expiration of the time and date above first written, said sealed bids will be opened in the office of the
.irchasing Manager and publicly read aloud. It is the sole responsibility of the bidder to ensure that his bid is actually in
e office of the Purchasing Manager for the City of Lubbock, before the expiration of the date above first written.
Bids are due at 2:00 o'clock p.m. on the 28th day ua
of Febrry 2002, and the City of Lubbock City Council will
insider the bids on the 14th da of March 2002 at the Municipal Building, 1625 13th Street, Lubbock, Texas, or as
)on thereafter as may be reasonab y convenient, subject to the right to reject any or all bids and waive any formalities.
ie successful bidder will be required to furnish a performance bond in accordance with Chapter 2253, Government
ode, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the
iccessful bidder will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the
nount of 100% of the total contract price in the event that said contract price exceeds $25,000. Said statutory bonds
iould be issued by a company carrying a current Best Rating of B or superior.
Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's or certified
Teck issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without
course 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
iarantee that bidder will enter into a contract and execute all necessary bonds (if required) within fifteen (15) days after
►tice 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
mditions under which the work is to be done. It shall be understood and agreed that all such factors have been
roughly investigated and considered in the preparation of the bid submitted. There will be a non -mandatory pre-bid
,nference on 19th day of February, 2002 at 9.00 o'clock a.m., in the Planning Conference Room 107, Lubbock,
Was.
Bidders may view the plans and specifications without charge at Lubbock City Hall, 1625 13th Street, Lubbock,
was, Purchasing Department, Room L-04. Plans and specifications may be obtained by the bidder for a $100.00
fundable deposit per set. Plans and specifications may be obtained from Stiles Wallace & Associates, 3307 Ave
Lubbock, TX 79411, Phone: (806) 795-6431. Plans and specifications will be.shipped at the bidder's expense. If
dder requires overnight or second day expedited method parcel shipment, the bidder will incur shipping charges and
ust furnish the name of the service to be used and the bidder's account number.
Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included
the contract documents on file in the office of the Purchasing Manager of the City of Lubbock, which document is
iecifically referred to in this notice to bidders. Each bidder's attention is further directed to provision of Article 5159a,
;rnon's Ann. Civil St., and the requirements contained therein concerning the above wage scale and payment by the
intractor 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
Ivertisement, minority and women business enterprises will be afforded equal opportunities to submit bids in response to
is invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in
►nsideration for an award.
The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre-bid meetings and
d openings are available to all persons regardless of disability. If you would like bid information made available in a more
;cessible format or if you require assistance, please contact the City of Lubbock Human Relations Office at (806) 775-
'81 at least 48 hours in advance of the meeting.
YCTOR
CIITY OF LUBBOCK
KI MAN
PURCHASING MANAGER
No
W
GENERAL INSTRUCTIONS TO BIDDERS
BID DELIVERY, TIME & DATE
1.1 The City of Lubbock is seeking written and sealed competitive bids to furnish CITY OF LUBBOCK ROOF
REPLACEMENT AT PUMP STATIONS 3, 6, & 8 AND MONTELONGO SWIMMING POOL per the
attached specifications and contract documents. Sealed bids will be received no later than 2:00 p.m.
CST, the 28th day of February, 2002 at the office listed below. Any bid received after the date and hour
specified will be rejected and returned unopened to the bidder. Each bid and supporting documentation
must be in a sealed envelope or container plainly labeled in the lower left-hand comer: "ITB #039-02/DC,
CITY OF LUBBOCK ROOF REPLACEMENT AT PUMP STATIONS 3, 6, & 8 AND MONTELONGO
SWIMMING POOL" and the bid opening date and time. Bidders must also include their company name
and address on the outside of the envelope or container. Bids must be addressed to:
Victor Kilman, Purchasing Manager
City of Lubbock
1625 13th Street, Room L-04
Lubbock, Texas 79401
1.2 Bidders are responsible for making certain bids are delivered to the Purchasing Department. Mailing of a
bid does not ensure that the bid will be delivered on time or delivered at all. If bidder does not hand deliver
bid, we suggest that he/she use some sort of delivery service that provides a receipt.
1.3 Bids will be accepted in person, by United States Mail, by United Parcel Service, or by private courier
service. No bids will be accepted by oral communication, telephone, electronic mail, telegraphic
transmission, or telefacsimile transmission. THE CITY WILL NOT ACCEPT FAX BIDS.
1.4 The City of Lubbock reserves the right to postpone the date and time for opening bids through an
addendum.
PRE-BID MEETING
2.1 For the purpose of familiarizing bidders with the requirements, answering
nd
as needed for the clarification of the Invitation to Bid (ITB) documents, a on mandatory pre-bid meetions, and issuintinaa
will be held at 9`.00 a.m. February19th 2002 in Plannin Conference Room 107 Lubbock Texas. All
persons attending the meeting will be asked to identify themselves and the prospective bidder they
represent.
2.2 It is the bidder's responsibility to attend the pre-bid meeting though the meeting is not mandatory. The
City will not be responsible for providing information discussed at the pre-bid meeting to bidders who do
not attend the pre-bid meeting.
ADDENDA & MODIFICATIONS
3.1 Any changes, additions, or clarifications to the ITS are made by written bid addenda.
3.2 Any bidder in doubt as to the true meaning of any part of the specifications or other documents may
request an interpretation thereof from the Purchasing Department. At the request of the bidder, or in the
event the Purchasing Department deems the interpretation to be substantive, the interpretation will be
made by written addendum issued by the Purchasing Department. Such addendum issued by the
Purchasing Department will be sent to all bidders receiving the original Invitation to Bid (ITB) and will
become part of the bid package having the same binding effect as provisions of the original bid. NO
VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for
interpretation considered, the request must be submitted in writing and must be received by the City of
Lubbock Purchasing Department no later than five {5) days before the bid closing date.
3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock
a shall not be legally bound by any amendment or interpretation that is not in writing. Only information
supplied by the City of Lubbock Purchasing Department in writing or in this ITB should be used in
preparing bid responses. All contacts that a bidder may have had before or after receipt of this ITS with
+�* any individuals, employees, or representatives of the City and any information that may have been read in
any news media or seen or heard in any comYnUnication facility regarding this bid should be disregarded in
preparing responses.
r
1
3.4 The City does not assume responsibility for the receipt of any addendum sent to bidders.
EXAMINATION OF DOCUMENTS AND REQUIREMENTS
' If 'th II
4.1 Each bidder shall carefully examine all ITB documents and thoroughly familiarize itse wi a
requirements before submitting a bid to ensure that their bid meets the intent of these specifications.
4.2 Before submitting a bid, each bidder shall be responsible for making all investigations and examinations
that are necessary to ascertain conditions and requirements affecting the requirements of this Invitation to
Bid. Failure to make such investigations and examinations shall not relieve the bidder from obligation to
comply, in every detail, with all provisions and requirements of the Invitation to Bid. --
4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents,
shall be given to the Purchasing Manager and a clarification obtained before the bids are received, ^
and if no such notice is received by the Purchasing Manager prior to the opening of bids,
then it
shall be deemed that the bidder fully understands the work to be included and has provided
sufficient sums in its bid to complete the work in accordance with these plans and specifications.
If bidder does not notify Purchasing Manager before bidding of any discrepancies or omissions, ^_
then it shall be deemed for all purposes that the plans and specifications are sufficient and
adequate for completion of the project. It is further agreed that any request for clarification must
be submitted no later than five (5) calendar days prior to the opening of bids. _
BID PREPARATION COSTS
5.1 Issuance of this ITB does not commit the City of Lubbock, in any way, to pay any costs incurred in the
preparation and submission of a bid.
5.2 The issuance of this ITB does not obligate the City of Lubbock to enter into contract for any services or
equipment.
5.3 All costs related to the preparation and submission of a bid shall be paid by the bidder.
TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT
6.1 If you consider any portion of your bid to be privileged or confidential by statute or judicial decision,
including trade secrets and commercial or financial information, clearly identify those portions.
6.2 The City of Lubbock will honor your notations of trade secrets and confidential information and decline to
release such information initially, but please note that the final determination of whether a particular
portion of your bid is in fact a trade secret or commercial or financial information that may be withheld from
public inspection will be made by the Texas Attorney General or a court of competent jurisdiction. In the
event a public information request is received for a portion of your bid that you have marked as being
confidential information, you will be notified of such request and you will be required to justify your legal
position in writing to the Texas Attorney General pursuant to Section 552.305 of the Government Code. In
the event that it is determined by opinion or order of the Texas Attorney General or a court of competent
jurisdiction that such information is in fact not privileged and confidential under Section 552.110 of the
Government Code and Section 252.049 of the Local Government Code, then such information will be
made available to the requester.
6.3 Marking your entire bid CON FIDENTIAUPROPRIETARY is not in conformance with the Texas Open
Records Act.
LICENSES PERMITS TAXES
The price or prices for the work shall include full compensation for all taxes, permits, etc. that the bidder is or may
be required to pay.
CONFLICT OF INTEREST
8.1 The bidder shall not offer or accept gifts or anything of value nor enter into any business arrangement with
any employee, official or agent of the City of Lubbock.
8.2 By signing and executing this bid, the bidder certifies and represents to the City the bidder has not offered,
conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special
treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any other
exercise of discretion concerning this bid.
.w,
CONTRACT DOCUMENTS
9.1 All work covered by the contract shall be done in accordance with contract documents described in the
General Conditions.
9.2 All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for
the construction of this project and shall be responsible for the satisfactory completion of all work
contemplated by said contract documents.
PLANS FOR USE BY BIDDERS
It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by
the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without
charge or forfeiture of deposit. The contract documents, may be examined without charge as noted in the Notice
to Bidders.
I BIDDER INQUIRIES AND CLARIFICATION OF REQUIREMENTS
11.1 It is the intent and purpose of the City of Lubbock that this request permit competitive bids. It sha
bidder's responsibility to advise the Purchasing Manager if any language requll be the
irements etc or anv
combinations thereof inadvertent)y restricts or limits the requirements stated in this ITB to a sin le source.
Such notification must be submitted in writing and must be received by the City of Lubbock Purchasing
Office no later than five (5) calendar days before the bid closing date. A review of such notifications will be
F made.
11.2 NO BIDDER SHALL REQUEST ANY INFORMATION VERBALLY: ALL REQUESTS FOR ADDITIONAL
INFORMATION OR CLARIFICATION CONCERNING THIS INVITATION TO BID (ITB) MUST'BE
SUBMITTED IN WRITING NO LATER THAN FIVE (5) CALENDAR DAYS PRIOR TO THE BID
CLOSING DATE AND;ADDRESSEb TO:
DIANA CAUDILLO, BUYER
City of Lubbock
1625 13th Street
Lubbock, Texas 79401
.Y
Fax: (806) 775-2164
Email: dcaudillo@mail.ci.lubbock.tx.us
TIME AND ORDER FOR COMPLETION
12.1 The construction covered by the contract documents shall be fully completed within ONE HUNDRED
FIFTY (150) CONSECUTIVE CALENDAR DAYS from the date specified in the Notice to Proceed issued
by the City of Lubbock to the successful bidder.
12.2 The Contractor will be permitted to prosecute the work in the order of his own choosing,
however, the City reserves the right to require the Contractor to submit a progress schedule of the work
contemplated by the contract documents. In the event the City requires a progress schedule to be
submitted, and it is determined by the City that the progress of the work is not in accordance with the
progress schedule so submitted, the City may direct the Contractor to take such action as the City deems
necessary to ensure completion of the project within the time specified.
PAYMENT
All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the
contract documents.
g I 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.
r
F,
3
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.
GUARANTEES
16.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against
defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner,
a written general guarantee which shall provide that the Contractor shall remedy any defects in the work,
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).
16.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and
warrants fault -free performance and fault -free result in the processing date and date -related data
(including, but not limited to calculating, comparing and sequencing) of all hardware, software and
firmware products delivered and services provided under this Contract, individually or in combination, as
the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will be
recognized and accommodated and will not, in any way, result in hardware,
timsoftware ddemonstrate or rthe failure.
The City of Lubbock, at its sole option, may require the Contractor, any ,
procedures it intends to follow in order to comply with all the obligations contained herein.
16.3 The obligations contained herein apply to products and services provided by the he creation or evelopment of the products and servi es o be
, its sub
contractor or any third party involved m
delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations
contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and
under this Contract including, but not limited to, its right pertaining to termination or default.
16.4 The warranties contained herein are separate and discrete from any other warranties specified in this
Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the
Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or
any document incorporated in this Contract by reference.
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.
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 With amounts similar
nd nature t the one etedvered by
the intended contract and all work in progress
(b) A sworn statement of the current financial condition of the bidder.
(c) Equipment schedule.
4
M
I
TEXAS STATE SALES TAX
19.1 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.
19.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the
materials to be incorporated into the work without paying the tax at the time of purchase.
PROTECTION OFSUBSURFACELINES AND STRUCTURES
It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a
way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or
other underground structures which might or could be damaged by Contractor during the construction of the
project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the
location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve
the Contractor of his. responsibilities aforementioned. All such underground lines or structures cut or damaged by
Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by
Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense.
BARRICADES ANDSAFETYMEASURES
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.
EXPLOSIVES
22.1 The use of explosives will not be permitted unless written permission to do so is obtained by the
Contractor from the City. In all cases where written permission is obtained for the use of explosives, the
Contractor shall assume full res I ponsibility 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.
22.2 Explosive materials shall not be stored or kept at the construction site by the Contractor.
22.3 In all cases where explosives are to be used during the construction of the project contemplated by this
contract, it shall be the duty of the Contractor to notify each utility company having structures (above or
below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and such
notice shall be given sufficiently in advance to enable the companies to take such steps as they may
deem necessary to protect their property from injury. Such notice, however, shall not relieve the
Contractor of responsibility for any damage resulting from his blasting operations.
CONTRACTOR'S REPRESENTATIVE
The successful bidder shall be required to have a responsible local representative available at all times while the
work is in progress under this contract. The successful bidder shall be required to furnish the name, address and
telephone number where such local representative may be reached during the time that the work contemplated by
this contract is in progress.
INSURANCE
24.1 The Contractor shall not commence work under, this contract until he has obtained all insurance as
required in the General Conditions of the contract documents, from an underwriter authorized to do
business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City
and written notice of cancellation or any material change will be provided ten (10) days in advance of
cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right
to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this
contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also
shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact
business in the State of Texas and shall cover all operations in connection with this contract, Whether
5
performed by the Contractor or a subcontractor, or separate policies shall be provided covering the
operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be
submitted before contract execution.
24.2 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 contractor's responsibility to provide
to the owner all proof of coverage insurance documents including workers compensation
coverage for each subcontractor.
LABOR AND WORKING HOURS
25.1 Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages
included in these contract documents. The wage rate that must be paid on this project shall not be less
than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The
bidders' attention is further directed to the requirements of Article 5159a, Vernon's Annotated Civil
Statutes providing for the payment of the wage schedules above mentioned and the bidder's obligations
thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in these contract --
documents does not release the Contractor from compliance with any wage law that may be applicable.
Construction work under this contract requiring an inspector will not be performed on weekends or
holidays unless the following conditions exist:
26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary
service to its citizens.
26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is
......... .
approaching the penalty provisions of the contract and Contractor can show he has made a
diligent effort to complete the contract within the allotted time.
25.2 Before construction work requiring an inspector is to be performed on weekends or holidays, the
Contractor must notify the Owner's Representative not less than three full working days prior to the
weekend or holiday he desires to do work and obtain written permission from the Owner's Representative
to do such work. The final decision on whether to allow construction work requiring an inspector on
weekends or holidays will be made by the Owner's Representative.
25.3 In any event, if a condition should occur or arise at the site of this project or from the work being done
under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately
commence work, regardless of the day of the week or the time of day, to correct or alleviate such
condition so that it is no longer dangerous to property or life.
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. 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
28.1 The bidder shall submit his bid on forms furnished by the City. All blank spaces in the form shall be
correctly filled in and the bidder shall state the price both in words and numerals, for which he intends to
do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly
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.
28.2 If the bid is submitted by an individual, his name must be signed by him or his duly authorized agent. If a
bid is submitted by a firm, association, or partnership, the name and address of each member must be
given and the bid signed by a member of the firm, association or partnership, or person duly authorized. If
P1% 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.
28.3 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:
28.3.1 Bidder's name
28.3.2 Bid for (description of the project).
28.4 Bid submittals may be withdrawn and resubmitted at any time before the time set for opening of the bids,
i
but no bid may be withdrawn or altered thereafter.
28.5 Pursuant to Texas Local Government Code 252.043(a), a competitive sealed bid that has been
opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE,
ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR
TO BID OPENING.
BOUND COPY OF CONTRACT DOCUMENTS
Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the
following:
(a) Notice to Bidders.
., (b) General Instructions to Bidders.
" (c) Bidder's Submittal.
(d) Statutory Bond (if required).
(e) Contract Agreement.
(f) General Conditions.
(g) Special Conditions (if any).
(h) Specifications.
(i) Insurance Certificates.
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.
QUALIFICATIONS OF BIDDERS
The bidder may be required before the award of any contract to show to the complete satisfaction of the City of
Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein
in a satisfactory manner. The bidder may also be required to give a past history and references in order to satisfy
the City of Lubbock about the bidder's qualifications. The City of Lubbock may make reasonable investigations
deemed necessary and proper to determine the ability of the bidder to perform the work, and the bidder shall
furnish to the City of Lubbock all information for this purpose that may be requested. The City of Lubbock
reserves the right to reject any bid if the evidence submitted by, or investigation of, the bidder fails to satisfy the
City of Lubbock that the bidder is properly qualified to carry out the obligations of the contract and to -complete the
work described therein. Evaluation of the bidder's qualifications shall include:
(a) The ability, capacity, skill, and financial resources to perform the work or provide the service required.
(b) The ability of the bidder to perform the work or provide the service promptly or within the time specified,
without delay or interference.
7
(c) The character, integrity, reputation, judgment, experience, and efficiency of the bidder.
(d) The quality of performance of previous contracts or services.
BID AWARD
31.1 The City of Lubbock reserves the right to reject any or all bids, reject any particular item on a bid, and to
waive immaterial formalities and to accept the offer most advantageous to the City of Lubbock in its sole
discretion. Unless otherwise specified herein, the City shall award the bid based on the total bid for items
1 and 2.
31.2 All bids are evaluated for compliance with specifications before the bid price is considered. Response to
specifications is primary in determining the best low bid. Failure to comply with the specifications may
result in disqualification of the bid.
31.3 In case of tie bids, preference will be given to local bidders. Consistent and continued tie bidding may be
cause for rejection of bids by the City of Lubbock and/or investigation by the Attorney General to
determine possible Anti -Trust violations.
31.4 Before the City may award a bid to a nonresident bidder, the nonresident bidder's bid must be lower than
lowest bid submitted by a responsible Texas bidder by the same margin or amount that a Texas bidder
would be required to underbid the nonresident bidder in the nonresident bidders' home state.
31.5 Any contract made, or purchase order issued, as a result of this Invitation to Bid, shall be entered into the
State of Texas and under the laws of the State of Texas. In connection with the performance of work, the
Bidder agrees to comply with the Fair Labor Standard Act, Equal Opportunity Employment Act, and all
other applicable Federal, State, and Local laws, regulations, and executive orders to the extent that the -
same may be applicable.
31.6 NO INDIVIDUAL OF ANY USING DEPARTMENT HAS THE AUTHORITY TO LEGALLY AND/OR
FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR
GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS
INVITATION TO BID.
BID SUBMITTAL
a
J
BID SUBMITTAL
LUMP SUM BID CONTRACT
ATE: February 28 , 2002
tOJECT NUMBER: #039-021DC - CITY OF LUBBOCK ROOF REPLACEMENT AT PUMP STATIONS 3, 6, & 8 AND
)NTELONGO SWIMMING POOL
i of H Construction Systems, Tnc _ TURA Tiami 1 tan Rnnfin"(, ereinaftercalled Bidder)
the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner)
.ntlemen:
e Bidder, in compliance with your Invitation to Bid for the construction of a CITY OF LUBBOCK ROOF REPLACEMENT
'PUMP STATIONS 3.6. & 8 AND MONTELONGO SWIMMING POOL having carefully examined the plans,
scifications, instructions to bidders, notice to bidders and all other related contract documents and the site of the
ended work, and being familiar with all of the conditions surrounding the construction of the intended project including
availability of, materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the
)ject in accordance with the plans, specifications and contract documents, within the time set forth therein and at the
ce stated below. The price to cover all expenses incurred in performing the work required under the contract
cuments.
