HomeMy WebLinkAboutResolution - 5229 - Contract - Port Enterprises Inc - Auditorium Roofing Project - 07/25/1996RESOLUTION NO.5229
July 25, 1996
Item #20
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 between the City of Lubbock and
Port Enterprises, Inc. of Manchaca, Texas, to furnish and install all materials and services as bid
for the Auditorium Roofing Project, attached hereto and which shall be spread upon the minutes
of the Council and as spread upon the minutes of this Council shall. constitute and be a part of
this Resolution as if fully copied herein in detail.
Passed by the City Council this
ATTEST:
Harold Willard, Interim City Secretary
APPROVED AS TO CONTENT:
q I-- /I
aC-Z-
Victor Kilmanurchasing anager
Attorney
DGV Js/PORTENTR.RES
ccdocs/July 16, 1996
.5zz �
CITY OF LUBBOCK
SPECIFICATIONS FOR
AUDITORIUM ROOFING PROJECT
BID #13549A
rr
�`' �s. m
.�L o
0
CITY OYLUBBOCKC. r_d �
Lubbock, Texas
r
r
City of Lubbock
P.O. Box 2000
Lubbock, Texas 79457
606-767-2167
MAILED TO VENDOR:
CLOSE DATE:
ITB 913549 - AUDITORIUM/COLISEUM ROOFING PROJECT
Office of
Purchasing
May 9,1996
May 16, 1996 @ 2:00 P.M.
ADDENDUM #5
The following items take precedence over specifications for the above named 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.
PLEASE RETURN ONE COPY WITH YOUR BID.
1. Please find enclosed additional request for unit pricing for built-up rib systems.
2. Also, please find enclosed a unit cost sheet to be submitted with your bid response.
All requests for additional information or clarification must be submitted in writing and directed to:
k
Ron Shuffield
Senior Buyer
City of Lubbock
P.O. Box 2000
Lubbock, Texas 79457
Questions may be faxed to: (806)767-2164
MSHUFFIEL
ti.
SENIOR BUYER
PLEASE RETURN ONE COPY WITH YOUR BID.
PROJECT NO. 13549 - AUDITORIUM/COLISEUM ROOFING PROJECT
Attachment to Bid Submittal
UNIT PRICES
The following unit prices as per Section 01020 must be filled in by the Bidder.
These prices are possible additions or credits to the above base bid amount for
those unknown items which may require replacement or omission. The prices
supplied shall reflect total installed prices and also the costs of removing and
disposing those items which they are replacing (ie. rotted Tectum deck panels).
Unit Price No. 1:
Replace Deteriorated Lumber
$
per bd ft
Unit Price No. 2:
Replace Deteriorated L.W. Concrete
$
per sq ft
Unit Price No. 3:
Replace Tectum Panels
$
per panel
Unit Price No. 4:
Credit for Labor for Tectum
Panels Not Installed
$
per panel
Unit Price No. 5:
Omission of New Detailed Rib System
$
per rib
Authorized Signature
AUDITORR M/COLISEUM RE -ROOFING
LUBBOCK, TEXAS
SECTION 01020 - BID ITEMS
PART R - F UTION
Add the following unit price:
Unit Price No. 5:
Credit for the cost of material and labor to omit one built-up rib
S -fern. Q.R. shown nn de -tails for - repIncing existiug ribs. The
Owner may elect to omit a minimum of eight (8) ribs or up to a
maximum of thirty-two (32).
=y
City of Lubbock
P.O. Box 2000
Lubbock, Texas 7J457
B06-767-2167
MAILED TO VENDOR:
CLOSE DATE:
BID # 13549 - AUDITORIUM/COLISEUM ROOFING PROJECT
ADDENDUM # 4
Office of
Purchasing
MAY 7,1996
MAY 16, 1996 @ 2:00 P.M.
The following items take precedence over specifications for the above named bid. Where any
Item called for In the bid documents is supplemented here, the original requirements, not
affected by this addendum, shall remain In effect.
1. Prevailing wage rates for Public Works Projects. in the Contract Documents regarding
weekend/holiday pay shall be interpreted in the following manner.
The rate of pay for work performed on weekends and holidays shall be paid at
�•• one and one-half times the base rate.
2. Enclosed please find Specification Section 07520 - Composition Shingles and related
details for alternate #3 to Install this material on the Coliseum.
3. An alternate bid shall be accepted for new composition shingles to be applied on the
domed portion of the Coliseum In lieu of the aluminum foil surfaced modified. The shingles shall
begin at the lowest point at the eaves and extend up the roof to a line where the roof slope is no
less than 4:12. At this point the shingles shall terminate and a two-ply granule surface modified
bitumen roof system installed. The new two-ply system may be either torch applied or be
Installed in the Manufacturer's recommended adhesive. Hot asphalt application of this system
shall not be allowed. Backnailing of each ply is required. The roof system at the top of the
Coliseum Penthouse shall also be changed to the granule surfaced system. The color of both
the shingles and modified bitumen cap sheet for the Coliseum shall be equal to #R22 Red.