D ITEM #1: Roof Replacement for Pump Stations 3, 6, & 8
kTERIALS: ($ 49-,-80-3.00 )
:RVICES: ($34,419.00 )
)TAL BID ITEM #1: -($-&4, 222 .00 )
D ITEM #2: Roof Replacement for Montelongo Swimming Pool
kTERIALS: {$_ 2,C)7 -0()
)
:RVICES: ($—y 4 7 7 nn )
)TAL BID ITEM #2: ($ '1446-00 )
)TAL BID ITEMS #1 AND #2:
NTERIALS: ($ 52,777.00
)
'r
:RVICES: ($ 36,891.00
)
)TAL BID ITEMS #1 & #2: ($ 892668.00
)
mount shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.)
Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written
otice to Proceed" of the Owner and to fully complete the project within 150 (ONE HUNDRED FIFTY) consecutive
lendar days thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to
.y to Owner as liquidated damages the sum of $300.00 (THREE HUNDRED) for each consecutive calendar day in
cess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions
the contract documents.
Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with
struction number 28 of the General Instructions to Bidders.
Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the
dding.
The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days
ter the scheduled closing time for receiving bids.
The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the
ins, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to
►mmence work on or before the date specked in the written notice to proceed, and to substantially complete the work on
^' iich he has bid; as provided in the contract documents.
Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or
:rtified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable
thout recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the
J submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all
61 :cessary bonds (if required) within fifteen (15) days after notice of award of the contract to him.
Enclosed with this bid is a Cashier's Check or Certified Check for NIA
Afars ($ - 0 - ) or a Bid Bond in the sum of 5% Dollars
which it is agreed shall be collected and retained by the Owner as liquidated damages in the
,ent the bid is accepted by the Owner and the undersigned fails to execute the necessary contract documents,
surance certificates, and the required bond (if any) with the Owner within fifteen (15) days after the date of
ceipt of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the
idersigned upon demand.
Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include ail contract
►cuments made available to him for his inspection in accordance with the Notice to Bidders.
Dursuant to Texas Local Government Code 252.043(a), a
:ompetitive sealed bid that has been opened may not be
;hanged for the purpose of correcting an error in the bid
arice. THEREFORE, ANY CORRECTIONS TO THE BID
2RICE MUST BE MADE ON THE 13ID SUBMITTAL FORM
2RIOR TO BID OPENING.
eal if Bidder is a Corporation)
(TEST:
7
:cretary
dder acknowledges receipt of the following addenda:
idenda No. One Date 2 - 21- 0 2
idenda No. Date
idenda No. Date
idenda No. Date
WBE Firm: I I Woman B
Hispanic American -LA
-
2
Date: F
Authorized Signature
Louis W Howell II
(Printed or Typed Name)
H Construction Systems Inc
Company
PO Box 2703
Address
Lubbock Tiihhn�k
City, County
Texas _ :Z94n 3
State Zip Code
Telephone: 806 _ 763-9375
Fax: 806 -0640
LIST OF SUBCONTRACTORS
Minority Owned
Yes
No
Dent Electric ❑
E
0
0
0
❑
0
❑
❑
0
❑
0
❑❑
o❑
0
0
❑
0
4
the undersigned Bidder, certify that the insurance requirements contained in this bid document have been
;viewed by me with the below identified Insurance Agent/Broker. If I am awarded this contract by the City of
ubbock, I will be able to, within fifteen (15) days after being notified of such award by the City of Lubbock,
' imish a valid insurance certificate to the City meeting all of the requirements defined in this bid/proposal.
`� jj ]r jj''
�O�1�5 W' f7'DtAlrit.� .!L
lontrpctor (Signature) Contractor (Print)
ONTRACTOR'S FIRM NAME: H Construction Systems, Inc. DBA Hamilton Roofing CO
(Print or Type )
ONTRACTOR'S FIRM ADDRESS: PO Box 2703
Lubbock, Texas 79408
ame of Agent/Broker: Ince Insurance Agency Inc
ddress of Agent/Broker: PO Box 64850
• .1tsa:i
gent/Broker Telephone Number: (_ 806 ) 797-4131
ate: F P h r„ a r�T 2 ZU 2
NOTE TO CONTRACTOR
the time requirement specified above is not met, the City has the right to reject this otaiproposal anu
ward the contract to another contractor. If you have any questions concerning these requirements,
lease contact the Purchasing Manager for the City of Lubbock at (806) 775-2165.
ID #039-02/101C - CITY OF LUBBOCK ROOF REPLACEMENT AT PUMP STATIONS 3, 6, & 8 AND MONTELONGO
WIMMING POOL
5
a
CITY OF LUBBOCK
INSURANCE REQUIREMENT AFFIDAVIT
n
To Be Completed by Bidder
And Attached to Bid Submittal
the undersigned Bidder, certify that the insurance requirements contained in this bid document have been
;viewed by me with the below identified Insurance Agent/Broker. If I am awarded this contract by the City of
ubbock, I will be able to, within fifteen (15) days after being notified of such award by the City of Lubbock,
' imish a valid insurance certificate to the City meeting all of the requirements defined in this bid/proposal.
`� jj ]r jj''
�O�1�5 W' f7'DtAlrit.� .!L
lontrpctor (Signature) Contractor (Print)
ONTRACTOR'S FIRM NAME: H Construction Systems, Inc. DBA Hamilton Roofing CO
(Print or Type )
ONTRACTOR'S FIRM ADDRESS: PO Box 2703
Lubbock, Texas 79408
ame of Agent/Broker: Ince Insurance Agency Inc
ddress of Agent/Broker: PO Box 64850
• .1tsa:i
gent/Broker Telephone Number: (_ 806 ) 797-4131
ate: F P h r„ a r�T 2 ZU 2
NOTE TO CONTRACTOR
the time requirement specified above is not met, the City has the right to reject this otaiproposal anu
ward the contract to another contractor. If you have any questions concerning these requirements,
lease contact the Purchasing Manager for the City of Lubbock at (806) 775-2165.
ID #039-02/101C - CITY OF LUBBOCK ROOF REPLACEMENT AT PUMP STATIONS 3, 6, & 8 AND MONTELONGO
WIMMING POOL
5
a
Feb 26 02 04:23p SWR ARCHITECTS 806-797-1013 P.1
ITB #039.02MS, Addendum #1
City of Lubbock
PURCHASING DEPARTMENT
ROOM L04, MUNICIPAL BUILDING
1625 13T" STREET
LUBBOCK, TEXAS 79401
PFI: (808)775.2187
FAX:(808)T75.2184
tftW:llpurchastng.d.lubbock.tx-us
ADDENDUM V
ITS #039-021RS.
Clty of Lubbock Roof Replacement
at Pump Stations 3, 6, & 8 and.
Montelongo Swimming Pool
MAILED TO VENDOR: February 21, 2002
CLOSE DATE: February 28, 2002 @ 2:00 P. M.
The following items take precedence over specifications for the above named Invitation to Bid (ITB).
Where any item called for in the ITB documents is supplemented here, the original requirements, not
affected by this addendum, shall remain in effect.
1. Please find enclosed the three (3) page Addendum #1 issued by Stiles, Wallace and Associates.
Ail 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 be faxed to: (806)775-2164
or Email to: RShuffietd®maa.ci.lubbock.tx.us
03"21PSaddi
THANK YOU,
CITY OF LUBBOCK
Ron Shuffield
Senior Buyer
PLEASE RETURN ONE COPY OF THIS ADDENDUM WITH YOUR BID.
Feb 26 02 04:23p SWR ARCHITECTS 806-797-1013
ROOF REPLACEMENT FOR THE CITY OF LUBBOCK
WATER DEPARTMENT PUMP STATIONS #3, #6, #8 &
MONTELONGO SWIMMING POOL
February 21, 2002
ADDENDUM NUMBER ONE
NOTICE TO ALL BIDDERS:
The following shall be incorporated in and become a part of the original drawings and specifications
of the above identified project. Please acknowledge the receipt of this Addendum by noting it on
your proposal.
ITEM NO.1: On the Drawings, Sheets Al, A2, A4 & A5: Change all instances of "EXISTING
PLASTER SOFFIT TO REMAIN to EXISTING PLASTER SOFFIT TO BE REMOVED: For
clarification, al; existing soffit penetrations, light fixtures and vents shall be reinstalled in the new
prefinished metal soffit.
ITEM NO.2: On the Drawings, Details 02-A2 & 02-A5: See revised attached details.
ITEM NO.3 On the Drawings, Contractor shall provide and install an additional 250' linear foot of
treated 2x4 wood blocking for replacement of rotted wood nailers in existing soffit and fascia
panels.
ITEM NOA In the Specifications, Bid Submittal & 01010 Special Conditions add the following,
Montelongo Swimming Pool shall be completed on or before April 36' 2002
End of Addendum Number One
Stites, Wallace & Associates
3307 Avenue X
Lubbock, Texas 79491
(806) 795 6431
Page 1 of 3
P•2
Feb 26 02 04:23p SWR RRCHI7ECTS
w
a
0
a �
U.
H
Jp�mtOi^C
IJ WJSM
I. -
LU w
Z
P5 4c
w
N N W
ma LL
O
MM
L6
zzz
wj
OIL
lu
Lu a
Z00
Z 0 64
806-797-1013
J
W vJ N N w Z
> onsP. xg= a
w Ngo dna U) 8Q (� w
m 40-' aoz ~DMOg� p
Z �0�00 N.�.4M0: W LU 0 d
0 cwui ^T u&L audtaa Oa x s -
Z= to=w Wx2R EO, co
UA z 1" E L � z
Vt) x�d �We cznaF��o O
{� o
X
0. w J- (D mLL�zoz U,
U' U' �Z Z�ZSe UjL)m w0 �% w
;: �av� u�yv ° awui � 0
ya u�P-Q ��0 �tozCD w z
WWK �mo z 2QCLWt -A.. Inst u
i
x
W
p.3
LJ
r
C
N
LU
Q
a.
SWR ARCHITECTS
Feb 26 02 04:24p
N �
N
Lu
Q
_IX IXJ
W
1J.1
J VZ
N0
23W
W
on U.
ORR
co
W
yd0
�Ou3i
ZzZj
.J
za
V p
N a
Z
N
Y.
Lu
N
F�
C u'
zW
I Lu
N J Z
s tlz� Z
�1-�
W Z
Zo
N
U
i tip ca �
r
Oa
OOZE
ON diMJa0
1
cm
W
SWR ARCHITECTS
806-797-1013
t� 0 D j
U.�=ujI"
0 a..N �
v% V) Lu
�aF-Zo
Wa„c
oma
GJlay"!FQ-
o
d
S4uj-
ZW�,Z�
cacc=
Lu to
zalLuutcuti�7ryxlz'i
N a C 0t -
K
zda
t
a
Lu
N
Z
R
W
tY
0
J
d'
Z
tall
t'1
z
N
W
p.4
N �
N
Q
Q a
1J.1
N0
23W
W
Q i
ORR
Q
W
yd0
U.
.J
za
.St W
N a
Z
N
Lu
N
�S
C u'
=
H l
I Lu
N J Z
S�
�1-�
W Z
OV0
M W Z
N
U
i tip ca �
C'?�
Oa
OOZE
ON diMJa0
806-797-1013
t� 0 D j
U.�=ujI"
0 a..N �
v% V) Lu
�aF-Zo
Wa„c
oma
GJlay"!FQ-
o
d
S4uj-
ZW�,Z�
cacc=
Lu to
zalLuutcuti�7ryxlz'i
N a C 0t -
K
zda
t
a
Lu
N
Z
R
W
tY
0
J
d'
Z
tall
t'1
z
N
W
p.4
r
ul iii
ORR
H
Let
_
LO
3�� 1
Q
Lu
yQ�^e'
N
U
i tip ca �
ON diMJa0
r -A -
MILLENNIUM CORPORATE PARK
S A F ECO" BLDG. C
18400 NE UNION HILL ROAD
sw REDMOND, WA 98052
FIRST NATIONAL SURETY
BID BOND
KNOW ALL BY THESE PRESENTS, That we, H. Construction Systems, Inc. DBA Hamilton Roofing Company
P.O. Box 2703
Lubbock, Texas 79408 (hereinafter called the Principal),
of
as Principal, and FIRST NATIONAL INSURANCE COMPANY OF AMERICA
(hereinafter called the Surety), as Surety are held and firmly bound unto City of Lubbock
Lubbock, Texas
(hereinafter called the Obligee) in the penal sum of Fivepercent of the m in ^f � J
i
Dollars ($ 5% )
for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns,
jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, That WHEREAS, the Principal has submitted or is about to submit a proposal
to the Obligee on a contract for Roof Replacenent @ Pump Station 3 6, & 8 and Montciongo
NOW, THEREFORE, If the said Contract be timely awarded to the Principal and the Principal shall, within such time as may be
specified, enter into the Contract in writing, and give bond, if bond is required, with surety acceptable to the Obligee for the faithful
' ' performance of the said Contract, then this obligation shall be void; otherwise to remain in full force and effect.
t _�
Signed and sealed this 28t -h day of Fc-br„ary 9002
'I H. Construction Systems, Inc. DSA
�? Hamilton Roofing; Company (Seal)
ILIPrincipal
i Witness
% Title
FIRST NATIONAL INSURANCE COMPANY OF
AMERICA
Witness By —
Max L. Ince Attorney -in -Fact
i
® Registered trademark of SAFECO Corporation.
S-0053/FNEF 10/99
POWER
.�LFIRSTNATIONTAL
SURETYOF ATTORNEY
4333 Brooklyn. Avenue N.E.
Seattle, WA 98105
KNOW ALL BY THESE PRESENTS:
FIRST NATIONAL INSURANCE COMPANY OF AMERICA
4333 BROOKLYN AVE NE
SEATTLE, WASHINGTON 98105
No. 10473
That FIRST NATIONAL INSURANCE COMPANY OF AMERICA, a Washington corporation, does hereby appoint
s*ssssssssssssssssssss*s*sssssssasssssssrssss*ssMAX L. INCE; FERN HOPPE; SHIRLEY COUCH; Lubbock,
ASM
its true and lawful attomey(s)4n-fact, with full authority to execute on behalf of the company fidelity and surety bonds or undertakings and other documents of a similar
character issued by the company in the course of its business, and to bind FIRST NATIONAL INSURANCE COMPANY OF AMERICA thereby as fully as if such
instruments had been duly executed by its regularly elected officers at its home office.
IN WITNESS WHEREOF, FIRST NATIONAL INSURANCE COMPANY OF AMERICA has executed and attested these presents
this 20th day of June 2001
R.A. PIERSON, SECRETARY MIKE MCGAVICK, PRESIDENT
CERTIFICATE
Extract from the By -Laws of FIRST NATIONAL INSURANCE COMPANY OF AMERICA:
"Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that
F purpose by the officer in charge of surety operations, shalt each have authority to appoint individuals as attomeys-in-fact or under other appropriate titles with authority to
execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business... On any
instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or
.A undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the. seal shall not
be necessary to the validity of any such instrument or undertaking."
Extract from a Resolution of the Board of Directors of
FIRST NATIONAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970.
"On any certificate executed by the Secretary or an assistant secretary of the Company setting out,
(i) The provisions of Article V, Section 13 of the By -Laws, and
(ii) A copy of the power-of-attomey appointment, executed pursuant thereto, and
(iii) Certifying that said power-of-attorney appointment is in full force and effect,
►"e the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof."
I, R.A. Pierson, Secretary of FIRST NATIONAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a
Resolution of the Board of Directors of this corporation, and of a Power of Attorney issuad pursuant thereto, are true and correct, and that both the By -Laws, the
Resolution and the Power of Attemey are still in full force and effect.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation
this (Jl .�GIT� day of�r✓L�L1.F�.
a SEAL
1928
R.A. PIERSON, SECRETARY
S-1049/FNEF 2101
6120/01 PDF
E• _r PAYMENT BOND
a;
Pot
DA VIIA L�111T Pf /��,e�
rill IYI GIV 1 OVIVLJ
(McGregor Act - Public Works)
Texas Bond 5973405
KNOWALL BY THESE PRESENTS, That, we, H. Construction systems, Inc. DBA
Hamilton Roofing Company
(hereinafter called the Principal), as Principal, and First National Surety
' organized and existing under the laws of the State of Washington a corporation
Seattle with its principal office in the City of
, and authorized and admitted to do business in the State of Texas
and licensed by the State of Texas to execute bonds (hereinafter called the Surety), as Surety, are held and firmly bound
unto City of Lubbock, Lubbock, Texas
(hereinafter called the Obligee) in the amount of Eighty Nine Thousand Six Hundred
Sixty -Eight and
J.,no/100ths ^ x x * x x x * x * x x * x * is* x * * x * c
Dollars, for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors,
successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated thel4th
day of Marrh gnng , t0 wit: 9
Roof Replacement At Pump Stations 3, 6, & 8 and Montelongo Swimraing Pool.
w�
which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein.
LNOW, THEREFORE, THE CONDITION OF THIS OBLIGATION /S SUCH that if
e said, Principal l claimant
supplyinglabor and material to him/her or a sub -contractor in the prosecution of the work provided for in Isaid col pay l
ntract, then
this obligation shall be void; otherwise to remain in full force and effect.
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Chapter 2253 of the Texas Government
Code, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent
as if it were copied at length herein.
IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 27th
day of March 2002
.� H. Construction Systems, Inc. DBA
Hamilton Roofing Company
(Seal)
Principal
(Seal)
B
Y (Seal)
Shirley Couch Attorney i., -Fact
S -2170/GEEF 10/99
z - ,
a • POWER FIRST NATIONAL INSURANCE COMPANY OF AMERICA
OF ATTORNEY 4333 BROOKLYN AVE NE
w+a SEATTLE, WASHINGTON 98105
4333 Brooklyn. Avenue N.E.
Seattle, WA 98105
KNOW ALL BY THESE PRESENTS: No. 10473
That FIRST NATIONAL INSURANCE COMPANY OF AMERICA, a Washington corporation, does hereby appoint
MAX L. INCE; FERN HOPPE; SHIRLEY COUCH; Lubbock, Texas'***s**»*r:s**s*s►*****:*********,*,*„*,..:**.",.
its true and lawful attomey(s)4n-fact, with full authority to execute on behalf of the company fidelity and surety bonds or undertakings and other documents of a similar
character issued by the company in the course of its business, and to bind FIRST NATIONAL INSURANCE COMPANY OF AMERICA thereby as fully as if such
instruments had been duly executed by its regularly elected officers at its home office.
IN WITNESS WHEREOF, FIRST NATIONAL INSURANCE COMPANY OF AMERICA has executed and attested these presents
this 20th
day of June
2001
r et
R.A. PIERSON SECRETARY MIKE MCGAVICK, PRESIDENT
CERTIFICATE
Extract from the By -Laws of FIRST NATIONAL INSURANCE COMPANY OF AMERICA:
"Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that
purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attomeys4n-fact or under other appropriate titles with authority to
execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business... On any
instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority -or on any bond or
undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall no:
be necessary to the validity of any such instrument or undertaking "
v+*
Extract from a Resolution of the Board of Directors of
FIRST NATIONAL INSURANCE COMPANY OF AMERICA` adopted July 28, 1970.
"On any certificate executed by the Secretary or an assistant secretary of the Company setting out,
f (i) The provisions of Article V, Section 13 of the By -Laws, and
(i�i A copy of the power-of-attomey appointment, executed pursuant thereto, and
(iii) Certifying that said power-of-attomey appointment is in full force and effect,
the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof.”
I, R.A. Pierson, Secretary of FIRST NATIONAL INSURANCE dOMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of <
Resolution of the Board of Directors of this corporation, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By -Laws, the
Resolution and the Power of Attorney are still in full force and effect.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation
S-1049IFNEF 2101
0
this c�S / Ci� % day of / 'Z16ex-11 '4_11
SEAL
1928 0•10+.,,;
R.A. PIERSON, SECRETARY
6/20101 PO
PERFORMANCE BOND
Bond 5973405
KNOW ALL BY THESE PRESENTS, That we, H. Construction Systems, Inc. DBA
Hamilton Roofing Company
(hereinafter called the Principal), as Principal, and First National Surety
a corporation
duly organized under the laws of the State of Washington (hereinafter called the Surety), as Surety, are held and firmly
bound unto City of Lubbock
Lubbock Texas , (hereinafter called the Obligee),
' in the sum of Eighty Nine Thousand Six Hundred Sixty—Eight and no/100ths * * * * * * * * * *
($ _ 89.668.00 ) Dollars, for the payment of which sum well and truly
to be made, we, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns,
Signed and sealed this 27 th day of March 2002
WHEREAS, said Principal has entered into a written Contract with said Obligee, dated March 14, 2002
ig foRoof Replacement At Pump Stations 3, 6, & 8 and liontelongo Swimming Pool.
in accordance with the terms and conditions of said Contract, which is hereby referred to and made a part hereof as if fully set forth
herein:
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, That if the above bounden Principal shall well and
truly keep, do and perform each and every, all and singular, the matters and things in said contract set forth and specified to be by
said Principal kept, done and performed, at the times and in the manner in said contract specified, or shall pay over, make good and
reimburse to the above named Obligee, all loss and damage which said Obligee may sustain by reason of failure or default on the part
of said Principal so to do, then this obligation shall be null and void; otherwise shall remain in full force and effect.
NO SUIT, ACTION OR PROCEEDING by the Obligee to recover on this bond shall be sustained unless the same be commenced
within two (2) years following the date on which Principal ceased work on said Contract.
H. Construction Systems, Inc. DBA
Hamilton Roofing Company
By Q l J Principal
C/
S-0757/GEEF 10/99
o++
First National Surety
By
Shirley Couch Attorney -in -Fact
n POWER FIRST NATIONAL INSURANCE COMPANY OF AMERICA
4333 BROOKLYN AVE NE
!FF!i�iNATIONAL Si� �RETY OF ATTORNEY SEATTLE, WASHINGTON 98105
4333 Brooklyn. Avenue N.E.
Seattle, WA 98105
No. 10473
KNOW ALL BY THESE PRESENTS:
That FIRST NATIONAL INSURANCE COMPANY OF AMERICA, a Washington corporation, does hereby appoint
ssssssssssss»ssssaassssrswasrssss♦+ssssssr��ssssMAXL. INCE; FERN HOPPE; SHIRLEY COUCH; Lubbock, Tex3Ss#ssssa*sssssssssssssrssssssssssssssssssssssssssss
its true and lawful attomey(s)4n-fact, with full authority to execute on behalf of the company fidelity and surety bonds or undertakings and other documents of a similar
character issued by the company in the course of its business, and to bind FIRST NATIONAL INSURANCE COMPANY OF AMERICA thereby as fully as if such
instruments had been duly executed by its regularly elected officers at its home office.
IN WITNESS WHEREOF, FIRST NATIONAL INSURANCE COMPANY OF AMERICA has executed and attested these presents
this 20th day of June 2001
R.A. PIERSON, SECRETARY MIKE MCGAVICK, PRESIDENT
CERTIFICATE
.�, Extract from the By -Laws of FIRST NATIONAL INSURANCE COMPANY OF AMERICA:
amj
"Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for tIN
purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attomeys4n-fact or under other appropriate titles with authority 1
execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business... On ar
instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond
undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall n
be necessary to the validity of any such instrument or undertaking."
Extract from a Resolution of the Board of Directors of
FIRST NATIONAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970.
"On any certificate executed by the Secretary or an assistant secretary of the Company setting out,
(i) The provisions of Article V, Section 13 of the By -Laws, and .
(i) A copy of the power-of-attorney appointment, executed pursuant thereto, and
(ii) Certifying that said power-of-attorney appointment is in full force and effect,
the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof."
I, R.A. Pierson, Secretary of FIRST NATIONAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and C
Resolution of the Board of Directors of this corporation, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By -Laws,
Resolution and the Power of Attorney are still in full force and effect.
1N WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation
this � day of�L1C�
S-10491FNEF 2101
SEAL
# R.A. PIERSON, SECRETARY
612010'
CERTIFICATE OF INSURANCE
M-,
IL ACORD,. CERTIFICATE OF LIABILITY INSURANCE
RODUCER (806) 797-4131 FAX (806) 793-1629 THIS CERTIFICATE 1S ISSUED AS A MAI
DATE (MMIDDIYY)
Ince Insurance Agency, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
„P. 0. Box 64850 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOV
Lubbock, TX 79464
INSURERS AFFORDING COVERAGE
IINsuRED H. Construction Systems, Inca
Hamilton Roofing Co & Hamilton Acoustical Co
P.O. Box 2703
LLubbock, TX 79408-2703
i
OVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE IN
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DC
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HE
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID C
I LTR TYPE OF INSURANCE POLICY NUMBER
GENERAL LIABILITY CLP3101012
X COMMERCIAL GENERAL LIIBIUTY
CLAIMS MADEX❑ OCCUR
A
GEN'L AGGREGATE LIMIT APPLIES PER:
—1 POLICY n JE Q n LOC
AUTOMOBILE LIABILITY
X ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON -OWNED AUTOS
GARAGE LIABILITY
7 ANY AUTO
EXCESS LIABIUTY F.UP2527174
X OCCUR CLAIMS MADE
A
DEDUCTIBLE
RETENTION $
WORKERS COMPENSATION ANDSF0010588202
EMPLOYERS' LIABILITY
INSURER A: Bituminous Insurance Companie!
INSURER B: Texas Mutual Insurance Company
INSURER C:
INSURER D:
INSURER E:
NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTW
=NT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISS
IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITION
12/0
LIMITS
EACH OCCURRENCE $
FIRE DAMAGE (Any one fire) $
MED EXP (Any one person) $
PERSONAL & ADV INJURY $
GENERAL AGGREGATE $
PRODUCTS - COMPIOP AGG 1 $
COMBINED SINGLE LIMIT $
(Ea accident)
BODILY INJURY $
(Per Person)
BODILY INJURY $
(Per accident)
PROPERTY DAMAGE $
(Per accident)
AUTO ONLY - EA ACCIDENT $
OTHER THAN EA ACC $
AUTO ONLY: AGG $
EACH OCCURRENCE $
AGGREGATE $
$
$
Is
DOR
OF SUCH
1,000
so
S
2,000
2,000
2.000
1.000
E.L. EACH ACCIDENT 1 $ 500
E.L. DISEASE - EA EMPLOYEE $ 50Q
E.L. DISEASE - POLICY LIMIT 1 $ Soo
.�
uto Physical Damage P3074445 12/01/2001 12/01/2002 Comprehensive 2S0
Colllision - 500 DED
On Specified Autos
DESCRIPTION OF OPERATIONSILOCATIONSIVEHICLES!EXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS
tE: City of Lubbock Roof Replacement at Pump Stations 3, 6, & 8 and Montelongo Swimming Pool.
''ty of Lubbock is additionaiinsured for this job on general liability and auto.
fiver of Subrogation applies on general liability, auto and workers compensation.
ERTIFICATE HOLDER ADDITIONAL INSURED; INSURER LETTER: CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WALL ENDEAVOR TO MAIL
10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
City of Lubbock BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
PO Box 2000 OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES.
Lubbock, TX 79457 AUTHORIZEgRE ENTATIVE
s+A;UKU ZO-s (IIVI) FAX: 775-2164
M
CONTRACTOR CHECKLIST
;ONTRACTOR SHALL:
(1)
_ (2)
(3)
(4)
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:
(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
(g) 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 ten (10) days after the
contractor knew or should have known, of any change that materially affects the provision of coverage of
any person providing services on the project;
(7) post a notice on each project site informing all persons providing services on the project that they are
required to be covered, and stating how a person may verify current coverage and report failure to provide
coverage. This notice does not satisfy other posting requirements imposed by the Act or other
' commission rules. This notice must be printed in at least 19 -point normal type, and shall be in both
English and Spanish and any other language common to the worker population. The text for the notices
PO- shall be the following text provided by the commission on the sample notice, without any additional words
or changes:
r
r
2
REQUIRED WORKERS' COMPENSATION COVERAGE
ie law requires that each person working on this site or providing services related to this construction project must (see
Terse) be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering
uipment and materials, or providing labor or transportation or other service related to the project, regardless of the
:ntity of their employer or status as an employee."
"Call the Texas Workers' Compensation Commission at (512)440- 3789 to receive information on the
legal requirement for coverage, to verify whether your employer has provided the required coverage, or to
report an employer's failure to provide coverage." and
(8) contractually require each person with whom it contracts to provide services on a project, to:
(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
r
(H) contractually require each other person with whom it contracts, to perform as required by
paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they
are providing services.0
3
(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;
roll
Q
(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
.d
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
r
(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;
G
(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
r
(H) contractually require each other person with whom it contracts, to perform as required by
paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they
are providing services.0
3
CONTRACT
�iz
CONTRACT
STATE OF TEXAS
COUNTY OF LUBBOCK
THIS AGREEMENT, made and entered into this 14th day of March, 2002 by and between the City of Lubbock,
County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so,
hereinafter referred to as OWNER, and Hamilton Roofing Company of the City of Lubbock, County of Lubbock and the
State of Texas hereinafter termed CONTRACTOR.
WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and
performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the
CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements
described as follows:
BID #039-02/DC - CITY OF LUBBOCK ROOF REPLACEMENT AT PUMP STATIONS 3, 6, & 8 AND MONTELONGO
SWIMMING POOL - $89,668.00
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.
AT EST:
CITY OF LUBBO , TE S ( ER)
i
//
By:
City Secretary
AYOR
VED AS O NTENT:
CONTRACTOR:
Owner's Represe tative
Nr C�,�s%2curio✓ Sys,-rks, %r.
.
C!s /)�. G 7��Cl�•T /i ,u-C'GOF in« CCJ/y. r�AhY
APPROVED AS TO FO
M:
�i
By:
Ci(y Attorney
/f `...
PRINTED NAME: +-.ou,s V-teu��,�
TITLE: V cr - Pi2zsiixt
ATTEST:
COMPLETE ADDRESS:
Corp to Secretary
Hamilton Roofing Company
_��
P.O. Box 2703
Lubbock, Texas 79408
1
r -I
POW
P"
GENERAL CONDITIONS OF THE AGREEMENT
RSR
GENERAL CONDITIONS OF THE AGREEMENT
1. OWNER
Whenever the word Owner, 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 Second Party, is used, it shall be understood to mean the person, persons, co-
tr. m partnership or corporation, to wit HAMILTON ROOFING COMPANY who has agreed to perform the work
embraced in this contract, or their legal representative.
t 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, or its representative HARLAN STAUFFER, FACILITIES MANAGER, so designated
who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors
as may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisors or
inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the
Contractor or persons acting on behalf of the Contractor.
4. CONTRACT DOCUMENTS
The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Bid, Signed
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 inspection in accordance with the Notice to Bidders. The above described materials are sometimes referred to
herein as the "contract" or "contract documents".
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 term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for
performance of work on the project contemplated by these contract documents. Owner shall have no
responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated
by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due
Subcontractor.
7. WRITTEN NOTICE
Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of
the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last
business address known to the party who gives the notice.
8. CONTRACTOR'S RESPONSIBILITIES
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
lop1
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 Contractor of the responsibility of correctly locating all
work in accordance with the Plans and Specifications.
11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE
The Contractor shall be furnished copies of all Plans and Specifications without expense to Contractor and
Contractor 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 or quality of the
executed work and to determine, in general, if the work is proceeding in accordance with the contract documents.
Owner's Representative will not be required to make exhaustive or continuous onsite inspections to check the
quality or quantity of the work, nor will Owner's Representative be responsible for the construction means,
methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the
Owner's Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the
Contractor's failure to perform the work in accordance with the Contract Documents.
13. LINES AND GRADES
All lines and grades shall be furnished by the Owner's Representative whenever Owner's Representative deems
said lines and grades are 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 its work in order to permit Owner's Representative to comply with this requirement, but
such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore.
The Contractor shall give the Owner's 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 Contractor, its Subcontractors, or its 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 has the authority to review all work included herein. The Owner's Representative has the authority
to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. 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 the contract documents, and 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 decision of the Owner's Representative shall be
conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15)
r -R
.; calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection
by Contractor, as provided herein, any and all objection or objections shall be deemed waived.
.; i. SUPERINTENDENCE AND INSPECTION
POW 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
?"R furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the
r 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 fifteen (15) calendar days make written appeal to the Owner's
Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any
and all objection or objections shall be deemed waived.
i. 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 its absence and all directions
given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate
supervision by competent and reasonable representatives of the Contractor is essential to the proper performance
of the work and lack of such supervision shall be grounds for suspending operations of the Contractor.
The work, from its commencement to completion, shall be under the exclusive charge and control of the
Contractor and all risk in connection therewith shall be borne by the Contractor.
The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any
w
subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work.
CONTRACTOR'S UNDERSTANOI=NO r_....
It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and
location of the work, the confirmation of the ground, the character, quality and quantity of materials to be
encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the
work, and the general and local conditions, and all other matters which in any way affect the work under the
contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or
Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms
or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all
modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's
Representative and Contractor.
r
Unless otherwise specified herein, all loss, expense or damage to 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
work, shall be sustained and bome by the Contractor at its own cost and expense.
3. CHARACTER OF WORKERS
., The Contractor agrees to employ only orderly and competent workers, 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 Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion,
incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, 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.
r
3
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 consent or 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.
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.
OBSERVATION AND TESTING
The Owner or Owner's Representative shall have the right at all 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 such work is in preparation or progress. Contractor shall ascertain the scope of any
observation that 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
such 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 Representative has
previously accepted the work through oversight or otherwise. If any such work should be covered without approval
or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination
at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location
where it is not convenient for Owner or Owner's Representative to make observations of such work or require
testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish
Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to
perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests
will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other
applicable organization as may be required by law or the contract documents.
If any such 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 approvals, and any work which meets the requirements of any such
tests or approvals but does not meet the requirements of the contract documents shall be considered defective,
and shall be corrected at the Contractor's expense.
Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by
Owner, Owner's Representative, or other persons authorized under the contract documents to make such
inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance
with the requirements of the contract documents.
DEFECTS AND THEIR REMEDIES
It is expressly 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 Owner's Representative as unsuitable or not
in conformity with plans, specifications and/or 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 the contract documents. It is further agreed that any remedial
action contemplated as hereinabove set forth shall be at Contractor's expense.
4
CHANGES AND ALTERATIONS
The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit,
in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either
before or after the beginning of the construction, without affecting the validity of this contract and the
accompanying bond.
If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a
claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of
work, and the increased work can fairly be classified under the specifications, such increase shall be paid
f 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 actual
expenses incurred in preparation for the work as originally planned.
EXTRA WORK
The term "extra work" as used in this contract shall be understood to mean and include allwork 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
r 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:
I
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 lesser of the following: (1) actual field cost of the
extra work, plus fifteen (15%) percent; or (2) the amount that would have been charged by
a reasonable and prudent Contractor as a reasonable and necessary cost for
performance of the extra work.
0"% In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph
shall apply and the "actual`fi`eld 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
f 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 140%, 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
pow 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'Contracforfnr its 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
�v be included in the "actual field cost."
5
fi
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 Contractor should receive
compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra _
work, 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)(1). If Contractor does not notify Owner's Representative before the commencement of
any extra work, any claim for payment due to alleged extra work shall be deemed waived.
DISCREPANCIES AND OMISSIONS
It is further agreed that it the intent of the contract documents 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. Notices of any discrepancies or omissions in
these plans, specifications, or contract documents, shall be given to the Owners' Representative and a
clarification obtained before the bids are received, and if no such notice is received by the Owner's
Representative prior to the opening of bids, then it shall be deemed that the Contractor fully understands
the work to be included and has provided sufficient sums in its bid to complete the work in accordance
with these plans and specifications. If Contractor does not notify Owner's Representative before bidding
of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and
specifications are sufficient and adequate for completion of the project. It is further agreed that any
request for clarification must be submitted no later than five (5) calendar days prior to the opening of
bids.
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 its force or equipment, or both, to such an extent as to give
reasonable assurance of compliance with the schedule of progress.
PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY
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
Construction" of Associated General Contractors of America, except where incompatible with federal, state or
municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold
harmless the Owner and all of its officers, agents and employees against any all losses, costs, damages,
expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or
contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection
with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any
manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject
matter of this contract.
The safety precautions taken shall be the sole responsibility of the Contractor, in its 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,
6
are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to
supervise safety precautions by either the Contractor or any of its subcontractors.
t**r
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) calendar days in advance of cancellation or change.
All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and
its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self-insurance,
rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of
payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in
conformity with the provisions hereof shall establish such waiver..
The Contractor shall procure and carry at its 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 of Lubbock as an additional insured. It shall be
the contractors responsibility to provide to the owner all proof of coverage insurance documents
k " including workers compensation coverage for each subcontractor.
A. General Liability Insurance
The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000.00
Combined Single Limit in the aggregate and per occurrence to include:
Premises and Operations
Explosion & Collapse Hazard
Underground Damage Hazard
Producfs &I Completed Operations Hazard
Contractual Liability
Independent Contractors Coverage
Personal Injury
Advertising Injury
B. Owner's and Contractor's Protective Liability Insurance.
For bodily injuries, including accidental death and or property damage, $0.00 Combined Single Limit. This
policy shall be submitted prior to contract execution.
C. Comprehensive Automobile Liability Insurance
The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than;
Bodily Injury/Property Damage, $500,000.00 Combined Single Limit,
to include all owned and non -owned cars including: Employers Non-ownershiLiability Hired and
Non -owned Vehicles. The City is to be named as an additional insured on this policy for this specific job
and copy of the endorsement doing so is to be attached to the Certificate of Insurance.
D. Builder's Risk Insurance/Installation Floater Insurance.
The Contractor shall obtain a Builder's Risk policy in the amount of 0% of the total contract arice (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 JQ.00 on all contracts with
coverage to correspond with Comprehensive General Liability and Comprehensive Automobile Liability
coverages.
F. Worker's Compensation and Employers Liability Insurance
Worker's Compensation Insurance covering all employees whether employed by the Contractor or any
Subcontractor on the job with Employers Liability of at least $500,000.00.
Definitions:
Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority
to self -insure issued by the commission, or 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 Section 0406.096, Texas Labor
Code) - includes all persons or entities performing all or part of the services the Contractor has
undertaken to perform on the project, regardless of whether that person contracted directly with
the Contractor and regardless of whether that person has employees. This includes, without
limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -
operators, employees of any such entity, or employees of any entity which furnishes persons to
provide services on the project. "Services" include, without limitation, providing, hauling, or
delivering equipment or materials, or providing labor, transportation, or other service related to a
project. "Services" does not include activities unrelated to the project, such as food/beverage
vendors, office supply deliveries, and delivery of portable toilets.
2. The Contractor shall provide coverage, based on proper reporting of classification codes and
payroll amounts'and filing of any coverage agreements, which meets the statutory requirements 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
8
r�
E
(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
(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
r�*
coverage ends during the duration of the project.
T'
6 The Contractor shall retain all required certificates of coverage for the duration of the project and
for one year thereafter.
,.
10. By signing this contract or providing or causing to be provided a certificate of coverage, the
f -
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
r-+
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;
E
(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:
aka
(1) a certificate of coverage, prior to the other person beginning work on the project;
and
(2) a new certificate of coverage showing extension of coverage, prior to the end of
M - 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 (a) - (g), 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 theurr riate insurance
r-+
carrier or, in the -case of a self-insured, with the commission's Division of Self-insurance
9
G
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 entities 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.
Proof of Coverage
Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner
for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence
of compliance with the above insurance requirements, signed by an authorized representative of the
insurance company setting forth:
(1) The name and address of the insured.
(2) The location of the operations to which the insurance applies.
(3) The name of the policy and type or types of insurance in force thereunder on the date borne by
such certificate.
(4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by
such certificate.
(5) A provision that the policy may be canceled only by mailing written notice to the named 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.