4. Enclosed, please find the new Bid Submittal Form which includes Alternate #3.
All requests for additional information or clarification must be submitted In writing and directed
to:
Questions may be faxed to:
PLEASE RETURN ONE COPY WITH YOUR BID
RON SHUFFIELD
SENIOR BUYER
City of Lubbock
P.O. Box 2000
Lubbock, Texas 79457
(806)767-2170
XKAYOU
RONS
SENIOR BUYER
I
t'
BID SUBMITTAL
LUMP SUM BID CONTRACT
PLACE:
DATE:
PROJECT NUMBER 13549 - AUDITORRWCOLISEUM ROOFING PROJECT
Bid of (hereinafter called Bidder)
To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner)
Gentlemen:
The Bidder, in compliance with your invitation for bids for the construction of a
having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract
documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the
intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to
construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the
price stated below. The price to cover all expenses incurred in performing the work required under the contract documents.
BASE BID ITEM NO. 1: RE -ROOFING WORK FOR AUDITORIUM
MATERIALS: (S )
SERVICES: (S )
TOTAL BASE BID ITEM 1: (S )
BASE BID ITEM NO. 2: RE -ROOFING WORK FOR COLISEUM
MATERIALS: (S )
SERVICES: (S )
TOTAL BASE BID rrEM 2: (S )
ALTERNATIVE NO. 1: MASONRY RESTORATION & WATERPROOFING FOR AUDITORIUM &COLISEUM
MATERIALS:
(� )
SERVICES:
(s )
TOTAL ALTERNATE NO. 1(ADD):
(s )
ALTERNATIVE NO. 2: METAL WALL PANELS AT COLISEUM PENTHOUSE
MATERIALS: (s )
SERVICES: (s )
TOTAL ALTERNATE NO.2 (ADD): (s )
ALTERNATIVE NO. 3: COMPOSITION SHINGLES ON COLISEUM
MATERIALS: 0—
SERVICES:
SERVICES: (s TOTAL ALTERNATE NO.3 (ADD): ($ )
(Amount shall be shown in both words and figures. In case of discrepancy, the amount shown in words shall govern.)
Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written "Notice to
Proceed" of the Owner and to fully complete Base Bid No. i & Alternate No. i within 120 (ONE HUNDRED TWENTY)
consecutive calendar days and Base Bid No. 2 & Alternate No. 2 within 365 (THREE HUNDRED SIXTY FIVE) consecutive
�., calendar days thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to
Owner as liquidated damages the sum of $750.00 (SEVEN HUNDRED FIFTY DOLLARS) for each consecutive calendar day in
excess of the time set forth hereinabove for completion of this project, all as more fully set forth in the general conditions of the
contract documents.
Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction
number 21 of the General Instructions to Bidders.
Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding.
The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days after the
Ischeduled closing time for receiving bids.
The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans,
specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or
before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in
the contract documents.
Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified
check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to
the order of the City of Lubbock in an amount not less than five percent (5% ) of the total amount of the bid submitted as a
r' guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within 10 days after notice of award of
i the contract to him.
POW
jr
Enclosed with this bid is a Cashier's Check or Certified Check for Dollars
(S ) or a Bid Bond in the sum of Dollars (S ), which it is
agreed shall be collected and retained by the Owner as liquidated damages in the event the bid is accepted by the Owner and the
l undersigned fails to execute the necessary contract documents and the required bond (if any) with the Owner within ten (10) days
after the date of receipt of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the
undersigned upon demand
Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents
made available to him for his inspection in accordance with the Notice to Bidders.
Authorized Signature
(Printed or Typed Name)
Company
Address
city, County
State • Zip Code
Telephone:
Fax Number:
(Seal if Bidder is a Corporation)
ATTEST:
Secretary
1.
2.
3.
4.
S.
6.
7.
S.
9.
10.
1
LIST OF SUBCONTRACTORS
1Ylinmity Owned
Ya NO
0 0
0 0
0 ❑
0 0
0 0
0 0
0 ❑
0 0
0 0
0 0
t
t '
!' RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDrrORIUM
LUBBOCK, TEXAS
SECTION 07520
COMPOSITION SHINGLE ROOFING
�;7371VVIMO W1 04 26TA
1.01 DESCRIPTION
A. Description of System. Roofing shall consist of new laminated 30 -year warranty
asphalt and fiberglass composition shingles. The new underlayment will be one.
ply of30# organic asphalt felt which will be covered with the new shingles. The
new shingles will be dimensional face, approximately 300# per square, fiberglass
composition shingles. The shingles will receive a 30 -year Manufacturer's
warranty. Fasteners for the new shingles are to be 2-112" tube-lok nails only. The
roofing system is to conform to Class A Fire Bating as determined by Uniform
Building Code standards and include a mildew resistant treatment. All metal
work at perimeters, flashings and penetrations shall comply with the Drawings and
Specification Section 07600.
B. All shingles and underlayment shall be applied directly over the existing granule
surfaced organic cap sheet once the existing shingles and underlayment have been
removed. Any naffs which remain or are exposed after tear -off will be driven tight
into the deck.
C. The new shingle color shall be red with the color being equal to 3M granule #R22.
The Contractor shall be required to match the color of the new granule surface
modified bitumen cap sheet to be installed on top of the structure to the new
shingles.
1.02 RELATED REQUIREMENTS
Uniform General Conditions, Supplementary General Conditions, forms, Specification
Sections found in Division 1 through Division 16 and all Drawings apply to work
specified in this Section.
075x0-1
RD -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
F 1.03 QUALITY ASSURANCE
two A. Acceptable Products. Products conforming to the specified requirements are
acceptable. Proposed alternates must be submitted per Specification 01600 or
they will not be considered.
B. Acceptable Applicator. Only those applicators which are approved by the
material Manufacturer, and have been so for at least two years prior to this bid
due date, shall be acceptable.
C. Standards. Installation and details to comply with the National Roofing
Contractors Association, this Specification and Drawings, accepted material
Manufacturer, and generally recognized (steep) roofing practices.
D. Testing. All required testing of shingles, fasteners, treating or other products shall
be as per Manufacturers requirements and shall be included into the base bid costs
of this Project.
1.04 SUBMITTALS
The following items shall be submitted and approved prior to delivery of materials to the
job site. All submittals shall be delivered to the office of the Architect.
A. Certificates. Evidence of acceptance of roof applicator by roofing system
manufacturer, and certificate from system manufacturer stating his acceptance of
these specifications in their entirety for compliance with his system.
B. Manufacturers Literature.
1. Latest printed edition of the roofing system manufacturer's material
specifications and installation instructions.
2. Descriptive and complete list of materials proposed for use.
3. Full panel board (minimum size of 48" x 48") showing the new shingle
color and pattern layout. The new shingles will not be produced until
such time as the color selection has been fully verified and accepted in
writing by the Owner. All shingles shall be produced in a single lot in
order to avoid color variations in dif1crent production runs.
07520-2
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORWM
LUBBOCK, TEXAS
1.05 PRODUCT DELIVERY, STORAGE AND HANDLING
A. Delivery. Material shall be delivered in the manutkcturer's original sealed and
labeled containers and in quantities required to allow continuity of application.
Bulk items shall be accompanied by certificates from manufacturer stating specific
type, origin, and any additional handling requirements of bulk product.
a. Storage. Materials shall be stored out of direct exposure to the elements. Roll
goods shall be stored on end on a clean, sound pallet in enclosed trailers. Shingles
may be stored beneath breathable waterproof tarpaulins. Material shall be
protected against moisture at all times.
�► C. Handling. Material shall be handled in such a manner so as to preclude damage
and contamination with moisture or foreign matter. Coordinate all deliveries
and material storage to minlmize inconvenience to Owner and his
C^ operations. Shingles and roll goods shall not be stored on the roof overnight.
k All roll goods shall be blocked to prevent their rolling off the roof.
1.06 JOB CONDITIONS
Roofing shall not be applied during precipitation. If re -roofing is undertaken under threat
of precipitation, regardless of how small the percentage, Contractor shall assume
complete responsibility for new materials, building contents and job conditions.
1.07 GUARANTEE
A Contractor to provide a two (2) year guarantee. on the form found in Section
07510 of these Specifications to cover the cost of repairing or replacing the
shingles and stopping leaks in the new system due to improper workmanship or
defective materials. A thirty (30) year or longer materials warranty from the
Manufacturer shall be obtained and presented to the Owner upon substantial
completion of the Project.
07520-3
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
2.01 MATERIALS
A. Roofing to consist of.
Thirty year warranty or equal (300# dimensional face fiberglass) shingles.
Fasteners are to be minimum 2-UZ" tube-lok nails. Shingles shall be treated to be
mildew -resistant. Color to be as stated earlier in this Section.
B. Underlayment: 30# asphalt -impregnated organic felt.
3.01 INSPECTION
A. A pre job conference including the Architect, Contractor and Owner shall be
conducted prior to the application of the roofing system.
B. The Contractor shall verify that work penetrating the roof deck, or which may
otherwise affect the rooting, has been properly completed. Commencement of
roofing work so signifies Contractor's acceptance of same.
3.02 PREPARATION
` A. Properly remove all shingles and repair all areas of suspect deteriorated wood
decking. Remove all loose nails or drive fully flush with the deck. Bent over nails
will be pulled.