(g) A Contractor shall:
(a) provide coverage for its employees providing services on a project, for the duration of the
project based on proper reporting of classification codes and payroll amounts and filling of
any coverage agreements;
(b) provide a certificate of coverage showing workers' compensation coverage to the
governmental entity prior to beginning work on the project;
(c) provide the governmental entity, prior to the end of the coverage period, a new certificate
of coverage showing extension of coverage, if the coverage period shown on the
Contractor's current certificate of coverage ends during the duration of the project;
(d) obtain from each person providing services on a project, and provide to the governmental
entity:
(i) a certificate of coverage, prior to that person beginning work on the project, so
the governmental entity will have on file certificates of coverage showing
coverage for all persons providing services on the project; and
(ii) no later than seven days after receipt by the Contractor, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project;
(e) retain all required certificates of coverage on file for the duration of the project and for one
year thereafter;
10
I
I
(f) notify the governmental entity in writing by certified mail or personal delivery, within 10
days after the Contractor knew or should have known, of any change that materially
effects 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 Texas Worker's Compensation Act or other
commission rules. This notice must be printed with a title in at least 30 point bold type
and text 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 or
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."
"Cali the Texas WorkersCompensation Commission at 5121440-3789 to receive
information of the legal requirements 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:
(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;
provide a certificate of coverage to the Contractor prior to that person beginning
work on the project;
include in all contracts to provide services on the project the following language:
"By signing this contract or providing or causing to be
provided a certificate of coverage, the person signing this
contract is representing to the governmental entity that all
employees of the person signing this contract who will
provide services on the project will be covered by workers'
compensation coverage for the duration of the project, that
the coverage will be based on proper reprinting of
classification codes and payroll amounts, and that all
coverage agreements will be, filed with the appropriate
insurance carrier or, in the case of a self-insured, with the
commission'sDivision of Self4nsurance Regulation.
Providing false or misleading information may subject the
Contractor to administrative penalties, criminal penalties,
civil p enalties, or other civil actions.";
(1v) provide the Contra I ctor, 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;
(vii) notify the governmental entity in writing by certified mail or personal delivery,
within 10 days after the person knew or should have known, of any change that
materially affects the provision of coverage of any person providing services on
the project; and
(viii) contractually require each other person with whom it contracts, to perform as
required by paragraphs (i) -(viii), with the certificate of coverage to be provided to
the person for whom they are providing services.
DISABLED EMPLOYEES
Contractors having more than fifteen (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.
PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND FURNISHERS
OF MACHINERY, EQUIPMENT AND SUPPLIES
Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the
Contractor agrees that it will indemnify and save the Owner and all of its officers, agents and employees, harmless
against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way,
manner or form, the demands of subcontractors, laborers, workmen, mechanics, materialmen and furnishers of
machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract
and the project which is the subject matter 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
unpaid, in addition to any statutory retainage rights it may have, 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.
PROTECTION AGAINST ROYALTIES OR PATENT INVENTION
The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material
or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof.
Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the
Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and
save the Owner, and all of its officers, agents and employees 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 documents by Owner; provided, however, if choice of alternate design, device, material
or process is allowed to the Contractor, then Contractor shalt indemnify and save Owner, and all of its officers,
agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the
contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the
12
r
Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's
Representative prior to bidding.
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 affect the contract or the work, and without limiting, in any way, manner or form,
the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the
Owner, and all of its officers, agents, and employees against any claims arising from the violation of any such
laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor
observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in
writing prior to bidding and any necessary changes shall be adjusted as provided in the contract for changes in the
otification to Owner's Representative of such variance or variances within
work. In the absence of timely written n
said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or
local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors
perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's
Representative, Contractor 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.
SUBCONTRACTING
The Contractor agrees that it will retain personal control and will give its 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 its full obligations to the Owner, as
provided by the contract documents.
TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES
l
It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of
beginning and time for completion as specid in the talalct documents, of work to understood and agreed thatthe work embraced in
one hereunder are
essential conditions of this contract; and it is further mutually
this contract shall be commenced as provided in the contract documents.
If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified,
then the Contractor does hereby agree as part of the consideration of this contract, the Owner
for the awarding
may withhold permanently from Contractor's total compensation, the sum of 300.00 (THREE HUNDRED) PER
DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and
shall be in default after the time stipulated for substantially completing the
every working day that the Contractor
work.
It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial
completion of the work described herein is reasonable time for the completion of the same, taking into
consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality.
The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages
i the Owner would sustain in such event would be difficult and%r impossible to estimate, however, the amount
agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and
is expressly agreed to be not disproportionate to actual damages as measured at time of breach.
IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS
OF THE ESSENCE OF THIS CONTRACT.
TIME AND ORDER OF COMPLETION
e-, 13
It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall
be allowed to prosecute its 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 its 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.
TIME OF PERFORMANCE
The Contractor agrees that it has submitted its 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 34 hereinabove set forth and expressly agrees that
it shall not be entitled'to, nor will it request, an extension of time on this contract, except when its 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. Any request for extension shall be in writing with the written request for same setting forth all
justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days
of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the
extension no later than twenty (20) calendar days of written submission by Contractor shall be deemed a denial,
and final. Further, in the absence of timely written notification of such delay and request for extension, as provided
herein, any request for extension by Contractor shall be deemed waived. _
HINDRANCE AND DELAYS
In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein
fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such
work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in
securing material or workmen, or any other cause or occurrence. 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 sole judgment of the Owner's Representative that is caused by such
stoppage shall be paid by Owner to Contractor.
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, and only when same are expressly stated
to be estimates, 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. In the event the amount of work to be done and materials to be furnished are
expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and
agreed That the actual amount of work to be done and the materials to be furnished under this contract may differ
somewhat from these estimates, and that where the basis for payment under this contract is the unit price method,
payment shall be for the actual amount of work done and materials furnished on the project.
PROTECTION OF ADJOINING PROPERTY
The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way
encountered, which may be injured or seriously affected by any process of construction to be undertaken under
14
this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be
liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without
limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the
Contractor agrees to indemnify, save and hold harmless the Owner, and any of its officers, agents and employees,
against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising
from or growing out of the performance of this contract.
PRICE FOR WORK
In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by
the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the
specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the
bid proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to
receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all
expenses incurred by Contractor 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.
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, Owner's
agents and employees, which have not theretofore been timely filed as provided in this contract.
PARTIAL PAYMENTS
On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application
for partial payment or, if the Contractor does not submit such application, the Owner's Representative shall
determine the amount to be partially paid. Owner's Representative shall review said application for partial
payment if submitted, 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. The determination of the partial payment by
the Owner's Representative shall be in accordance with Paragraph 14 hereof.
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 PartialPayment, 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 the contract documents.
Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to
enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work
performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said
partial payment is attributable.
SUBSTANTIAL COMPLETION .
Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31)
r a working days after the Contractor has given the Owner's Representative written notice that the work has been
substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time,
if the work be found to be substantially completed in accordance with the contract documents, the Owner's
Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding
the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete
the work within the time provided in this contract.
15
FINAL COMPLETION AND PAYMENT
The Contractor shall give written notice to Owner's Rep resentativ al measuremeof final nt
con - Upon ompletion,
determineltten notice whether final of final
completion, the Owner's Representative shall proceed to make finoccurre, Owner's
completion has occurred. If the Owner's Repr ive determines final entati on certification by Owner's Represon has ent t ve of final completion,
Representative shall so certify to the Owner. p
on of
inal
Owner shall pay to the Contractor ntractor undee the terms of this e
s agreemeafter nt. Neither the certifie date of 'cationf
completion, the balance due Cisions in the contract docuents of final
r of
completion nor the final payment, noany ch may be required in the contract doculments and/oCany warranty ore
obligation for fulfillment of any warrantyhi
warranties implied by law or otherwise.
CORRECTION OF WORK
Contractor shall promptly remove from
ocuments,all
whetheaactuallye incorporated imned by the on terworkeor notnant� e
on account of failure to conform to the contract d
Contractor shall at its own expensedocumereplace
Cont actor shall sob earthethe expe se of restoring all work of
ng
nts
to the requirements of the contract
other contractors damaged by aany
asuchble timelafter or ealwritten notice by the Owner or the Owners Repreacement. if Contractor does not remove and sentative,
such condemned work within
Owner may remove and replace it at Contractor's expense.
Neither the final payment, nor certification of final completion or substantial
l completios orn,
nor any pro ilio in the
contract documents shall relieve the Contractor of responsibility faulty
and
Contractor shall remedy any defects due thereto an( J orany daage to other work resulting certif cation of final completion by Owner therefrom, which
shall appear within a period of one (1) yearfrom the date
Representative.
PAYMENT WITHHELD Id or nullify
The Owner or Owner's Representative may, on ent account f subsequently
necessary to protect reitself from evidence, withh account of:
the whole or part of any certification to such ex Y
(a) Defective work not remedied and/or work not performed.
(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 providessurety
of hem, bond satisfactory to the Owner, in the
amount withheld, payment shall be made for amounts withheld because
CLAIM OR DISPUTE to
It is further agreed by both parties hereOwner's shall be in writing and filed with the 'saRellp esenttative within fifteen (15)ions of dispute or tcalendament edays after the Ownersented by the 's
e Contractor
es to
ke
Representative has given any direction,pprovided in this contract of any decrision by Owner's Representat Representative exception.
rtowner
Timely written notice of dispute pion or claim by Contraor of any
shall be a condition precedent to she bringing set forth n the of assertId son pute are ntot g anted or otherwise respondedtht
oby
under this Contract. If the mattee by owner's
Owner's Representative within fifteen (15 Aral calendar
by he Owof 'pt f ner's notice of dispu
vte, or deemed denial by the've,
m
said objections shall be deemed deedy decision
Owner's Representative, shall oro the final final aconclusive in the absence of fraud. nd
shall be a bar to any and all it
of the Contractor, and
acceptanther agreed that the
ce by the Contractor p
constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's
Representative, by Contractor.
L NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR
16
In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after
written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the
written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety
i
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. In the event a bond is not required by law, or otherwise obtained by the Contractor, no
r, further notice of such non-compliance to Contractor shall be required.
After receiving said notice of abandonment or non-compliance , 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
F 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 the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice
hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with
diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract
documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or
otherwise, including, but not limited to, providing 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,
x ; 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 its Surety shall pay the amount of such excess to the Owner; or
i.
(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
F 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. Should the cost to complete any such new contract prove to be less than that which
t would have been the cost to complete the work under this contract, the Contractor or his Surety shall be
credited therewith.
In the event the Owner's Representative elects to complete the work, as described above, when the work shall
have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as
provided in paragraph 44 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, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be,
shall pay the balance due as reflected by said statement within 30 days after the date of certification 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, if applicable, 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, if applicable. Should the cost to complete the work exceed the contract price,
and the Contractor and/or his Surety, if applicable, 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, if applicable, 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
17
property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the
Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said
rived
notice the owner may sell such machinery, equipment, tools, matelicab erials r Such sa ssupplies nmap ble made at ei hery the net sum e public
from such sale to the credit of the Contractor and his Surety, if app y
or private sale, with mor aterials,ut or sutice, as the pplies that ema n on wner t elect. jobsite a d belong to pe sons other than t e Contractor
equipment, tools, m ,
or his Surety, if applicable, to their proper owners.
nt
The remedies provided to Owner bynderstood that the exercise c se by Owner of erwise, shall the remedies provided ine cumulative, to the this permitted
by law. It is expressly agreed and u
wner, and Owner, irrespective of its
paragraph shall not constitute eunder shall'on of be entitled tole ere se co cur n the part ofently or otherwise, any and all other remedies
exercise of remedies he
available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in
paragraph 34, hereinabove set forth.
LIMITATION ON CONTRACTOR'S REMEDY
The remedies of Contractor hereunder shall be limited a forth ' and owner e contract documents, f orand Owner sha, work ll not be
performed by Contractor and/or its subcontractors ass
liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the
project which is the subject matter of this contract.
BONDS
The Contractor is required to furnish act rf price n the ermance ovent that said contract pricend in accordance with pexceeds $1 0 000 and heter 2253, Government de, in
the amount of 100% of the total c p -
Contractor is required to urnish a payment
ty rice in the event that said cont act nce with price exceeds v$25,000 CAlll bonds shall
amount of 100% of the P
be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized e
further agreed that this contract shall not ben effect until such bonds are o do
Te
business in the State ofa a so
furnished.
SPECIAL CONDITIONS
In the event special conditions cocontained
i � herein as
rtof tr�ntract dspecial ecial n't
ions
conflict with any of the general
onstained nthis contract, in such event the s and said shall
control.
LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES
Unless otherwise specified herein, all ofloss, expense or the elements, or framage to the Contctor arising out of te nature of om any unforeseen circumstance or frohm unusual the
work to be done, or from the action
ntered in the
obstructions or difficulties,hall be sustained and borne by the Con ay occurring, man made or 'cto at'h s own cost and expense. may be encou
prosecution of the workork,,
INDEPENDENT CONTRACTOR
and
Contractor is, and shall remain, an independent contractorth
method of, complete
he performancexclusive e of he wo k�ty to
direct, supervise, and control its own employees and to to observe
covered hereby. The fact that theperformanwner or Ownerce
a and to carry out other prerogatives awh ch areshall have the texpressI eserved to rand
work during Contractor's
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.
CLEANING UP
18
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 Contractor shall remove all such debris and also its tools, scaffolding, and surplus
materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition.
In case of dispute Owner may remove the debris and charge the cost to the Contractor.
HAZARDOUS SUBSTANCES AND ASBESTOS
Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response,
Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same
may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in
a any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the
Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the
City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a
Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in
the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project
or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts
�.., and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least
twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and
- provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If
the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5)
days of the receipt of said request, said request shall be deemed to be denied.
In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for
ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper
performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage,
disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or
asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective
�^ gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum
products or byproducts and/or asbestos.
e� 19
s
�m
CURRENT WAGE DETERMINATIONS
'40.�
RE: RESOLUTION NO. 6262, ITEM NO. 39, APRIL 8, 1999
A,
EXHIBIT A
City of Lubbock
Building Construction Trades
Prevailing Rates
;
k
Craft
Hourly Rate
Acoustical Ceiling Installer
11.50
Air Conditioner Installer
12.50
Air Conditioner Installer -Helper
6.25
Asbestos Worker
9.00
k,
Asbestos Supervisor
12.50
Bricklayer
12.50
�-+
Bricklayer -Helper
7.00
Carpenter
11.1)0
'
Carpenter -Helper
7.00
Cement Finisher
8.00
k
Drywall Hanger
11.0013
Electrician
75
Electrician -Helper
7.00
Equipment Operator -Heavy
9.50
Equipment Operator -Light
8 50
'
Floor Installer
9.50
t
Glazier
Insulator-Piping/Boiler
10.50
11.50
Insulator -Helper
7.00
Iron Worker
11.00
..,
Laborer -General
6.00
Mortar Mixer
6.00
Painter
9.50
Plumber
12.50
Plumber-Helper
7.00
Roofer
9.00
Roofer -Helper
7.00
Sheet Metal Worker
10.00
Sheet Metal Worker -Helper
7.00
11.00
r
F6i
EXHIBIT B
Paving and Highway Construction
Prevailing Wage Rates
Craft
Asphalt Heaterman
Asphalt Shoveler
Concrete Finisher
Concrete Finisher -Helper
Electrician
Flagger
Form Setter
Form Setter -Helper
Laborer -General
Laborer -Utility
Mechanic
Mechanic -Helper
Power Equipment Operators
Asphalt Paving Machine
Bulldozer
Concrete Paving Machine
Front End Loader
Heavy Equipment Operator
Light Equipment Operator
Motor Grader Operator
Roller
Scraper
Tractor
Truck Driver -Light
Truck Driver -Heavy
Houriv Rate
t
2
9.00
6.00
8.00
7.00
12.00
6.00
7.00
6.25
6.00
6.75
8.00
7.00
7.75
8.00
7.75
7.25
8.00
7.25
9.50
6.75
7.25
7.25
6.50
7.00
EXHIBIT C
Prevailing Wage Rates
Overtime Rate
The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act.
EXHIBIT D
r- Prevailing Wage Rates
Legal Holiday Rate
The rate for legal holidays shall be as required by the fair Labor Standards Act.
h
i
r
°'"
3
I
i
TECHNICAL SPECIFICATIONS INDEX
ROOF REPLACEMENT FOR THE
CITY OF LUBBOCK WATER DEPARTMENT
PUMP STATIONS #3, #6, #8 AND
MONTELONGO SWIMMING POOL
SWA Job No. 01-018
Pages
1
6
1
1
4
K
3
4
7
3
3
7
ems+
.. SWA Job No. 01-018 index - 1 of 1
k..
INDEX
Section
Number Section Title
Technical Specifications Index
DIVISION
1
GENERAL REQUIREMENTS
Section
01010 Special Conditions
01011 Statement of Certification
01050 Final Cleaning
DIVISION
2
SITEWORK
Section
02070 Roofing Demolition
-a
DIVISION
3
CONCRETE - Omitted
DIVISION
4
MASONRY
Section
04200 Unit Masonry Repairs
w
DIVISION
5
METALS - Omitted
DIVISION
6
WOOD AND PLASTICS
Section
06100 Rough Carpentry
DIVISION
7
THERMAL AND MOISTURE PROTECTION
Section
07212 Roof Insulation
07520 Modified Bitumen Roofing
07600 Flashing And Sheet Metal
07900 Caulking And Sealants
DIVISION
8
DOORS AND WINDOWS - Omitted
DIVISION
9
FINISHES
Section
09900 Painting
DIVISION
10
SPECIALTIES - Omitted
f
DIVISION
11
EQUIPMENT - Omitted
DIVISION
12
FURNISHINGS - Omitted
DIVISION
13
SPECIAL CONSTRUCTION - Omitted
r
a
v�
DIVISION
14
CONVEYING SYSTEMS - Omittedaf
ti {
x.
DIVISION
15
MECHANICAL - Omitted
DIVISION
16
ELECTRICAL - Omitted
End of Index
Pages
1
6
1
1
4
K
3
4
7
3
3
7
ems+
.. SWA Job No. 01-018 index - 1 of 1
k..
B. Contract Documents were prepared for the Project by:
1. Stiles, Wallace & Associates
3307 Avenue X
Lubbock, Texas 79411
- Voice: (806) 795-6431
Fax: (806) 797-1013
f C. The Contractor shall supply all labor, materials, transportation,
apparatus, light, energy, scaffolding and tools necessary for the entire
proper and substantial completion of the work and shall install, maintain
and remove all equipment of construction and other utensils or things and
be responsible for the safe, proper and lawful construction maintenance
and use of same, and shall construct in the best and most workmanlike
manner these improvements and everything properly incidental thereto, as
shown on Drawings, stated in Specifications or reasonably implied
therefrom or in accordance with the Contract Documents.
D. The Work will be constructed under a single prime contract.
1.3 WORK SEQUENCE AND TIME OF COMPLETION
A. Adherence to the Work Sequence and Time of Completion shall be a strict
condition of this Contract.
B. Work on all project sites shall begin with a one "Notice To Proceed"
'* issued by The City of Lubbock.
1. All work shall be substantially complete and ready for occupancy on
or before the date set forth in the "Notice To Proceed".
2. Contractor shall agree to commence the work on the above project on
or before a date to be specified in a written "Notice To Proceed" of
SWA Job No. 01-018 01010 'Special Conditions - 1 of 6
SECTION
01010 - SPECIAL CONDITIONS
P,,,.
PART 1
- GENERAL.
1.1
RELATED DOCUMENTS
A.
The Drawings and general
provisions of the Contract, including General
Instructions to Bidders, General Conditions of the Agreement and
Division -1 Specification
Sections, apply to this Section.
1.2
WORK COVERED BY CONTRACT
DOCUMENTS
A.
The Project consists of
Roof Replacement For The City of Lubbock Water
Department Pump Stations
#3, #6, #8 and Montelongo Swimming Pool.
1. Owner: The City of Lubbock
2. Architect's Project
Number: 01-018
3. Project Locations:
Site #1
Site #2
Pump Station #3
Pump Station #6
2520 3rd Street
402 66th Drive
Lubbock, Texas
Lubbock, Texas
Site #3
Site #4
P"
Pump Station #8
Montelongo Swimming Pool
3301 Southeast Loop
289 3200 Bates Street
Lubbock, Texas
Lubbock, Texas
B. Contract Documents were prepared for the Project by:
1. Stiles, Wallace & Associates
3307 Avenue X
Lubbock, Texas 79411
- Voice: (806) 795-6431
Fax: (806) 797-1013
f C. The Contractor shall supply all labor, materials, transportation,
apparatus, light, energy, scaffolding and tools necessary for the entire
proper and substantial completion of the work and shall install, maintain
and remove all equipment of construction and other utensils or things and
be responsible for the safe, proper and lawful construction maintenance
and use of same, and shall construct in the best and most workmanlike
manner these improvements and everything properly incidental thereto, as
shown on Drawings, stated in Specifications or reasonably implied
therefrom or in accordance with the Contract Documents.