POW B. Inspeot existing conditions and replace all rotted wood members to match existing
{ construction. Replace damage portions of the existing tectum decking per
Section 06100.
3.03 APPLICATION
A.General. Application shall be in accordance with the roofing system
Manufacturer's 'instructions and the following requirements.
07520-4
k
RE -ROOF LUBBOCK MUNICIPAL CCLISiVM & AU131TORIUM
LUBBOM TEXAS
B. The roofing shingles, flashings, and any other detailed or specified accessories
shall be applied In strict accordance with the approved materials manufacturer's
latest printed specification.
C. All newly installed materials shall be laid so that the flow of water run-off is over
or with the exposed lap but never against or "bucking" run-off.
D. Replace deteriorated or unacceptable wood hailers and decking as needed to
provide a suitable deck for the new shingles.
E. The deck will be dried -in with one -ply of 30# felt which is to be covered with the
new shingles.
F. Install the specified shingles over the decking and dry sheet using not less than
four (4) nails per shingle. Each shingle shall .have no more than 5" exposure to the
weather and min. 2" headlap. Additional nails will be required by the
Manufacturer for the steeper slopes and shall be included as part of this work.
Nailing patterns shall follow nail guides and starter courses shall be used to provide for
two. ply application (min.) at all locations on roof. Starter courses are required at eaves
and rakes.
O. If required by the Architect Manufacturer, chalk lines shall be used to ensure
proper lap requirements and straight runs of all roofing materials.
H. New flashings shall be installed at all intersections of the new roofing system to
all vertical walls, crabs, etc. The flashing shall be installed in accordance with the
work as detailed on the Drawings.
I. At the point where the roof achieves a 4:12 slope the shingle work shall be
terminated and the remainder of the roofing up to the Penthouse structure
installed as granule -surface modified bitumen membrane system as specified in
Section 07560.
7. All tabs which are not sealed tightly within thirty (30) days after application, and
where required by the Manufacturer for steep slopes, shall be sealed by hand with
four 1-1/4" diameter dabs of roofing cement.
END OF SECTION
07520.5
NEW GRANULE EURFACEG MOD. BIT. CAP $HT. AS SPEO'D
NEW MOO. 151T. )SASE PL.Y(S) A5 SPEVO
J EXISTING ROOp SYSTEM
y EXISTING TECTUM
PANEL.
NEW 22 GA. GALv. CONT. CLEAT
SECURED W/ NO 12 SST. WOOD SCREuis
9 ray' O.C.
4
NEW 24 GA, PF*EFINISHEP METAL
IrLAGHINCS - PF%IME I=>-ANGE, SET IN
ROOFING GEMENT AND SECURE W1
NO. 12 W WOOD SCREWS �" O.G.
STAGGERED
h
NEW COMPOSITION
SHINCxLE6 0 MIN. 4 /TZ
SLOPE
30 LB, FELT DRY 5HEET
j TRANSITION AT MOD, BIT. TO SH INGLIE9
AMTECH ROOTING GONWI-TANTS, INC.
.. 13106 Roeearch S641t6 343
Ad ,uetin Taxes �S154
ph; ( 512) 735- 1661 . Fsx i51Z ?58•I66Z
CITY OF LUS50CK
COLISEUM AND AUDITORIUM REROOF Data:
Lubbock, Te,cae Mau 6, I%'o
— u Z girl
m lS E(0 d)U, c0
�O�
IV
C) LL 1 ..Ji 111 to
�F CY
XU
If
c�RfS
AMtECH ROOwNd GONSUL.TAANTS, INC,
rAMA 13106 RebaarCh Suita 303
Austin, 1'sxae lellso
P.: r 51? ?58.1661 0 Fax: ($11! 458.1662
GIT'' OF WIMOCIC
COLISEUM AND AUDITORIUM REROOF Datit.
L.ubbaak, Uxae May 6, 19410
m
�33d
IQ
W�Q
Z
d)
,O
�4
'.� �
z D ca
GIT'' OF WIMOCIC
COLISEUM AND AUDITORIUM REROOF Datit.
L.ubbaak, Uxae May 6, 19410
PHING - GRIMP INTO
Pp- MINIMUM I" -
J460 AND SET IN
:EM&NT
,OIL STACK - EXTEND
WQY TO ACHiEvE
I HEIGHT
)MFOSITION SHINGLES
LAS. I9SLT DRY SHEET
CITY OF LUBBOCK
COLISEUM AND AUDITORIUM RUROOF Dela:
Lubbock, taxes t'ley b. 1go6
A
t
i
t
r
EXISTING TECTUM
PANEL -
I
r
SOIL PIPE
r
t
rAl'ITIECH
'
ROOFING CONSULTANT$, INC.
1310+ Research Suite 303
4
Austin, Te\de 18150
Pit: i 512 � ;58.1661 s Fdx: (612) 258-1662
PHING - GRIMP INTO
Pp- MINIMUM I" -
J460 AND SET IN
:EM&NT
,OIL STACK - EXTEND
WQY TO ACHiEvE
I HEIGHT
)MFOSITION SHINGLES
LAS. I9SLT DRY SHEET
CITY OF LUBBOCK
COLISEUM AND AUDITORIUM RUROOF Dela:
Lubbock, taxes t'ley b. 1go6
A
• � NEW GGMP061TION SHINCaI.EB
NEW 3O LE3. FELT DRY SHEET
t_
EXISTING TECTUM PANEL
�•� _ - GX16TING ROOF 6Y6TEM
'*__ -- • ._ --_ NO. 12 55T WOOD SCREWS ID 3•' O.C. 6TACk3PERE0
P.
STONE COPING
EXPANSION JOINT BEYOND
—MOD, SIT. CAP $WT, AS SPEC'D
• --NEW 24. GA. PREFIN. Mtl., COPINCs
TAFCON SCQEW$ 9 6" D.G.
.n
ol
/MASONRY WALL
.i �� �+/ �!` `/, �..`/ ,moi / �,.�f f.'•� f., �.. ...�.�
f I 4"
PERIMETER AT CQLIN EUM iDI]IME
,mq4"ttl=GW ROOFING CONWLTANTB, INC.
Ad13106 R6606rch °quite 303
Austin, Tevab 18''So
Ph. (612) 256-1661 • Fax: (512) 258.1662
CITY OF LUBBOCK
COLISEUM AND AUDITORIUM REROOF
Lubbock, Texas
I/2
El
Da tG:
May 6, laa6
City of Lubbock
P.O. Box 2000
Lubbock, Texas 79457
(606] 767-3000
MAILED TO VENDOR: APRIL 30,1996
CLOSE DATE: MAY 2,1996 @ 2:00 PAL
NEW CLOSING DATE MAY 16,1996 @ 2:00 P.M.
BID # 13549 - AUDTTORRWCOLISEUM ROOFING PROJECT
ADDENDUM # 3
The following items take precedence over specifications for the above named Bid. Where any item called
for in the Bid documents is supplemented here, the original requirements, not affected by this addendum,
shall remain in effect.
1. Due to the unresolved issue regarding weekend and holiday wage rate, the closing date has been
changed from May 2, 1996 @ 2:00 P.M. to the new closing date of May 16, 1996 @ 2:00 P.M. An
addendum will be issued to all vendors as soon as possible.
2. SECTION 07600 -FLASHING AND SHEET METAL, 2.01 B. Pre -finished Metal: Paragraph
(3), SHOULD READ: Metals which are selected by the Owner for the Coliseum shall be chosen
from MBCI's standard line Kynar 500 finishes.
3. SECTION 07560 - MODIFIED BITUMEN ROOFING, Paragraph 3.05 G., SHOULD READ:
Install standard aluminum Veral Base flashing by torch application as specified in 3.04 above, at the
mechanical roof of the Coliseum and at all base flashings for the Auditorium.
4. It is the intent of the Owner and the Architect that the Coliseum mechanical roof receive the
white granular surfaced membrane system and that the Coliseum penthouse receive the red foil
surfaced membrane system.
5. SECTION 04500 - EXTERIOR RESTORATION AND CLEANING, Paragraph 1.07 (F),
SHOULD READ:
Protective containments shall be established at all areas where work is proceeding for the cleaning
and waterproofing. The following minimal requirements for containment's are included as
recommendations by the Architect for the waterproofers's use. The intent of the following
information is to contain as much overspray as possible. The waterproofer may choose to not follow
these recommendations thus it will remain to be the sole responsibility of the waterproofer to
contain overspray by whatever means he or she feels deemable. Damage to new roof membrane,
prefmished metal, windows and vehicles shall be repaired by the waterproofer to the satisfaction of
the Architect and Owner.
6. SECTION 07560 - MODIFIED BITUMEN ROOFING
ADD THE FOLLOWING:
t Paragraph 3.05
f` H. Length of cap sheet at Coliseum will vary and shall be installed in accordance with the
manufacturer's written instructions; refer to manufacturer's technical bulletin(s).
t'
a
7. SECTION 07900 - JOINT SEALERS
ADD THE FOLLOWING:
Paragraph 1.01
F. Work shall also include removal and reinstallation of caulking around eristing window and
door frames.
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
maybe faxed to : (806)767-2164
THANK YOU,
/RON S
SENIOR BUYER
PLEASE RETURN ONE COPY WITH YOUR BID
0
i
�.l
City of Lubbock
P.O. Box 2000
Lubbock, Texas 79457
606-767-2167
MAILED TO VENDOR
CLOSE DATE:
BID # 13549 - AUDITORIUM/COLISEUM ROOFING PROJECT
ADDENDUM # 2
Office of
Purchasing
APRIL 25,1996
MAY 2,1996 @ 2:00 P.M.