D. The Work will be constructed under a single prime contract.
1.3 WORK SEQUENCE AND TIME OF COMPLETION
A. Adherence to the Work Sequence and Time of Completion shall be a strict
condition of this Contract.
B. Work on all project sites shall begin with a one "Notice To Proceed"
'* issued by The City of Lubbock.
1. All work shall be substantially complete and ready for occupancy on
or before the date set forth in the "Notice To Proceed".
2. Contractor shall agree to commence the work on the above project on
or before a date to be specified in a written "Notice To Proceed" of
SWA Job No. 01-018 01010 'Special Conditions - 1 of 6
the owner and to fully complete the project within 150 (ONE HUMRED
FIFTY) consecutive calendar days thereafter as stipulated in the
specifications and other contract documents.
3. Contractor shall agree to pay the Owner as liquidated damages the
sum of $300.00 (THREE HUNDRED) for each consecutive calendar day in
excess of the time set forth herein above for completion of this
project, all as more fully set forth in the general conditions of
the contract documents.
3. A "Certificate of Substantial Completion" shall be issued for each
project site upon completion.
1.4 WORK BY THE OWNER AND WORK UNDER OTHER CONTRACTS
A. Separate Contracts: The Owner may award separate contracts for
performance of certain construction operations at the site. Those
operations will be conducted simultaneously with work under this
Contract.
B. Cooperate fully with separate contractors so that work under those
contracts may be carried out smoothly, without interfering with or
delaying work under this Contract.
1.5 CONTRACTOR USE OF PREMISES
A. Use of the Site: Limit use of the premises to areas inside the perimeter
fence at each site. Do not disturb portions of the site beyond the areas
in which the Work is indicated.
1. Owner Occupancy: Allow for Owner occupancy of building and adjacent
lawn areas and facilities.
2. Contractor shall coordinate site access on a daily basis with the
City of Lubbock.
3. Personnel Identification: All contractor employees shall have a
personal identification badge furnished by the contractor which has
the following information and is worn and visible at all times:
a. Employee photo
b. Company Name
C. Company Phone Number
d. Employee's full name
4. Driveways and Entrances: Keep driveways and entrances serving the
premises clear and available to the Owner, the Owner's employees,
and emergency vehicles at all times. Do not use these areas for
parking or storage of materials. Schedule deliveries to minimize
space and time requirements for storage of materials and equipment
on-site.
B. Existing Facilities: Protect existing buildings, streets, trees, etc.
from damage throughout the construction period. Repair damage caused by
construction operations. Take all precautions necessary to protect the
existing facilities and its occupants during the construction period.
1.6 OCCUPANCY REQUIREMENTS
A. Owner Occupancy Requirements: The Owner will use the pump station
facility and adjacent lawn areas during the entire construction period.
Cooperate with the Owner during construction operations to minimize
conflicts and facilitate owner usage. Perform the Work so as not to
interfere with the Owner's operations.
B. Pump Stations: The roof and exterior of the building will be made
SWA Job No. 01-018 01010 Special Conditions - 2 of 6
available to the Contractor at all times for construction operations.
1.7 EXAMINATION OF SITE
A. Bidders are required to visit the site (including roof and building) and
P compare the drawings and specifications with existing conditions, and
inform themselves of all conditions which will affect this work. Failure
*■* of the successful bidder to do so will in no way relieve the bidder from
r the necessity of furnishing any materials, labor, or equipment, or
performing any work that may be required to complete work in accordance
with drawings and specifications, without additional cost to the Owner.
1.8 FIELD SUPERINTENDENT
A. Laying Out Work: A competent superintendent initially approved by the
Architect, shall be kept by the Contractor at the construction site at
all times and in continuous superintendence during the progress of the
work, to receive instructions and to act for the Contractor in the
�0. accurate laying out and direction of all work.
1.9 NOTIFICATIONS
1.11 PROTECTION AND ACCESS
A. The Contractor shall adequately protect the property and adjacent
property at all times, and shall make good at his own expense any damage
to such property arising out of any operation connected with his
contract.
B. The Contractor shall at all times protect the excavations, trenches,
and/or the building from damage from rain water, spring water, ground
water, backing up of drains or sewers, and all other water. He shall
provide pumps and equipment and enclosures to provide this protection.
C. The Contractor shall at all times provide , p protection against weather -
rain, wind, storms, frost, or heat so as to maintain all work, materials,
apparatus and fixtures from injury or damage. At the end of the day's
work all new or old work likely to be damaged shall be protected.
1.12 REPAIR OF DAMAGE
SWA Job No. 01-018
01010 'Special Conditions - 3 of 6
A.
The Contractor shall give the Architect verbal notification at least 48
hours prior to commencing any of the following:
1. Roofing Operations
.,
2. Painting
3. Testing Various Utility Lines
1.10
CONSTRUCTION FENCES
A.
The Contractor shall construct and maintain protective temporary fences
around areas_ of, the project only as the Contractor deems necessary.
However, at no time shall the facilities be open or accessible to the
pnbllc .
B.
Temporary fences shall be constructed of standard gauge chain link mesh.
'
Fences shall be 6'-0" high, with steel or aluminum posts spaced as
necessary to maintain fences in good repair.
C.
Upon completion of the project, the storage and access areas shall be
restored to pre -construction condition. Grassed areas shall be fine
graded to remove any evidence of vehicular traffic. Damaged irrigation
components shall be restored to pre -construction conditions.
1.11 PROTECTION AND ACCESS
A. The Contractor shall adequately protect the property and adjacent
property at all times, and shall make good at his own expense any damage
to such property arising out of any operation connected with his
contract.
B. The Contractor shall at all times protect the excavations, trenches,
and/or the building from damage from rain water, spring water, ground
water, backing up of drains or sewers, and all other water. He shall
provide pumps and equipment and enclosures to provide this protection.
C. The Contractor shall at all times provide , p protection against weather -
rain, wind, storms, frost, or heat so as to maintain all work, materials,
apparatus and fixtures from injury or damage. At the end of the day's
work all new or old work likely to be damaged shall be protected.
1.12 REPAIR OF DAMAGE
SWA Job No. 01-018
01010 'Special Conditions - 3 of 6
A. The Contractor shall be. responsible for any loss or damage caused by him,
his workmen, or his subcontractors to the work or materials, to tools,
and equipment of one another, to adjacent property and persons, and shall
make good any loss, damage or injury without cost to the Owner.
1.13 EXISTING UNDERGROUND UTILITIES
A. Existing underground lines may occur in the site where the work is to be.
done. Such lines will be staked by the Contractor prior to start of the
work.
1.14 COORDINATION
A. All contractors and subcontractors on the project shall coordinate their
work with each other, advising on work schedules, equipment locations,
etc.
B. Mechanical and Electrical subcontractors shall coordinate routes of
piping, ductwork, etc., with each other prior to start of installation.
1.15 PERMITS AND LAWS
A. The Contractor shall comply with all Federal, State and Municipal Laws,
Codes and Ordinances applicable to the work of this contract, and he
shall also comply with all regulations of the National Board of Fire
Underwriters having jurisdiction, and he shall obtain and pay for all
permits required in connection with the execution of his work. The
Architect shall be furnished with certified copies of these permits if
requested.
B. If the above Laws, Codes or Ordinances conflict with the Contract
Documents, then the laws, codes or ordinances shall govern instead of the
documents, except in such cases where the documents exceed them in
quality of materials, or labor; then the documents shall be followed.
1.16 PROJECT MEETINGS
A. Preconstruction Conference: Prior to the Contractor beginning work at
the site, the Architect will hold a preconstruction conference at a time
and place to be established by the Architect.
B. Project Briefings: Each month, the Contractor shall brief the Owner and
Architect on project progress during the preceding period. Any slippage
in schedule shall be discussed during the briefings.
1. Briefings shall be held at a time and place established by the
Architect.
1.17 TEMPORARY UTILITIES AND FACILITIES
A. The Contractor will be allowed to use existing power and water available
at the site for construction purposes without charge. The Contractor
shall verify the location of such services and make all necessary
payments, arrangements and connections for temporary utilities.
B. The Contractor shall provide adequate temporary lighting as needed in the
building for all trades.
C. Job Office: Contractor shall maintain a job office and storage facilities
as may be necessary for the proper execution of the work.
D. Telephone: Contractor shall be responsible for his own telephone. The
Contractor shall provide and pay for a telephone at the building site in
order to expedite his work. Local telephone service shall be made
SWA Job No. 01-018 01010 Special Conditions - 4 of 6
available to all persons connected with the work. Use of Owner's
telephone is prohibited.
E. Toilets: The Contractor shall provide and maintain in good order
F: temporary toilets on the site. Toilet shall be an approved chemical type.
Toilets shall be completely enclosed and of neat appearance. Toilet
locations shall be approved by the Architect. Use of Owner's toilets is
,• prohibited.
rv, .
`= F. Temporary Heat and Ventilation: Provide temporary heat and ventilation
as required to maintain adequate environmental conditions to facilitate
progress of the Work, to meet specified minimum conditions for the
,E installation of materials, and to protect materials and finishes from
damage due to temperature or humidity.
G. Cover trenches and holes when not in use. Erect barriers at changes in
plane steeper than 45 degrees and more than 3 feet in height.
H. Provide facilities to exclude unauthorized visitors from the construction
site. Provide personal safety equipment for authorized visitors. Provide
temporary doors with locks where required.
I. Provide and maintain warning lights and signs as necessary to prevent
damage or injury. Keep warning lights burning from dusk to dawn.
1.18 TEMPORARY CONTROL OF WEEDS AND OTHER MATERIALS
A. Weed Control: The Contractor shall keep the streets and construction area
free of weeds. Weeds shall be kept to a height of no more than 12 inches
to comply with the City Ordinances.
1.19 DISPOSAL OF WASTE MATERIALS
A. The Contractor shall remove all combustible and non-combustible waste
�*^ materials completely from the Owner's property and legally dispose of
same.
B. Burning of any materials will not be permitted within the boundaries of
the Owner's property.
1.20 DAILY SITE CLEANUP
A. The Contractor shall, on a daily basis, have all loose, discarded,
material debris and packaging materials picked up and placed in a proper
trash receptacle for removal from the site.
B. The
einteriorpace shall have all construction debris picked up and held
designatedin area so as not to interfere with daily work progress.
1.21 FIRE PROTECTION DURING CONSTRUCTION
A. The Contractor, subcontractors, and their personnel are required to be
in compliance with the fire protection and prevention requirements of the
+ Occupational Safety and health Act for Construction. Fire extinguishers
shall be available at all times while work is being performed. The number
and type are to be as specified in Subpart F of OSHA. The Contractor is
required to furnish his own extinguishers.
B. Waste combustible materials shall not be allowed to accumulate at the
work site and shall be removed from the site and disposed on a regular
basis.
1.22 PROJECT IDENTIFICATION REQUIREMENT
rn+
SWA Job No. 01-018 01010 Special Conditions - 5•of 6
A. Signs: No signs or advertisements will be permitted without approval of
the Architect.
1.23 MATERIAL AND EQUIPMENT
A. Storage And Protection: The Contractor shall carefully consider material
storage, so as to avoid interference with other phases of construction. _
B. He shall so store, pile and arrange his materials that they will not be
injured by the elements, by the progress of erection, by contact with the
ground or from any other cause. He shall provide and do all covering
necessary for this purpose and shall remove from the premises any damaged
materials when so directed by the Architect.
C. The Owner will designate an area immediately adjacent to the Building _
site for storage of materials. Storage area shall be fenced to keep
unauthorized persons from having access to area.
PART 2 - PRODUCTS (Not Applicable)
PART 3 - EXECUTION (Not Applicable)
END OF SECTION 01010
SWA Job No. 01-018 01010 Special Conditions - 6 of 6
r;
SECTION 01011 - STATEMENT OF CERTIFICATION
STATEMENT OF CERTIFICATION
Please be informed that the Texas Board of Architectural Examiners certificates
that:
Marvin Edward Stiles is Registered to practice as an Architect and
Interior Designer in the State of Texas
Architect Registration Number 5829; Expiration Date 07/31/02
Interior Designer Registration Number 7725; Expiration Date 12/01/02
"? Wesley Craig Wallace is Registered to practice as an Architect in the
;. State of Texas
Architect Registration Number 17012; Expiration Date 02/28/03
The Texas Board of Architectural Examiners has jurisdiction over the professional
practice of Marvin Edward Stiles and Wesley Craig Wallace and any person or
persons having any questions or requiring any information concerning the
professional practice of said individuals may contact the Texas Board of
Architectural Examiners at:
TEXAS BOARD OF ARCHITECTURAL EXAMINERS
P.O. BOX 12337
AUSTIN, TEXAS 78711-2337
Voice (512) 305-9000
*+ Fax (512) 305-8900
s
t
sem+
sem+
SWA Job No. 01-018 Statement of Certification - 1 of 1
a
SECTION 01050 - FINAL CLEANING
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. The drawings and general provisions of the Contract, including General
Instructions to Bidders, General Conditions of the Agreement and
Division -1 Specification sections, apply to this Section.
1.2 DESCRIPTION OF WORK
A. The Contractor shall use experienced workmen or professional cleaners for
final cleaning.
B. Upon completion of all work, and just before request for final
inspection, the Contractor shall have all construction areas or spaces
cleaned and in such condition that the Owner will have no further
cleaning requirements.
C. Special cleaning for specific units of work is specified in sections of
Division 2 through Division 16. Comply with manufacturer's instructions
for cleaning operations.
D. The following are examples, but not limitations of cleaning levels
required:
1. Remove labels which are not required as permanent labels.
2. Remove debris from roofs, mechanical equipment and similar items.
1.3 SITE (YARDS AND GROUNDS) CLEANING:
A. Sweep and remove stains from exterior walks, porches and paved areas.
Also remove temporary tape, wrappings, coatings, labels, grease, dust,
dirt, stains, fingerprints, and other foreign materials from exterior
items and surfaces caused by new construction operations.
B. Clean project site (lawns and grounds), including landscape development
areas, of all debris and foreign substances. Rake grounds which are
neither planted nor paved, to a smooth, even -textured surface. Remove
excess fill and fine grade around all new site utility construction.
vehicle traffic or other construction
Repair all areas damaged by
operations.
r� 1.4 RUBBISH
A. All debris, surplus material, and other items specified or indicated for
removal and not claimed by the Owner as salvaged materials shall become
property of the Contractor and shall be removed from the site and
disposed of in a lawful manner.
�** PART 2 - PRODUCTS (Not Applicable)
PART 3 - EXECUTION (Not Applicable)
pot" END OF SECTION 01050
�*w
SWA Job No. 01-018 01050 Final Cleaning - 1 of 1
r-,
SECTION 02070 - ROOFING DEMOLITION
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, -including General
Instructions to Bidders, General Conditions of the Agreement and
'
Division -1 Specification sections, apply to this Section.
1.2 SUMMARY OF WORK
A. This Section includes the following:
1. Removal of existing aggregate surfaced built-up roofs down to the
existing decks for roofs 02, 03, 04, 05, 06 and sweeping and
spudding roofs 01 and 07.
a. Corings of existing roofs by Owner's representatives indicates
the following existing conditions:
Roof 01 - One existing layer over concrete deck
Roof 02 - Two existing layers over concrete deck
Roof 03 - Two existing layers over concrete deck
Roof 04 - Two existing layers over concrete deck
Roof 05 - Two existing layers over concrete deck
Roof 06 - One existing layer over plywood deck
Roof 07 - One existing layer over wood deck
b. Approximate thickness of existing roofing materials (excluding
aggregate) to be removed is 1/4 inch per layer.
C. Each bidder shall be permitted to make additional corings (and
other tests) to verify the accuracy of the Drawings and
existing conditions which will affect demolition operations.
d. Each bidder shall verify with field inspection the actual edge
condition that exist. Each bidder shall satisfy himself prior
to bidding what is required to install the new gravel guard,
wood blocking, tapered insulation and roofing system.
2. Removal of all existing, cant strips, vents, vent flashing, base
flashing, counter flashing, pitch pans, flues, skylights and similar
items which conflict with the application of new roofing system.
1.3 DEFINITIONS
A. Remove: Remove and legally dispose of items except those indicated to
be reinstalled, salvaged, or to remain the Owner's property.
B. Remove and Salvage: Items indicated to be removed and salvaged remain
the Owner's property. Remove items indicated and protect against damage.
Deliver salvaged items to Owner's designated storage area located on the
site.
C. Remove and Reinstall: Remove items where necessary to preform demolition
operations. Store and protect against damage. Reinstall items in the
same locations or in locations indicated.
D. Existing to Remain: Existing construction items to be protected against
SWA Job No. 01-018 0.2070 Roofing Demolition - 1 of 4
No Text
A. Arrange roofing demolition operations so as not to interfere with Owner's
on-site operations.
PART 2 - PRODUCTS (Not Applicable)
PART 3 - EXECUTION
3.1 EXAMINATION
A. Survey existing conditions and correlate with requirements indicated to
determine extent of demolition required.
B. Inventory and record the condition of items to be removed and reinstalled
and items to be removed and salvaged (if any).
5WA Job No. 01--018 02070 'Roofing Demolition - 3 of 4
3.2
UTILITY SERVICES
A.
Maintain and protect existing utilities against damage during roof
removal operations.
1. Do not interrupt existing utilities serving occupied or operating
facilities,
except when authorized in writing by Owner andauthorities having jurisdiction.
3.3
PREPARATION
E.-4
A.
Conduct demolition operations and remove debris to ensure minimum
interference with roads,
streets, walks, and other adjacent occupied and
used facilities.
r-►
1. Do not close or obstruct streets, walks, or other adjacent occupied
a.
or used facilities without permission from Owner and authorities
having jurisdiction. Provide alternate routes around closed or
obstructed traffic ways if required by governing regulations.
.....
B.
Conduct demolition operations to prevent injury to people and damage to
adjacent buildings facilities
and to remain. Ensure safe passage of
people around selective demolition
area.
1. Provide temporary weather protection, during intervalbetween
demolition and removal of existing construction, on exterior
surfaces to ensure that no water leakage or damage occurs to
structure or interior areas.
'"
2. Protect existing exterior walls and other existing finish work that
'
is to remain during demolition operations.
C.
Where required, erect and maintain dustroof
p partitions and temporary
enclosures to limit dust and dirt migration into existing building.
1. Protect air -handling equipment.
D.
Clean adjacent structures and improvements of dust, dirt, and debris
caused by demolition operations. Return adjacent areas to condition
existing before start of demolition.
..„
f:
3.4
ROOFING DEMOLITION
5WA Job No. 01--018 02070 'Roofing Demolition - 3 of 4
A. Remove all existing layers of built-up roofs and other roofing components
as indicated on the Drawings. Use methods required to complete Work
within limitations of governing regulations and as recommended by roofing
product manufacturers (if any). —
1. Where required, neatly cut openings and holes plumb, square, and
true to dimensions required. Use cutting methods least likely to
damage construction to remain or adjoining construction. To
minimize disturbance of adjacent surfaces, use hand or small power
tools designed for sawing or grinding, not hammering and chopping.
Temporarily cover openings to remain.
3.5 PATCHING AND REPAIRS
A. Promptly patch and repair damaged surfaces caused to adjacent
construction by roofing demolition operations.
3.6 DISPOSAL OF DEMOLISHED MATERIALS
A. General: Promptly dispose of demolished materials. Do not allow
demolished materials to accumulate on-site.
B. Burning: Do not burn demolished materials.
C. Disposal: Transport demolished materials off Owner's property and
legally dispose of them.
END OF SECTION 02070
SWA Job No. 01-018 02070 Roofing Demolition - 4 of 4
SECTION 04200 - UNIT MASONRY REPAIRS
PART 1 - GENERAL
RELATED DOCUMENTS
A. The Drawings and general provisions of the Contract, including General
Instructions to Bidders, General Conditions of the Agreement and
.m Division -1 Specification Sections, apply to this Section.
1.2 SUMMARY
A. This Section includes the following:
1. Repointing of cracked, missing or spalding joints in existing
masonry walls as required to provide a watertight wall system at
-v building number two, pump station number three.
B.
Verification of extent of work:
.r
1. It shall be the responsibility of the Contractor to examine each
C.
exterior masonry wail and determine the existing conditions and the
r�
extent of masonry repair work required to perform and complete the
D.
work items listed above.
C.
Related Sections: The following Sections contain requirements that
relate to this Section:
PART
1. Section 09900 Painting.
1.3
DELIVERY, STORAGE, AND HANDLING
A.
Store masonry units on elevated platforms, under cover, and in a dry
deterioration or damage due to moisture,
location to prevent their
temperature changes, contaminants, corrosion, and other causes. If units
'
B.
become wet, do not install until they are in an air-dried condition.
B.
Store cementitious materials on elevated platforms, under cover, and in
a dry location.
C.
Store aggregates where grading and other required characteristics can be
maintained and contamination avoided.
D.
Store masonry accessories, including metal items, to prevent corrosion
and accumulation of dirt and oil.
PART
2 - PRODUCTS
2.1
MORTAR AND GROUT MATERIALS
A.
Portland Cement: ASTM C 150, Type I. Provide natural color or white
cement as required to produce mortar color indicated.
B.
Masonry Cement: ASTM C 91.
1. For pigmented mortars, use premixed, colored masonry cements of
formulation required to produce color indicated, or if not
indicated, as selected from manufacturer's standard formulations.
Pigments shall not exceed 5 percent of masonry cement by weight for
mineral oxides nor 1 percent for carbon black.
of natural color
2. For colored -aggregate mortars, use masonry -cement
or white as required to produce mortar color indicated.
^*
SWA
Job No. 01-018 04200 Unit Masonry Repairs - 1 of 3
C. Portland Cement -Lime Mix: Packaged blend of portland cement complying
with ASTM C 150, Type I and hydrated lime complying with ASTM C 207.
1. For pigmented mortars, use colored portland cement -lime mix of
formulation required to produce color indicated, or if not
indicated, as selected from manufacturer's standard formulations.
Pigments shall not exceed 10 percent of portland cement by weight
for mineral oxides nor 2 percent for carbon black.
D. Aggregate for Mortar: ASTM C 144, except for joints less than 1/4 inch,
use aggregate graded with 100 percent passing the No. 16 sieve.
E. Aggregate for Grout: ASTM C 404.
F. Mortar Pigments: Natural and synthetic iron oxides and chromium oxides,
compounded for use in mortar mixes. Use only pigments with a record of
satisfactory performance in masonry mortars.
G. Ready -Mixed Mortar: Cementitious materials, water, and aggregate
complying with requirements specified in this Article; combined with set -
controlling admixtures to produce a ready -mixed mortar complying with
ASTM C 1142.
H. Water: Potable.
2.2 MASONRY CLEANERS
A. Job -Mixed Detergent Solution: Solution of 3 -1 -cup dry measure tetrasodium
polyphosphate and' -cup dry measure laundry detergent dissolved in 1 gal.
of water.
2.3 MORTAR AND GROUT MIXES
A. General: Do not use admixtures, including pigments, air -entraining
agents, accelerators, retarders, water-repellent agents, antifreeze
compounds, or other admixtures, unless otherwise indicated.
1. Do not use calcium chloride in mortar or grout.
2. Add cold -weather admixture (if used) at the same rate for all
mortar, regardless of weather conditions, in order to ensure that
mortar color is consistent.
B. Mortar for Unit Masonry: Comply with ASTM C 270, Proportion
Specification, for types of mortar indicated below:
1. Limit cementitious materials in mortar for exterior use to portland
cement and lime.
2. For masonry below grade and above grade, use type indicated below:
a. Type: S.
C. Grout for Unit Masonry: Comply with ASTM C 476. Use grout of
consistency indicated or, if not otherwise indicated, of consistency
(fine or coarse) at time of placement that will completely fill spaces
intended to receive grout.
1. Use fine grout in grout spaces less than 2 inches in horizontal
dimension, unless otherwise indicated.
2. Use coarse grout in grout spaces 2 inches or more in least
horizontal dimension, unless otherwise indicated.
PART 3 - EXECUTION
3.1 EXAMINATION
SWA Job No. 01-018 04200 Unit Masonry Repairs - 2 of 3
A. Examine conditions, with Installer present, for compliance with
requirements for installation tolerances and other conditions affecting
performance of unit masonry. Do not proceed with installation until
unsatisfactory conditions have been corrected.
1. For the record, prepare written report, endorsed by Installer,
listing conditions detrimental to performance of unit masonry.
B. Examine rough -in and built-in construction to verify actual locations of
piping connections prior to installation.
!"s 3.2 REPAIRING, POINTING, AND CLEANING
A. Remove and replace masonry units that are loose, broken or otherwise
damaged. Install new units to match adjoining units; install in fresh
mortar or grout, pointed to eliminate evidence of replacement.
B. Pointing: During the tooling of joints, enlarge voids and holes, except
weep holes, and completely fill with mortar. Point -up joints, including
corners, openings, and adjacent construction, to provide a neat, uniform
appearance. Prepare joints for application of sealants.
^, C. In -Progress Cleaning: Clean unit masonry as work progresses by dry
brushing to remove mortar fins and smears prior to tooling joints.
D. Final Cleaning: After mortar is thoroughly set and cured, clean exposed
P" masonry as follows:
1. Remove large mortar particles by hand with wooden paddles and
nonmetallic scrape hoes or chisels.
2. Test cleaning methods on sample wall panel; leave one-half of panel
uncleaned for comparison purposes. Obtain Architect's approval of
sample cleaning before proceeding with cleaning of masonry.
3. Protect adjacent nonmasonry surfaces from contact with cleaner by
covering them with liquid strippable masking agent, polyethylene
film, or waterproof masking tape.
4. Wet wall surfaces with water prior to application of cleaners;
remove cleaners promptly by rinsing thoroughly with clear water.
5. Clean concrete masonry by cleaning method indicated in NCMA TEK 8-2
applicable to type of stain present on exposed surfaces.
E. Protection: Provide final protection and maintain conditions that ensure
unit masonry is without damage and deterioration at time of Substantial
Completion.
END OF SECTION 04200
SWA Job No. 01-1018 0420,0 Unit Masonry Repairs - 3 of 3
SECTION 06100 - ROUGH CARPENTRY
PART 1- GENERAL
( 1.1 RELATED DOCUMENTS
�* A. The Drawings and general provisions of the Contract,including General
Instructions to Bidders, General Conditions of the Agreement and
Division -1 Specification Sections, apply to this Section.
1.2 SUMMARY
A. This Section includes the following:
�P" 1. Treated wood gravel guard members, grounds, nailers and blocking.
2. Miscellaneous framing and items for temporary closures, guards,
runways and ladders.
1.3 DEFINITIONS
A. Rough carpentry includes carpentry work not specified as part of other
Sections and generally not exposed, unless otherwise specified.
1.4 PROJECT CONDITIONS
A. Coordination: Fit carpentry work to other work; scribe and cope as
required for accurate fit. Correlate location of furring, nailers,
y blocking, grounds and similar supports to allow attachment of other work.
rr- PART 2 - PRODUCTS
" 2.1 LUMBER, GENERAL
A. Lumber Standards: Furnish lumber manufactured to comply with PS 20
"American Softwood Lumber Standard" and with applicable grading rules of
inspection agencies certified by American Lumber Standards Committee's
(ALSC) Board of Review.
2.2 WOOD PRESERVATIVE TREATMENT
A. General: Where lumber is indicated or scheduled as "Treated Wood" or
specified herein to be treated, comply with the applicable requirements
of the American Wood Preservers Association (AWPA). Comply with AWPA C2
for lumber and AWPA C9 for plywood. Mark each treated item with the
Quality Mark Requirements of an inspection agency approved by ALSC's
Board of Review.
B. Pressure treat the following items with water -borne preservatives for
e*� above ground use:
a,
1. Wood copings, cants, framing members, plywood sheathing, nailers,
curbs, equipment support bases, blocking, stripping and similar
members in connection with roofing work.
2. Kiln -dry wood to a maximum moisture content of 15% after treatment
with water -borne preservatives.
C. Inspect each piece of treated lumber or plywood after drying and discard
damaged or defective pieces.
e■e 2.3 MISCELLANEOUS LUMBER
A. General: Provide lumber as required for temporary support or attachment
SWA Job No. 01-018 -06100 Rough Carpentry - 1 of 3
of construction items, barriers, closures and similar members.
B. Fabricate miscellaneous lumber from dimension lumber of sizes indicated
and into shapes shown.
C. Moisture content: 19 percent maximum for lumber items not specified to
receive wood preservative treatment.
D. Grade: "Standard" grade light -framing -size lumber of any species or
board -size lumber as required. "No. 3 Common" or "Standard" grade boards
per WCLIB or WWPA rules or "No. 2 Boards" per SPIB rules.
E. Plywood: Treated APA C -C Plugged Exterior grade.
1. Minimum thickness to be 3/4".
2.4 FASTENERS
A. General: Provide fasteners of size and type indicated that comply with
requirements specified in this article for material and manufacture.
1. Where rough carpentry is exposed to weather, use with exterior
treated wood, or in area of high relative humidity, provide
fasteners with a hot -dip zinc coating per ASTM A 153.
B. Nails, Wire, Brads, and Staples: FS FF -N-105. _
C. Power Driven Fasteners: National Evaluation Report NER-272.
D. Wood Screws: ANSI B18.6.1.
E. Lag Bolts: ANSI B18.2.1. (ANSI B18.2.3.8M)
F. Bolts: Steel bolts complying with ASTM A 307, Grade A (ASTM F 568,
Property Class 4. 6); with ASTM A 563 (ASTM A 563M) hex nuts and where
indicated, flat washers.
PART 3 - EXECUTION
3.1 INSTALLATION, GENERAL
A. Discard units of material with defects that impair quality of rough
carpentry construction and that are too small to use in fabricating rough
carpentry with minimum joints or optimum joint arrangement.
B. Set rough carpentry to required levels and lines, with members plumb and
true to line and cut and fitted.
C. Fit rough carpentry to other construction; scribe and cope as required
for accurate fit. Correlate Ilocation of furring, nailers, blocking,
grounds, and similar supports to allow attachment of other construction.
D. Securely attach rough carpentry work to substrate by anchoring and
fastening as indicated.
E. Countersink nail heads on exposed carpentry work and fill holes.
F. Use common wire nails, unless otherwise indicated. Use finishing nails
for finish work. 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; predrill as required.
3.2 WOOD COPINGS, GROUNDS, NAILERS, BLOCKING AND SLEEPERS
SWA Job No. 01-018 06100 Rough Carpentry - 2 of 3
r�
A. Install wood gravel guards
grounds, nailers, blocking, and sleepers
where shown and where required for screeding or attachment of other work.
Form to shapes as shown and cut as required for true line and level of
P" work to be attached. Coordinate location with other work involved.
B. Attach to substrates as required to support applied loading. Countersink
bolts and nuts flush with surfaces, unless otherwise indicated. Build
s*+ into masonry during installation of masonry work. Where possible, anchor
y
to formwork before concrete placement.
C. Install permanent grounds of dressed, preservative treated, key -bevelled
lumber not less than 1-1/2 inches (38 mm) wide and of thickness required
to bring face of ground to exact thickness of finish material involved.
Remove temporary grounds when no longer required.
END OF SECTION 06100
an
POR
s*e
a
SWA Sob No. 01-018
406100 Stough Carpentry - 3 of 3
SECTION 07212 - ROOF INSULATION
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. The drawings and general provisions of the Contract, including General
Instructions_ to Bidders, General Conditions of the Agreement and
k"
Division -1 Specification sections, apply to this Section.
r
1.3 QUALITY ASSURANCE
A. The roof insulation work shall be done by a single firm so that there
will be undivided responsibility for the specified performance of all
component parts specified in Sections 02070, 07212, 07520, 07600 and
07900.
B. All work shall be installed in strict accordance with themanufacturer's directions for the indicated conditions.
C. All materials, work and systems shall be in accordance with the
requirements of the roofing system manufacturer to permit the issuance
of the ten (10) year guarantee specified in Section 07520 "Modified
" Bitumen Roofing".
D. Roofing insulation attachment shall meet the requirements of Factory
Mutual I-90 standards.
1.4 SUBMITTALS
A. Submit manufacturer's product specifications, installation
instructions, layout and general recommendations for the roofing
insulation products required. Include data substantiating that the
materials comply with specified requirements, including evidence of
required "R" values. Indicate that the Installer has received a copy
of the manufacturers instructions.
'! B. Submit a sample section of all required roof insulation materials.
C. Submit manufacturer's product specifications for mechanical fasteners
including installation instructions and data substantiating that the
fastener meets the requirements of this section. Submit
manufacturer's specifications for each type of fastener required for
each type of structural deck substrate encountered.
1.5 STORAGE
A. Store insulation materials on wood ;pallets above the ground in a
a�
' SWA Job No. 01-018 07212 Roof Insulation - 1 of 4
1.2
DESCRIPTION OF WORK
A.
The extent of roof insulation work is
specified herein.
shown on the Drawings and
B.
The work includes the following:
1. Rigid polyisocyanurate insulation
fully mopped to existing primed
concrete roof deck.
2. Perlite recovery board insulation
fully mopped to rigid
insulation.
3. Tapered insulation boards and miscellaneous roofing materials.
t.k
C.
Furnish all incidentals necessary for
the work.
the satisfactory completion of
r
1.3 QUALITY ASSURANCE
A. The roof insulation work shall be done by a single firm so that there
will be undivided responsibility for the specified performance of all
component parts specified in Sections 02070, 07212, 07520, 07600 and
07900.
B. All work shall be installed in strict accordance with themanufacturer's directions for the indicated conditions.
C. All materials, work and systems shall be in accordance with the
requirements of the roofing system manufacturer to permit the issuance
of the ten (10) year guarantee specified in Section 07520 "Modified
" Bitumen Roofing".
D. Roofing insulation attachment shall meet the requirements of Factory
Mutual I-90 standards.
1.4 SUBMITTALS
A. Submit manufacturer's product specifications, installation
instructions, layout and general recommendations for the roofing
insulation products required. Include data substantiating that the
materials comply with specified requirements, including evidence of
required "R" values. Indicate that the Installer has received a copy
of the manufacturers instructions.
'! B. Submit a sample section of all required roof insulation materials.
C. Submit manufacturer's product specifications for mechanical fasteners
including installation instructions and data substantiating that the
fastener meets the requirements of this section. Submit
manufacturer's specifications for each type of fastener required for
each type of structural deck substrate encountered.
1.5 STORAGE
A. Store insulation materials on wood ;pallets above the ground in a
a�
' SWA Job No. 01-018 07212 Roof Insulation - 1 of 4
manner which will ensure that there is no possibility of significant
moisture penetration into the materials. Store in a dry,
well
ventilated, weathertight place.
he
ed areas
B. Do not store rofoselexcessiveals on stresston thefdeckkornstructuraltmembers.
which will impo
PART 2 - PRODUCTS
2.1 MANUFACTURERS
A. AvailableManufacturers:
ofSubject
fo o compliance with requirements,
provide products
1. Atlas Energy Products.
2.
Celotex.
3.
GAF.
4.
Manville.
5.
NGR Barriers.
6.
Schuller.
2,2 MATERIALS
A. Asphalt Primer shall conform to ASTM D-41.
lly
B. Bitumen shall be g withwtheasphalt
urrentaeditionror latestarevisionroofing
ASTM
purposes complying III.
specification D-312, Steep Grade, Type
C. Polyisocyanurate-foam Board Insulation shall be rigid boards of
to
minimum 2.0-pcf density polyisocyanurate-based foam core, bo in 1 inch
roofing felt facer sheets and complying
ASTM minimum thickness or as indicated on the Drawings. Provide in
manufacturer's standard sizes.
D. Perlite Recovery Board (Insulation Overlay Board shall be rigid,
noncombustible, perlite-fiber boards
of C 3/4 inch
thickness,vide integrally
with skinned surfaces, complying
standard sizes.
E. Tapered Perlite Insulation shall be equal to
ASTMsCo728ardPanels shall
manufactured by Manville and complying
withbe tapered with 1/4" rise in 12" run as indicated on Drawings. Minimum
thickness shall be 3/4" inch.
F. Fasteners shall be appropriate for purpose intended and approved by
both Factory Mutual and insulation manufacturer in lengths required
for thickness of material. Meet U.L. 90 Wind Uplift requirements.
PART 3 - EXECUTION
3.1 INSTALLATION OF ROOF INSULATION
A. All roof insulation work shall be done in strict accordance with the
instructions, layout and recommendations of the manufacturer. project
If
printed instructions are not available or do not apply
to theconditions, consult the manufacturer's technical representative for
specific recommendations before proceeding with the work.
B. Do not overload
the
uildingstructure with the storage of materials
or use of equipment
n the deck.
C. Do not proceed with the installation of insulation unless the
materials, equipment and tradesmen required for the installation of
SWA Job No. 01-018
07212 Roof Insulation - 2 of 4
the roofing insulation and membrane over the insulation are on the
project site and ready to follow with this work immediately (same day)
behind the work. Do not install any more insulation each day than can
be covered with waterproof membrane by the end of that working day.
.w D. Prepare the substrate so that it is dry, clean, relatively smooth and
otherwise satisfactorily prepared to receive the roof insulation
„.
board.
E. Where indicated on the Drawings or required by field conditions,
mechanically fasten rigid insulation board to the concrete deck in
strict accordance with the manufacturer's instruction and
recommendations.
F. Install recovery board, fill insulation and tapered insulation in a
full bed of hot asphalt in the areas and configurations shown on the
Drawings to achieve the 1/4" inch per 12 inch slope.
G. Apply insulation in a full bed of hot asphalt in the minimum rates to
ensure solid bonding and in accordance with insulation manufacturer's
instructions. Use no mechanical fasteners.
H. At all multiple -layer applications, offset all joints of each layer a
minimum of 6 inches from all joints of the preceding layer.
I. Extend insulation full thickness over the entire surfaces to be
insulated. Cut and fit tightly around obstructions, and fill voids
with insulation.
J. The long dimension of the insulation boards _shall generally run
pow perpendicular to the roof slope and the short joints shall be
staggered.
K. Mopping asphalt shall be heated to between 375 degrees and 425 degrees
F. at the point of application (mop bucket, mechanical mopper or felt
layer). Asphalt shall not be heated above 525 degrees F. nor held
above 500 degrees F. for more than 4 hours.
L. Each board of insulation shall be walked into place and shall be
physically checked by workmen for proper adhesion.
M. The insulation shall be butted together with no gaps greater than 1/4
inch. Gaps greater than 1/4 inch shall be filled with the same
material
N. Form slight depressions at roof scuppers and roof drains with
insulation approximately 1/2" less in thickness than for adjacent roof
areas so that finished roofing will not be above adjoining areas.
0. The Contractor is cautioned that any insulation that becomes wet for
any reason shall be rejected from the project site. The Contractor
shall install temporary watercutoffs at the end of each day. Leakage
at this point is the sole responsibility of the Contractor. Any
.�, material that becomes wet shall be removed and discarded, and shall be
replaced. Water cutoffs shall be removed when work is resumed.
3.2 CRICKETS
A. Install premanufactured crickets or tapered insulation crickets as
shown on Drawings.
B. Adhere crickets to substrate in a full mopping of hot steep asphalt.
C. Cricket material shall have a 1/2 inch per 12 inch slope.
SWA Job No. '01-018 07212 Roof Insulation - 3 of 4
3.3 TEMPORARY WATER CUTOFFS
A. The Contractor shall install temporary water cutoffs at the end of
each day's work.
B. The water cutoff shall consist of 1 ply of modified base ply installed
in a mopping of hot asphalt extending onto the deck and insulation a
minimum of 6 inches.
C. When roofing work is resumed, the temporary water cutoff shall be
removed cleanly from the insulation (top surface and vertical joint)
and from the deck to ensure tight insulation joints and level
insulation surfaces.
D. Any in-place roof which becomes wet from the Contractor's failure to
install a temporary water cutoff or a faulty temporary water cutoff
installation shall be removed and replaced by the Contractor as
directed by the Architect at no additional cost to the Owner.
3.4 CLEANING
A. At completion of work under this Section, all rubbish accumulated by
these operations shall be removed from the site.
END OF SECTION 07212
SWA Job No. 01-018 07212 Roof Insulation - 4 of 4
SECTION 07520 - MODIFIED BITUMEN ROOFING
�., PART 1 - GENERAL
p.