The following items take precedence over specifications for the above named bid. Where any item called
for in the contract documents is supplemented here, the original requirements, not affected by this
addendum, shall remain in effect.
1. General Instructions To Bidders:
Bidding Procedures:
It is the intention of the owner that prime contract bidders submit bids for either Base
Bid No. 1 or Base Bid No. 2 or both. Although not required to qualify as a responsive
bid, prime contractors are highly encouraged to submit bids for Alternatives No. 1 &
No. 2. Bids submitted for Alternatives No. 1 or No. 2. will only qualify as responsive, if
submitted through prime contract bidders under Base Bids No. 1 or No. 2.
2. Section 01010, 1.03, B.1: Subcontractors will not be required to provide payment and
performance bonds to the Contractor.
3. Section 01020, Part 3 - Execution: Delete the note which states: "Note that all work
contracted under this project will be awarded as a single lump sum contract to a single
bidder."
4. Section 01020, Part 3 - Execution: Add the Unit Prices to the Proposal Fonm.
5. Section 04500 Title should read: (Alternate Bids No. 1 Only)
6. Section 07220, 3.02, C.: Delete the sentence which 'states: "Do not drive nails tight and
leave in place."
7. Section 07220, 3.03, C.: Where the fiberglass base sheet is installed over the tectum
decking it shall be preceded by one ply of red rosin paper.
8. Section 07560, 1.09, C.: The applicator shall not be required to show evidence of three
projects of the same size and type of system being installed.
9. Section 07560, 2.02, A.3: The Versa -Base FR is still in production and is required for
this project.
10. Section 07560, 2.04, A.: Delete the term "white granular surfacing."
11. Section 07560, 3.05, F.: The cap and base sheets shall each be run parallel to the roof
slope.
All requests for additional information or clarification must be submitted in writing and directed to:
RON SHUFFIDLD
SENIOR BUYER
City of Lubbock
P.O. Box 2000
Lubbock, Texas 79457
Questions may be faxed to : (806)767-2164
PLEASE RETURN ONE COPY WITH YOUR BID
City of Lubbock
P.O. Box 2000
Lubbock, Texas 79457
(606) 767-3000
MAILED TO VENDOR:
CLOSE DATE:
NEW CLOSE DATE:
April 18,1996
April 25,1996 @ 2:00 P.M.
May 2,1996 @ 2:00 P.M.
BID #13549 - TITLE AUDITORIUM/COLISEUM ROOFING PROJECT
ADDENDUM #1
The following items take precedence over specifications for the above named bid. Where any item called
for in the bid documents is supplemented here, the original requirements, not affected by this addendum,
shall remain in effect.
1. The closing date has been extended from April 25, 1996 at 2:00 p.m. to the new
closing date of May 2, 1996, at 2:00 p.m.
2. The time for completion for Item #2 and Alternate #2 has been extended to be 365
consecutive calendar days. Item #1 and Alternate #1 shall remain at 120 consecutive
calendar days.
3. Please find enclosed a copy of the pre-bid sign -in sheet and a copy of the plan holders
list.
Additional information and/or changes will be forthcoming to all planholders.
All requests for additional information or clarification must be submitted in writing and directed to:
Questions may be faxed to:
PLEASE RETURN ONE COPY WITH YOUR BID.
Ron Shuffield
Senior Buyer
City of Lubbock
P.O. Box 2000
Lubbock, Texas 79457
(806)767-2164
�H'N
_ PREBID CONFERENCE #13549
AUDITORIUM/COLISEUM ROOFING PROJECT
APRIL 16,1996 @ 10:00 A.M.
TRAINING CONFERENCE ROOM L01
PLEASE PRINT
COMPANY:
REPRESENTATIVE
MAILING."DRESS.
TEIEPHONE
NUMBER
NUMBER
P.O. Box 2000
City of Lubbock
Ron Shuffield
City: Lubbock
(806)767-2170
(806)767-2164
State, Zip Code: Texas 79457
�VL- `
�; �-•
N
Address: 72 .- ;
City: fY1, vCrt c T�f
State, Zi Code: SSS 5 ,
�� "/' s'
,�� -/'
Address: 0A -D 4v•, "'5(
LXJ
C,5'
(..
City: ;1., si ; ., x
4) 6-1414
*► 6 - c 5 � 3
State, Zi Code: 7970a
1,D. % E$AcK),
Address: 6'?c4 • O W�ve��
City: Acs -,w
� 12-
2.L,
d•i
dR1,E E/v n►,�f
State, Zip Code: X 7JV7v
Q -I -14 7G
-os S s
A
Address: /5V% 6 !S�
Citv: 6&c_A
`" `� cFZ&�,
rzenoy e- w Z
State, Zi Code: r7 "7fyp/
6 7- Z Zoo 7
-76 Z-ST03
►,/Go?A p z
II)' � �, � }
Address:S71Y
5 2
5 z
r— -TC_.
State, Zip Coderrx g
CP11-9(400
991 9540
Address: /9'0-Z zoye27
City: 1-uell3GlC/r
State, Zip Code: 7 p
7Y7a.2.98/
Cl iI57La .,r-
Address: -
(�4)
( � )
S� e �'
�✓A
City:
State, Zi Code: q
-33 qz
7 Z
r"
t,�E D1C1G —►.� of t<S
Address: E�
,)
City: — c 0,1
State, Zi Code:
r -
7%J �� 8
��G
)}
t � c
�GC�Wt4
AddressU.
City It
d6
U
State, Zi Code -077
�-��r�3
2?5-3251
///
��! UR,,.� �,a,v
Address: _ .zi 4 c ..w gc 1"
City:
(B fly)
fio(n
e z v l e c 5
State, Zip Code: 7
Aiper %cu.+baa i,v,/
T
v6k/C A
p
Address: S � dezoA.. i J P.-
(_Vie
17 Y �2 ap l
,n
City: _104/le-6
4
2
State, Zip Code: T,- i C� l
0
? ga A 671
Gl2.4 At
G.(, A v D E
Address: 4f 7f CAIVA 13lLLAU
t L o
too
City: SAa Aunato
&q4f-76/f
64q—rs'Si
State, Zip Code: k 7 S t g q
rAddress:
r+�"�t �'�J�C �%�
4?e, Y �c/C,4-
tffc
(Si .-_�
(EL2-
` 1
City: �� ic�J'T
-75
575 - SSI
State, Zip Code: o r�
Address:
City: VI 0 `I..k-
State. Zi Code: % ` S
S --o 2 -
Address:
Address: l,,,,,o! �',e
(Z 1 N )Z(
l q )
• IAJC •
!`► ��cr �• ��
City _0'4cLaS,7X-
State. Zip Code: zols
aur 1 x,00rMpreb;d-cdoc
4116196 1 CCxordV=tid-r.dx
PREBID CONFERENCE #13549
AUDITORIUM/COLISEUM ROOFING PROJECT
APRIL 16,1996 @ 10:00 A.M.
TRAINING CONFERENCE ROOM LOl
PLEASE PRINT
- ,
C
COMPANY
REPRESENTATIVE
MAI LING ADDRESS::
TELEPHONE
NUMBER
FAX
NUMBER
P.O. Box 2000
City of Lubbock
Ron Shuffield
City: Lubbock
(806)767-2170
(806)767-2164
State, Zi Code: Texas 79457
CYw P �AoF/K�
y
et'tc �i/Po�ts
Address: D.l3aCS�oS'7f.
�/t/
,.;
State. �� odd
Ziv :V 7S3d -0
��`l _'�~
7 C,
Address: AZ Z tv LIS R 4iyi►S
City: I &wigv 4.
a' D
z( / � )
State. Zip Code: 7•C w5a
�jZ Z S- wz
SO4.
�iA�,,�To,r lZooFiar
C�w�w �Ak.�,-vim
Address: P.O. Do,, 270s
(Zak-)
(gG�
Co*IPANY
SQN.vr�.-
J,..,�,► �'�ira,
City: �evcr,
State, Zip Code: T 7?tCr,
763-f37f
70v -DEyO
LQA W a baa -� �-°we t t.e i4
Address: /Jik L--)Crw
Cs y
City: D.C. f(t s %>r
76�-yS'98
�yfl_ ►► y �
State. Zip Code:
s ,c- .-
a .. C!�. ,•
Address: a
City:
State, Zip Code.
3�3
zea �, sy ���:�
v. �� C ez-
0 5
Address: 13/d
City:Ds//cr Tr t'•�'r 76/-SyQd'
7Y�-���1�
State, Zi Code: See 0
w Zoo
Ar,t-
�
/�%j
d�`
Address:
ess: w-
City: '��
6/-g800
State, Zi Code��
Tsta�'
Address:
City. ['b'l .77z
U
U
State. Zip Code:
Address:
City:
State, Zip Code:
Address:
City:
State. Zip Code:
Address:
City:
State, Zin Code:
Address:
City:
State. Zip Code:
Address:
City:
State, Ziv Code:
Address:
U
City:
��
State. Zi Code:
Address:
City:
State. Zip Code:
4116196 1 CCxordV=tid-r.dx
S
6 '
F31D # 13549 FREDDY CHAVEZ GARY SMITH
ACCT. # 9936.9211 OPERATIONS FACILITIES MGR
F*�arCh
25, 1996IRS ENGINEER SUPERVISOR
7,YDICK HOOKS ROOFING CO.