1.1 RELATED DOCUMENTS
A. The Drawings and general provisions of the Contract, including General
Instructions to Bidders, General Conditions of the Agreement and
Division -1 Specification Sections, apply to this Section.
" 1.2 SUMMARY OF WORK
A. The extent of modified bitumen roofing work is shown on the Drawings and
specified herein.
B. This Section includes the following:
1. Modified bitumen roofing system with mineral granule surfacing.
2. Roofing asphalt.
3. Associated flashing materials.
4. Miscellaneous items specified in this section.
C. Related Sections: The following sections contain requirements that
relate to this Section:
1. Section 02070 Roofing Demolition for removal of existing roof.
2. Section 06100 Rough Carpentry for treated wood members.
3. Section 07212 Roof Insulation for insulation system.
4. Section 07600 Flashing and Sheet Metal for metal gravel guards and
., counter flashings.
5. Section 07900 Caulking And Sealants.
1.3 QUALITY ASSURANCE
A. Manufacturer Qualifications: Obtain primary products, including each
type of roofing sheet, bitumen, membrane flashings, and vapor retarder
(if any), from a single manufacturer. Provide secondary products as
recommended by manufacturer of primary products for use with roofing
system specified.
B. Installer Qualifications: Engage an experienced Installer (Roofer) who
has a u nisun of Five Years experience to perform the Work of this
Section, who has specialized in installing roofing to that required for
this Project and who is certified by the modified bituminous sheet
roofing system manufacturer as qualified to install manufacturer's
roofing materials.
1. Provide copy of certification to Architect before award of roofing
work.
2. Installer's Field Supervision: Require Installer to maintain a
full-time supervisor/foreman on job site during times that modified
bituminous sheet roofing work is in progress and who is experienced
a.+in installation of roofing systems similar to type and scope
required for this Project.
C. All work shall be installed in strict accordance with the manufacturer's
directions for the indicated conditions.
1.4 REGULATORY REQUIREMENTS
A. Provide Underwriters Laboratories, Inc. (UL) Class A Fire Hazard
r Classification.
SWA Job No. 01-01B 07520 Modified Bitumen Roofing 1 of 7
B. Provide Underwriters Laboratories, Inc. 90 Wind Uplift Rating.
1.5 ROOFING SYSTEM PERFORMANCE REQUIREMENTS
A. Roofing Systems shall be equal to GAF Materials Corporation modified
bitumen system, RUBEROIDO MOP FR with RUBEROID® 20 base sheet equal to
specification number I-0-2-20/MGPFR.
B. The following roofing systems are approved for the work of this section
provided that all other conditions of this Section 07520, including the
system warranty and membrane warranty specified in other portions of this
Specification, are met and warranties issued:
1. Tamko system with Awaplan Premium FR membrane.
2. Manville system with DynaKap FR membrane.
3. Nord Bitumi system with Nord Flex FR membrane.
4. Performance Building Products system with Permax B -FR membrane.
5. Schuller system with GlasPly Premier membrane.
6. Siplast, Inc. system with Premium grade membrane.
7. The reinforcing mat in the modified bitumen membrane shall be
partially or wholly constructed of polyester and shall weigh a
minimum of 250 grams per square meter.
1.6 SUBMITTALS:
A. Submit manufacturer's technical product data, installation instructions
and recommendations for each type of roofing product required. Include
data substantiating that materials comply with requirements.
B. Submit manufacturer's certification indicating that bulk bituminous
materials delivered to the project comply with the required standards.
1.7 WARRANTY
A. Manufacturer's Warranty: At the completion of the project and prior to
final payment, the Contractor shall furnish three (3) copies of the
manufacturer's unlimited ten (10) year NDL warrantee covering materials
and workmanship for the roofing and base flashing systems, equal to that
issued by GAF Material Corporation. Warranty shall cover leaks which
result from either material or workmanship defects, shall not be subject
to a deductible, and shall not be prorated. Warranty coverage shall
include repairs to the roofing system to a water tight condition.
1. Not required for roof number 07 Montelongo Swimming Pool.
B. Installer Warranty: Submit two (2) executed copies of standard two-year
workmanship warranty which will include all roofing membrane, membrane
flashing, roof insulation, flashings and roofing accessories.
1.8 DELIVERY, STORAGE, AND HANDLING
A. Store and handle roofing sheets in a dry, well -ventilated, weatherproof
place to ensure no possibility of significant moisture pickup. Store
rolls of felt and other sheet materials on end on pallets or other raised
surface.
B. Do not leave unused felts and other sheet materials on the roof overnight
or when roofing work is not in progress unless protected from weather or
other moisture sources.
C. Handle and store materials or equipment in a manner to avoid significant
or permanent deflection of deck.
1.9 PROJECT CONDITIONS
SWA Job No. 01-018 07520 Modified Bitumen Roofing 2 of 7
A. Weather Condition Limitations: Proceed with roofing work only when
existing and forecasted weather conditions will permit unit of Work to
be installed in accordance with manufacturers' recommendations and
warranty requirements.
1.10 SEQUENCING AND SCHEDULING
A. Sequence installation of modified bituminous sheet roofing with related
units of Work specified in other Sections to ensure that roof assemblies,
including roof accessories, flashing, trim, and joint sealers, are
protected against damage from effects of weather, corrosion, and adjacent
construction activity.
PART 2 - PRODUCTS
2.1 MATERIALS
A. All materials shall be acceptable to the manufacturer of the roofing
system installed.
B. Provide roofing materials which comply with the following general
standards or as recommended by the roofing system manufacturer.
C. Roofing System Materials:
1. Bitumen shall be airblown asphalt manufactured especially for
roofing purposes complying with the current edition or latest
revision of ASTM Specification D 312-89, Steep Grade, Type III.
2. Modified Cap Sheet shall be equal to GAF RUBEROIDS MOP FR granule
surfaced modified bitumen membrane, color shall be white.
3. Modified Base Sheet shall be equal to GAF RUBEROIDS 20.
4. Torch Applied Flashing Ply shall be equal to RUBEROID® SBS HEAT -WELD
Plus FR granule surfaced modified bitumen membrane, color shall be
white.
5. Ply 4 Base Sheet shall be equal to GAF GAFGLAS® PLY 4
6. #75 Base Sheet shall be equal to GAF GAFGLAS® #75 BASE SHEET
D. Miscellaneous Materials:
1. Plastic Cement:
v - a. Equal to, Matrix"" System Pro SBS Cement 201, ASTM D-4586,
Asbestos -free, Type I.
` b. Equal to, Matrix'" System Pro SBS Flashing Cement 202, ASTM D-
�' 4586, Asbestos -free, Type I.
c. Equal to, Matrix"' Standard Plastic Roof Cement 203, ASTM D-
4586,Asbestos-free, Type I.
d. Equal to, Standard Wet/Dry Roof Cement 204, ASTM D-
�"' 4586,Asbestos-free, Type I.
2. Asphalt Primer:
a. Equal to, Matrix'"4 Standard Asphalt Primer 307, ASTM D 41.
3. Fasteners, where required, shall be galvanized or non-ferrous type,
SWA Job No. 01-41$ 07520 Modified Bitumen Roofing 3 of 7
t.
size and design as required to suit application.
4. Preformed Cant shall be 4" x 4" with 45 degree angle molded asphalt ^
impregnated organic fiber or fire resistant perlite..
5. Lead flashing, if any, shall be sheet lead weighting not less that
4 pounds per square foot.
6. Preformed penetration seals (curbs), if any, shall be equal to M -
Curb System by Building Materials Corporation of America.
a. Provide standard curbs (color black)to fit job conditions or as
indicated on the Drawings.
b. Provide two part urethane pourable sealant as recommended by
seals manufacturer.
7. Expansion joint covers, if any, shall be equal to Metalastic® EJC by
Building Materials Corporation of America, sizes to meet the
conditions required.
8. Termination Bars, if any, shall be 3/16" x 1 1/2" minimum aluminum
bar, with predrilled holes for fasteners at 8" o.c. and 1" from
ends.
9. Pipe and Conduit Supports, if any, shall be equal to Miro Pipe
Stands Model 02 (6" minimum height) spaced 10'-0" o.c. maximum.
10. Provide all additional materials required by the roofing system
manufacturer to allow the issuance of the Ten (10) Year NDL Roofing
System Guarantee.
PART 3 - EXECUTION
3.1 EXAMINATION
A. Verify roof deck is dry, sound, clean and smooth, free of depressions,
waves, or projections, properly sloped to drains.
B. Examine substrate surfaces to receive modified bitumen sheet roofing
system and associated work and conditions under which roofing will be
installed. Do not proceed with roofing until unsatisfactory conditions
have been corrected in a manner acceptable to Installer.
3.2 GENERAL INSTALLATION REQUIREMENTS
A. All modified bitumen roofing materials and construction shall be done in
strict accordance with the manufacturer's instructions and
recommendations. If printed instructions are not obtainable or do not
apply to the project conditions, consult the manufacturer's technical
representative for specific recommendations before proceeding with the
work.
3.3 SUBSTRATE PREPARATION
A. Before ply application is started, prepare surface by removing trash,
debris, grease, oil, water moisture and contaminates affecting bond of
asphalt to surface.
B. Verify that surfaces are dry per respective manufacturer's or
applicator's published instructions.
C. Prepare other surfaces according to respective manufacturer's of
applicator's published instructions.
sWA Job No. 01-018 07520 Modified Bitumen Roofing 4 of 7
D. Use cleaning materials necessary to render an acceptable surface.
E. Use compatible materials on voids and joints so finished deck surface
will be even and smooth.
F. Protect adjacent areas with tarpaulin or other durable materials.
G. Prepare properly for flashing and secure in position any projection
through the roof deck. Install new metal flashings, fascias, gravel
guards and other items as required. Ensure roof drains, etc., are at
proper height to permit water to drain properly without ponded water.
H. Inspect all parapet walls, roof edges, etc. prior to application of
roofing to make sure that proper provisions have been made to install
metal roof edges, etc.
rs,
I. Do not apply roofing if damp weather is imminent or if any other
conditions exist that will not permit proper applications. Do not apply
roofing when moisture is present in the deck.
3.4 WORKMANSHIP
A. Protect any lifting point on the roof or deck where roofing materials are
transferred from one container to another with two sheets of 4' x 8' x
5/8" plywood laid with long edges together covered with base sheet
overlapping all sides four feet and up and over the parapet.
B. Repair any 'damaged areas of base sheet by applying a patch with mopping
of hot asphalt overlapping the damaged area 12" on each side.
e-� C. Furnish a thermometer for checking temperature of asphalt in the kettle
and at the point of application to the roof deck.
D. Asphalt heating and application shall be in accordance with ASTM D312.
Type III Steep Asphalt and Type IV Special Steep Asphalt shall not be
heated above 525 degrees F. nor held above 500 degrees F. for more than
4 hours and shall be applied at temperatures between 375 degrees F. and
425 degrees F. unless specifically instructed otherwise by the roofing
system manufacturer.
r,
E. Provide temporary water cut-offs at the end of each day's work. Remove
�^ temporary water cut-offs cleanly when work is resumed.
3.5 MEMBRANE ROOF INSTALLATION
A. Membrane Over Insulated Deck
1. Starting at the low point of the roof, embed one ply of modified
base sheet, equal to RUBEROIDO 20, with minimum of 2" side laps and
a minimum of 4" end laps into a full mopping of hot, steep asphalt
at a minimum rate of 23 pounds per 100 square feet. Broom to obtain
embedment of the base sheet.
o• 2. Starting at the low point of the roof, solidly adhere one ply of
membrane, equal to RUBEROID® MOP FR, by mop applying with minimum
4" side laps and minimum 6" end laps. All laps shall be checked and
sealed while the modified bitumen is still in a semi -fluid state
from roll application. A minimum of 1/4" flow of asphalt must
extend beyond all edges. Asphalt application rate shall be a
minimum of 30 pounds per 100 square feet. Asphalt temperature shall
be not less than 400 degrees F at point of application. Do not mop
more than 4 feet in front of roll. Remove factory splices of
modified asphalt sheet materials prior to installation or cover
factory splices in the field with a 12" width of modified asphalt
ass
SWA Job No. 01-018 07520 Modified Bitumen Roofing 5 of 7
sheet material set in hot asphalt.
3. Apply membrane without wrinkles or tears, free from air pockets.
4. Extend membrane up cant strips and a minimum of 2 inches onto
vertical surfaces.
5. At the end of each day install water cut-off consisting of one ply
of coated base sheet installed in mopping of asphalt extending onto
the deck a minimum of 6 inches. Cover all exposed edges of
insulation. Completely remove cut-off before resuming roofing.
6. Seal membrane around roof penetrations.
3.6 FLASHINGS
A. All base and parapet flashings shall be mop applied material and system.
B. Apply membrane base flashings to seal membrane to vertical elements.
Extend a minimum of 6 inches onto field of roof surface and a minimum of
8 inches up vertical surface being flashed. Secure top edge at 8 inches
on center.
C. Apply modified bitumen parapet flashing in strict accordance with the
manufacturer's written requirements and recommendations.
D. At roof drains, terminate courses of membrane and hot bitumen at edges
of drain. Trim surface of insulation of deck where necessary so that
roofing is flush with ring of drain.
E. Set metal flanges and preformed penetration seals (curbs) as recommended
by the roofing materials manufacturer.
F. Extend lead flashing down into vent stacks.
G. See Section 07600 for miscellaneous sheet metal accessory items to be
installed in the work.
3.7 WALKWAY PADS
A. Provide walkway pads at each service side of all roof top mechanical
units, and at other locations required by the Roofing System
Manufacturer.
B. Adhere pads to the modified bitumen membrane in a full mopping of hot
asphalt.
3.8 PIPE AND CONDUIT SUPPORTS
A. Provide support stands for all gas piping and electric conduit. Install
in accordance with instructions of the Roofing System Manufacturer.
3.9 CLEANING
A. At completion of work under this section, all rubbish accumulated by
these operations shall be removed from the site.
B. Remove all stains of every nature from all surfaces stained by the
roofing operations. If stains cannot be removed, the affected areas
shall be replaced with new material matching the existing material.
C. Remove all equipment, tools and excess materials from site.
3.10 PROTECTION
SWA Job No. 01-018 07520 Modified Bitumen Roofing 6 of 7
e+�
A. Protect building surfaces against damage from roofing work.
B. Where traffic must continue over finished roof membrane, protect surfaces
from damage.
END OF SECTION 07520
�,.
ZjWA J,00 NO. U1-Ulb 07520 Modified Bitumen Roofing 7 of 7
SECTION 07600 - FLASHING AND SHEET METAL
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
s -s A. The Drawings and general provisions of the Contract, including General
Instructions to Bidders, General Conditions of the Agreement and
Division -1 Specification Sections, apply to this Section.
" 1.2 SUMMARY
A. This Section includes the following:
1. Metal gravel guard.
2. Metal soffit panels.
3. Miscellaneous sheet metal accessories.
B. Provide all nails and any other items necessary for the satisfactory
completion of the work. Integrate this work with roofing work to provide
a watertight installation.
C. Roofing accessories which are installed integral with roofing membrane
are in Section 07520.
m., 1.3 QUALITY ASSURANCE
A. The flashing and sheet metal work shall be done by a single firm
specializing in the types of roofing required so that there will be
�-+ undivided responsibility for the specified performance of all component
parts specified in sections, 07212, 07520, 07600, and 07900.
B. All work shall be installed in strict accordance with the manufacturer's
directions for the indicated conditions.
1.4 SUBMITTALS
A. Submit manufacturer's product specifications, installation instructions
and general recommendations for each type of product required. Include
data substantiating that materials comply with requirements.
B. Submit shop drawings of each item specified showinglayout, y out
profiles,
methods of joining and anchorage.
C. Submit samples of sheet metal for approval.
f:
1. 8 inch square samples for color selections.
2. 12 inch long, full size, samples of shop fabricated gravel guards.
3. Miscellaneous sheet metal accessories as requested by Architect.
PART 2 - PRODUCTS
2.1 MATERIALS
A. Metal gravel guards shall be fabricated from 24 gauge galvanized sheet
steel with a premium fluorocarbon coating produced with polyvinylidene
+^+ fluoride resin, equal to Kynar 500. Provide 20 year limited paint
warranty.
1. Provide matching factory produced outside and inside corners as
required by roof conditions.
2. Provide gravel guards in 10'-0" minimum lengths.
3. Color as selected by Architect from full range of manufacturer's
SWA Job No. 01-018 07-600 Flashing And Sheet Meatal - 1 of 3
standard colors.
B. Metal soffit panels shall be equal to MBCI FlexLoc®.
1. System Profile: 8 1/2" wide.
2. Metal Gauge: 24 gauge.
3. Substrate: Galvalume steel sheet, 0.5 ounces/square foot
4. Texture: Smooth
5. Finish: Premium fluorocarbon coating produced with kynar 500 or
Hylar resin (20 year warranty).
6. Color: To match metal gravel guard
7. Provide matching factory produced accessories as indicated on
drawings or required by existing conditions.
C. Surface mounted reglets, if any, shall be standard 24 gauge galvanized -
metal units, equal to, Springlock Flashing System Type "P" Vinylok -
Surface Mounted Flashing Retainer as manufactured by Fry Reglet
Corporation.
1. Provide 26 gauge Type SM counterflashing where indicated.
2. Provide matching factory produced outside and inside corners as
required by roof conditions.
D. Nails and fastening devices shall match metal finish.
E. Plastic cement shall be equal to Federal Specification SS -C-153, Type 1.
F. Felt Underlayment: ASTM D 266, 15-1b type.
G. Lead flashing shall be sheet lead weighting not less than 4 pounds per
square foot.
2.2 FABRICATION
A. Form sheet metal on a bending brake. Do all shaping, trimming and hand
seaming on the bench with proper sheet metal working tools.
B. Make angle bends and folds for interlocking the metal with full regard
for expansion and contraction to avoid buckling or fullness in the metal
after it is installed.
C. Set metal already partly formed in place and fasten to structure by means
of cleats.
D. Fabricate supplementary parts necessary to complete each item.
E. Form materials to shape indicated with straight lines, sharp angles and
smooth curves.
F. Set sheet metal items level, true to a line, plumb unless otherwise shown
or indicated.
G. Hem all edges of sheet metal work a minimum of 1/2" so no raw edges of
metal will be exposed.
PART 3 - EXECUTION
3.1 PREPARATION
A. Examine all surfaces that are to receive flashing and sheet metal work
before starting installation. Surfaces shall be smooth, firm, dry and
free from dirt and foreign materials. Correct defects that would prevent
proper installation of sheet metal. Drive all nails flush with surface.
SWA Job No. 01-018 07600 Flashing And Sheet Meatal - 2 of 3
' B. Keep work clean at all times and free of debris.
C. Proceeding with work shall be construed as evidence that surfaces to
" receive flashing and sheet metal are satisfactory.
e
D. Verify all dimensions and take all measurements necessary at the site
before fabrication of new sheet metal items to ensure proper fit in the
construction.
3.2 INSTALLATION
A. Installation shall be in strict accordance with the instructions and
recommendations of the Roofing System Manufacturer and SMACNA.
B. All sheet metal shall be fabricated and installed to provide water and
weathertight construction, set plumb, square and true in every respect.
Sheet metal shall be set with lines and align sharp and true; plain
surfaces shall be free of waves and buckles. Joints and seams in plain
surfaces shall be avoided where possible.
C. Sheet metal work in connection with membrane roofing shall be set in
place after the membrane is in place and bedded as recommended by the
r" roofing system manufacturer.
D. Where sheet metal is in contact with other metal of different
composition, the two metals shall be separated by a layer of felt set in
a heavy coating of plastic cement.
E. All other flashing shown or required for waterproof installation shall
be provided and installed in accordance with good practice for permanence
and appearance.
E. Extend lead flashing down into vent stacks.
"^ 3.4 CLEAN-UP
A. Remove excess plastic cement, sealant materials and smears from adjacent
surfaces and working surfaces as work progresses.
B. On completion of work, recheck for spillage or droppings of plastic
cement or asphalt products. Remove with a cleaning agent approved by the
r�
Architect.
C. Remove all debris resulting from these operations from the site.
END OF SECTION 07600
oFft
SWA Job No. 01-018 07600 Flashing And Sheet Meatal - 3 of 3
SECTION 07900 - CAULKING AND SEALANTS
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. The Drawings and general provisions of the Contract, including General
Instructions to Bidders, General Conditions of the Agreement and
Division -1 Specifications Sections, apply to this Section.
1.2 DESCRIPTION OF WORK
A. Perform all work required to complete the joint packing or filler,
priming, caulking and sealing indicated by the Drawings and specified
herein, including sealant at door frames in exterior masonry walls.
B. Furnish all supplementary items necessary to complete weatherproof the
building in those areas associated with the roofing and flashing work.
1.3 RELATED WORK
A. Section 07520 Modified Bitumen Roofing
sem+
B. Section 07600 Flashing and Sheet Metal
1.4 QUALITY ASSURANCE
A. Sealant material manufactured by any of the following manufacturers is
acceptable provided it complies with the requirements of this section.
�**+
1. Pecora Chemical Corporation
2. Sonneborn Building Products, Inc.
3. Products Research and Chemical Corporation
4. Tremco Manufacturing company
5. W. R. Grace and Company
6. General Electric Company
7. Mameco International, Inc.
8. Gibson -Homans Company
1.5
DELIVERY AND STORAGE
A.
Deliver materials in unopened containers as packaged by the manufacturer.
Store in a manner to protect materials from the weather.
1.6
SUBMITTALS
A.
Submit manufacturers published data for sealants. Show each color
available. Color selection for each sealant shall be by the Architect.
B.
When requested by the Architect, submit samples of cured sealants and
a 61' long sample of each type of joint backup if required.
PART 2
- PRODUCTS
2.1 MATERIALS
A. Sealant at applications other than in contact with modified bitumen
roofing membrane shall be equal to Vulkem 116 polyurethane sealant as
�s
manufactured by Mameco International, Inc. of Cleveland, Ohio.
B. Sealant at applications coming in contact with modified bitumen
roofing shall be equal to Black Jack #1010 Neoprene Flashing Cement as
manufactured by the Gibson -Homans Company of Twinsburg, Ohio, or as
recommended by the roofing systems manufacturer.
F SWA Job No. 01-018 07900 Caulking and Sealants 1 of 3
C. Caulking Compound: One part acrylic latex caulk for general purpose
interior caulking capable of being painted with latex or oil base
paints.
D. General Purpose Sealant: Equal to Vulkem 116 polyurethane sealant as
manufactured by Mameco International, Inc. of Cleveland, Ohio.
E. Traffic Grade Sealant: Equal to Vulkem 45 polyurethane joint sealant
manufactured by Mameco.
F. Backing Rods shall be closed cell polyethylene or open cell polyurethane
as recommended by the sealant manufacturer for the application conditions
encountered.
G. Primer shall be as recommended by the manufacturer for each type of
surface application.
PART 3 EXECUTION
3.1 PREPARATION
A. Examine all surfaces to receive sealant and report all conditions not
acceptable. Installation shall be deemed as acceptance of the
surface.
B. Clean all surfaces and joints thoroughly, removing all foreign matter,
dust, oil, grease, surface water, dirt, frost, old caulking material
and previously applied paint or primer.
C. Prime and prepare surfaces in strict accordance with sealant
manufacturers written instructions and recommendations.
D. Report unsatisfactory surfaces to the Architect. _
3.2 APPLICATION OF SEALANTS
A. Follow sealant manufacturers instructions regarding preparation,
priming, application life and application procedure.
B. Apply masking tape where required in continuous strips in alignment with
joint edge. Remove tape immediately after joints have been sealed and
tooled as directed.
C. Apply sealant under pressure with gun having nozzle of proper size, or
other appropriate means. Provide sufficient pressure to fill joints.
D. Neatly point or tool sealant to provide proper contour. Use clean water -
wet tool or tooling solution recommended by manufacturer when tooling
white or light colored sealant.
3.3 APPLICATION OF CAULKING
A. Caulk joints before final coat of paint is applied to adjacent
surface. Apply caulking with a pressure gun having a nozzle of proper
size to fit joint. Completely fill joint and firmly tool against
backing to make a smooth, convex bed, and assure good adhesion.
Caulking shall develop a firm skin before painting is allowed.
3.4 CLEANING
A. Clean adjacent surfaces free of sealant excesses or smears. Use solvent
or cleaning agent as recommended by sealant manufacturer.
SWA Job No. 01-018 07900 Caulking and Sealants 2 of 3
raa
B. Leave all finished work in a neat, clean condition. Remove all debris
resulting from these operations from the site.
D OF SECTION 07900
SWA Job No. 07900 Caulking and Sealants 3 of 3
w
' SECTION 09900 - PAINTING
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. The drawings and general provisions of the Contract, including General
Instructions to Bidders, General Conditions of the Agreement and
Division -1 Specification sections, apply to this Section.
1.2 SUMMARY
A.
This Section includes surface preparation, painting, and finishing of new
and existing exposed exterior items and surfaces.
1. Surface preparation, priming, and finish coats _specified in this
Section are in addition to shop -priming and surface treatment
specified under other Sections.
B.
The extent of painting work shall be coordinated with the drawings and
as herein specified. The work shall generally consist of the following:
1. Surface preparation and painting of existing fascia, gravel guards,
soffits, steel post, lights and related trim.
2. Painting shall not be required for any interior surfaces, items or
R
any exterior masonry walls.
C.
Paint exposed surfaces whether or not colors are designated in schedules,
except where a surface or material is specifically indicated not to be
painted or is to remain natural. Where an item or surface is not
specifically mentioned, paint the same as similar'adjacent materials or
surfaces. If color or finish is not designated, the Architect will
select from standard colors or finishes available.
1. Painting includes field -painting exposed bare and covered pipes and
ducts (including color coding), hangers, exposed steel and iron
work, and primed metal surfaces of mechanical and electrical
equipment.
D.
Painting is not required on new prefinished items, concealed surfaces,
operating parts, and labels.
1. Labels: Do not paint over Underwriters Laboratories, Factory Mutual
or other code -required labels or equipment name, identification,
`"
performance rating, or nomenclature plates.
E.
Related Sections: The following Sections contain requirements that
relate to this Section:
1. Refer to Section 07900 for caulking and sealants.
1.3
SUBMITTALS
A.
General: Submit the following according to -Conditions of the Contract
and Division 1 Specification Sections.
rte*
B.
Product data for each paint system specified, including block fillers an
primers.
1. Provide the manufacturer's technical information including label
SWA
Job No. 01-018 °09900 - Painting 1 of 7
analysis and instructions for handling, storage, and application of
each material proposed for use.
2. List each material and cross-reference the specific coating, finish
system, and application. Identify each material by the
manufacturer's catalog number and general classification.
3. Certification by the manufacturer that products supplied comply with
local regulations controlling use of volatile organic compounds
(VOCs).
C. Samples for initial color selection in the form of manufacturer's color
charts.
1. After color selection, the Architect will furnish color chips for
surfaces to be coated.
D. Samples for Verification Purposes: Provide samples of each color and
material to be applied, with texture to simulate actual conditions, on
representative samples of the actual substrate.
1.4 QUALITY ASSURANCE
A. Applicator Qualifications: Engage an experienced applicator who has
completed painting system applications similar in material and extent to
those indicated for the Project that have resulted in a construction
record of successful in-service performance.
B. Single -Source Responsibility: Provide primers and undercoat paint
produced by the same manufacturer as the finish coats.
C. Field Samples: On wall surfaces and other exterior and interior
components, duplicate finishes of prepared samples. Provide full -coat
finish samples on at least 100 sq. ft. of surface until required sheen,
color, and texture are obtained; simulate finished lighting conditions
for review of in-place work.
1. Final acceptance of colors will be from job -applied samples.
2. The Architect will select one room or surface to represent surfaces
and conditions for each type of coating and substrate to be painted.
Apply coatings in this room or surface according to the schedule or
as specified.
a. After finishes are accepted, this room or surface will be used
to evaluate coating systems of a similar nature.
1.5 DELIVERY, STORAGE, AND HANDLING
A. Deliver materials to the job site in the manufacturer's original,
unopened packages and containers bearing manufacturer's name and label,
and the following information:
1. Product name or title of material.
2. Product description (generic classification or binder type).
3. Manufacturer's stock number and date of manufacture.
4. Contents by volume, for pigment and vehicle constituents.
5. Thinning instructions.
6. Application instructions.
7. Color name and number.
B. Store materials not in use in tightly covered containers in a well -
ventilated area at a minimum ambient temperature of 45 deg F. Maintain
containers used in storage in a clean condition, free of foreign
materials and residue.
SWA Job No. 01-018 09900 - Painting 2 of 7
0
rn
1. Protect from freezing. Keep storage area neat and orderly. Remove
oily rags and waste daily. Take necessary measures to ensure that
workers and work areas are protected from fire and health hazards
resulting from handling, mixing, and application.
1.6 JOB CONDITIONS
�* A. Apply water-based paints only when the temperature of surfaces to be
painted and surrounding air temperatures are between 50 deg F and 90 deg
F.
B. Apply solvent -thinned paints only when the temperature of surfaces to be
painted and surrounding air temperatures are between 45 deg F and 95 deg
F.
C. Do not apply paint in snow, rain, fog, or mist; or when the relative
humidity exceeds 85 percent; or at temperatures less than 5 F deg above
the dew point; or to damp or wet surfaces.
1. Painting may continue during inclement weather if surfaces and areas
to be painted are enclosed and heated within temperature limits
specified by the manufacturer during application and drying periods.
PART 2 - PRODUCTS
2.1 MANUFACTURERS..
A. Manufacturer: Subject to compliance with requirements, provide products
of one of the following:
1. Coronado Paint Company. (CP).
2. The Glidden Company (Glidden).
3. Benjamin Moore and Co. (Moore).
4. Kelly -Moore Paint Co. (K -M).
5. PPG Industries, Pittsburgh Paints (PPG).
6. Pratt and Lambert (P & L).
7. The Sherwin-Williams Company (S -W).
8. Technical Coatings, Inc. (TCI).
2.2 PAINT MATERIALS, GENERAL
A. Material Compatibility: Provide block fillers, primers, finish coat
materials, and related materials that are compatible with one another and
the substrates indicated under conditions of service and application, as
demonstrated by the manufacturer based on testing and field experience.
B. Material Quality: Provide the manufacturer's best -quality trade sale
paint material of the various coating types specified. Paint material
containers not displaying manufacturer's product identification will not
be acceptable.
1. Proprietary Names: Use of manufacturer's proprietary product names
to designate colors or materials is not intended to imply that
products named are required to be used to the exclusion of
equivalent products of other manufacturers. Furnish the
manufacturer's material data and certificates of performance for
proposed substitutions.
C. Colors: Provide color selections made by the Architect from the
manufacturer's full range of standard colors.
PART 3 - EXECUTION
SWA Job No. 01-01.8
09900 - Painting 3 of 7
3.1 EXAMINATION
A. Examine substrates and conditions under which painting will be performed
for compliance with paint application requirements. Surfaces receiving
paint must be thoroughly dry before paint is applied.
1. Do not begin to apply paint until unsatisfactory conditions have
been corrected.
2. Start of painting will be construed as the Applicator's acceptance
of surfaces and conditions within a particular area.
B. Coordination of Work: Review other Sections in which primers are
provided to ensure compatibility of the total system for various
substrates. On request, furnish information on characteristics of finish
materials to ensure use of compatible primers.
1. Notify the Architect about anticipated problems using the materials
specified over substrates primed by others.
3.2 PREPARATION
A. General: Remove hardware and hardware accessories, plates, machined
surfaces, lighting fixtures, and similar items already installed that are
not to be painted, or provide surface -applied protection prior to surface
preparation and painting. Remove these items, if necessary, to
completely paint the items and adjacent surfaces. Following completion
of painting operations in each space or area, have items reinstalled by
workers skilled in the trades involved.
B. Cleaning: Before applying paint or other surface treatments, clean the
substrates of substances that could impair the bond of the various
coatings. Remove oil and grease prior to cleaning. Schedule cleaning
and painting so dust and other contaminants from the cleaning process
will not fall on wet, newly painted surfaces.
C. Surface Preparation: Clean and prepare surfaces to be painted according
to the manufacturer's instructions for each particular substrate
condition and as specified.
1. Provide barrier coats over incompatible primers or remove and
reprime. Notify Architect in writing about anticipated problems
using the specified finish -coat material with substrates primed by
others.
2. Cementitious Materials: Prepare concrete, concrete masonry block,
cement plaster, and mineral -fiber -reinforced cement panel surfaces -
to be painted. Remove efflorescence, chalk, dust, dirt, grease,
oils, and release agents. Roughen, as required, to remove glaze.
If hardeners or sealers have been used to improve curing, use
mechanical methods of surface preparation.
a. Use abrasive blast -cleaning methods if recommended by the paint
manufacturer.
b. Determine alkalinity and moisture content of surfaces by
performing appropriate tests. If surfaces are sufficiently
int to blister and burn, correct
alkaline to cause the finish pa
this condition before application. Do not paint surfaces where
moisture content exceeds that permitted in manufacturer's
printed directions.
C. Clean concrete floors to be painted with a 5 percent solution
of muriatic acid or other etching cleaner. Flush the floor
with clean water to remove acid, neutralize with ammonia,
rinse, allow to dry, and vacuum before painting.
SWA Job No. 01-018 09900 - Painting 4 of 7
I
N
I
3. Ferrous Metals: Clean ungalvanized ferrous metal surfaces that have
not been shop -coated; remove oil, grease, dirt, loose mill scale,
and other foreign substances. Use solvent or mechanical cleaning
methods that comply with recommendations of the Steel Structures
Painting Council (SSPC)-
a. Blast steel surfaces clean as recommended by the paint system
manufacturer and according to requirements of SSPC
specification SSPC-SP 10.
b. Treat bare and sandblasted or pickled clean metal with a metal
treatment wash coat before priming.
C. Touch up bare areas and shop -applied prime coats that have been
damaged. Wire -brush, clean with solvents recommended by the
paint manufacturer, and touch up with the same primer as the
shop coat.
4. Galvanized Surfaces: Clean galvanized surfaces with nonpetroleum-
based solvents so that the surface is free of oil and surface
contaminants. R I emove pretreatment from galvanized sheet metal
fabricated from coil stock by mechanical methods.
D. Materials Preparation: Carefully mix and prepare paint materials
according to manufacturer's directions.
1. Maintain containers used in mixing and applying paint in a clean
condition, free of foreign materials and residue.
2. Stir material before application to produce a mixture of uniform
density; stir as required during application. Do not stir surface
film into material. Remove film and, if necessary, strain material
before using.
3. Use only thinners approved by the paint manufacturer and only within
recommended limits.
E. Tinting: Tint each undercoat a lighter shade to facilitate
identification of each coat where multiple coats of the same material are
applied. Tint undercoats to match the color of the finish coat, but
provide sufficient differences in shade of undercoats to distinguish each
separate coat.
3 APPLICATION
A. General: Apply paint according to manufacturer's directions. Use
applicators and techniques best suited for substrate and type of material
being applied.
B. Do not paint over dirt, rust, scale, grease, moisture, scuffed surfaces,
or conditions detrimental to formation of a durable paint film.
1. Paint colors, surface treatments, and finishes are indicated in the
schedules.
2. provide finish coats that are compatible with primers used.
3. The number of coats and the film thickness required ar-e the same
regardless of the application method. Do not apply succeeding coats
until the previous coat has cured as recommended by the
manufacturer. Sand between applications where sanding is required
to produce a smooth even surface according to the manufacturer's
directions. or other conditions
4. Apply additional coats if undercoats, stains,
show through final coat of paint until paint film is of uniform
finish, color, and appearance. Give special attention to ensure
that surfaces, including edges, corners, crevices, welds, and
SWA Jab No. 01-018 09900 - Painting 5 of 7
exposed fasteners, receive a dry film thickness equivalent to that
of flat surfaces.
S. The term exposed surfaces includes areas visible when permanent or
built-in fixtures, convector covers, covers for finned tube
radiation, grilles, and similar components are in place. Extend
coatings in these areas, as required, to maintain the system
integrity and provide desired protection.
6. Paint surfaces behind movable equipment and furniture the same as
similar exposed surfaces. Before the final installation of
equipment, paint surfaces behind permanently fixed equipment or
furniture with prime coat only.
7. Paint interior surfaces of ducts, where visible through registers or -�
grilles, with a flat, nonspecular black paint.
8. Paint back sides of access panels and removable or hinged covers to
match exposed surfaces.
9. Finish interior of wall and base cabinets and similar field -finished
casework to match exterior.
10. Finish exterior doors on tops, bottoms, and side edges same as
exterior faces.
11. Sand lightly between each succeeding enamel or varnish coat.
12. Omit primer on metal surfaces that have been shop -primed and touch-
up painted.
C. Scheduling Painting: Apply first coat to surfaces that have been
cleaned, pretreated, or otherwise prepared for painting as soon as
practicable after preparation and before subsequent surface
deterioration.
1. Allow sufficient time between successive coats to permit proper
drying. Do not recoat until paint has dried to where it feels firm,
does not deform or feel sticky under moderate thumb pressure, and
where application of another coat of paint does not cause the
undercoat to lift or lose adhesion.
D. Application Procedures: Apply paints and coatings by brush, roller,
spray, or other applicators according to the manufacturer's directions.
1. Brushes: Use brushes best suited for the material applied.
2. Rollers: Use rollers of carpet, velvet back, or high -pile sheep's
wool as recommended by the manufacturer for the material and texture
required.
3. Spray Equipment: Use airless spray equipment with orifice size as
recommended by the manufacturer for the material and texture
required.
E. Minimum Coating Thickness: Apply materials no thinner than the
manufacturer's recommended spreading rate. Provide the total dry film
thickness of the entire system as recommended by the manufacturer.
F. Painting shall not be required for Mechanical or Electrical items.
G. Block Fillers: Apply block fillers to concrete masonry block at a rate
to ensure complete coverage with pores filled.
H. Prime Coats: Before applying finish coats, apply a prime coat of
material, as recommended by the manufacturer, to material that is
required to be painted or finished and that has not been prime -coated by
others. Recoat primed and sealed surfaces where evidence of suction
spots or unsealed areas in first coat appears, to ensure a finish coat
with no burn -through or other defects due to insufficient sealing.
I. Stipple Enamel Finish: Roll and redistribute paint to an even and fine
SWA Job No. 01-018 09900 - Painting 6 of 7
texture. Leave no evidence of rolling such as laps, irregularity in
texture, skid marks, or other surface imperfections.
J. Pigmented (Opaque) Finishes: . Completely cover to provide a smooth,
opaque surface of uniform finish, color, appearance, and coverage.
Cloudiness, spotting, holidays, laps, brush marks, runs, sags, ropiness,
or other surface imperfections will not be acceptable.
K. Completed Work: Match approved samples for color, texture, and coverage.
Remove, refinish, or repaint work not complying with specified
requirements.
3.4 CLEANING
A. Cleanup: At the end of each work day, remove empty cans, rags, rubbish,
and other discarded paint materials from the site.
1. After completing painting, clean glass and paint -spattered surfaces.
Remove spattered paint by washing and scraping. Be careful not to
scratch or damage adjacent finished surfaces.
3.5 PROTECTION
e*� A. Protect work of other trades, whether being painted or not, against
damage by painting. Correct damage by cleaning, repairing or replacing,
and repainting, as acceptable to Architect.
B. Provide "Wet Paint" signs to protect newly painted finishes. Remove
temporary protective wrappings provided by others to protect their work
after completing painting operations.
"^ 1. At completion of construction activities of other trades, touch up
and restore damaged or defaced painted surfaces.
3.6 EXTERIOR PAINT SCHEDULE
A. General: Provide the following paint systems for the various substrates,
as indicated.
B. Ferrous Metal:
1. Flat Alkyd -Enamel Finish: Two finish coats over rust -inhibitive
primer.
a. Primer: PPG: 6-208 Speedhide Rust Inhibitive Steel Primer.
b. First and Second Coats: PPG: 50-52 Speedhide Exterior Lo -
Luster House Paint - Oil.
C. Zinc -Coated Metal:
1. Flat Alkyd -Enamel Finish: Two finish coats over a galvanized metal
primer.
a. Primer: PPG: 90-709 Pitt -Tech One Pack Interior/Exterior
Primer/Finish DTM Industrial Enamel.
b. First and Second Coats: PPG: 6-282 Speedhide Oil Enamel.
END OF SECTION 09900
MR
SWA Job No. -01--018 099-00 - Painting 7 of 7