AJAX ROOFING COMPANY
TEXAS ROOFING COMPANY
s3OX 2605
BOX 5785
BOX 2156
LUBBOCK, TX 79408
LUBBOCK, TX 79401
LUBBOCK, TX 79408
r lANIILTON ROOFING
CONSTRUCTION SERVICES
DOGPATCH, INC.
j '10 10711 STREET
2214 S. LINCOLN
P.O. BOX 28
LUBBOCK, TX 79403
AMARILLO, TX 79109
PLAINVIEW, TX 79072
t
k
A.D. WILLIS COMPANY
DEAN CONTRACTING CO.
PORT ENTERPRISES, INC.
266 ITER LANE
RT. 4, BOX 240
P.O. BOX 1299
USTIN, TX 78744
KYLE, TX 78640
MANCHACA, TX 78652
SEYFORTH ROOFING CO. INC.
ADVANTAGE CONTRACTING
pP.O. BOX 461241
RT. 5 BOX 341 F
iARLAND, TX 75046
SAN ANTONIO, TX 78221
MAHONE ROOFING &
SAMUEL DEAN COMPANY
BRUTONIGOMEZ & COMPANY
HEETMETAL CO., INC.
429 CINCINNATI
P.O. BOX 8794
'.O. BOX 790069
SAN ANTONIO, TX 78201
CORPUS CHRISTI, TX 78468
SAN ANTONIO, TX 78279
F
EASLEY ROOFING &
SECHRIST-HALL COMPANY
JOHNSON ROOFING
SHEETMETAL CO., INC.
P.O. BOX 2347
P.O. BOX 11009
'.O. BOX 3464
HARLINGEN, TX 78511
WACO, TX 76716
VICTORIA, TX 77903
I _�tRY GREGORY, INC.
MAC ROOFING & SUPPLIES
ABHJR4E ROOFING
P.O. BOX 96
P.O. BOX 2905
4047 N. IST
FMION, TX 76513
PORT ARTHUR, TX 77643
ABILENE, TX 79603
V LL STAR ROOFING &
BARR ROOFING COMPANY
CARDINAL ROOFING, INC.
'9EETMETAL, INC.
P.O. BOX 629
611 MAGIC MILE #201
611 MAGIC MILE, #201
ABILENE, TX 79604
ARLINGTON, TX 76011
Fill MARILLO, TX
r-URTIS MCKD&EY ROOFING
JEFF EUBANK ROOFING CO.
MAX EUBANK ROOFING CO.
( ,O. BOX 3105
1900 NORTHPARK DRIVE
P.O. BOX 7170
LONGVIEW, TX 75606
FORT WORTH, TX 76102
FORT WORTH, TX 76111
ID # 13549
',CCT # 9936.9211
HEC ROOFING COMPANY
K & M ROOFING
P.O. BOX 565472
P.O. BOX 870
[ge DALLAS, TX 75356 PFLUGERVILLE, TX 78660
larch 25, 1996/RS
F;UPERIOR ROOFING &
"ONSTRUCITON CO.
10525 MOPAC, STE. B
7,AN ANTONIO, TX 78217
rADUDDELL ROOFING &
FEET METAL CO., INC.
P.O. BOX 6594
MOORE, OK 73153-0594
BRYCO WATERPROOFING
509 MEADOWSIDE ROAD
ORT WORTH, TX 76132
7,MERICAN ROOFING METAL, INC.
6200 BROOKRIVER STE. N.612
DALLAS, TX 75247 (CAN WELCH)
WEST TEXAS ROOFING
r610 KING AVENUE
{ UBBOCK, TX 79404
r
LICE ROOFING &
L_= METAL
5446 IH 10 EAST
7 qN ANTONIO, TX 78219
NE STAR WATERPROOFING
17 HINTON DRIVE
'LKVING, TX 75061
r"
LHARTER ROOFING &
WATERPROOFING CO.
F0.OBX 330128
I ,OUSTON, TX 77233-0128
L.D. TEBBEN COMPANY
7563 PRAIRIE LACE
SAN ANTONIO, TX 78249
BRANSON-ELDER ROOFING CO.
1020 NICHOLSON
HOUSTON, TX 77008
TEXAS ROOFING COMPANY
P.O. BOX 2156
LUBBOCK, TX 79408
BRYANT UNIVERSAL
COMMERCIAL ROOFING CO.
1245 S. 7TH STREET
PHOENM AZ 85034
ALICE ROOFING AND SHEET METAL LEAWAY ROOFING
P.O. BOX 200087 P.O. BOX 901
5446 HWY 908 HEREFORD, TX 79405
SAN ANTONIO, TX 78220
EASLEY ROOFING
206 EAST ANAQUA
VICTORIA, TX 77901
FORTENBERRY ROOFING CO.
118 E. 21ST STREET
LITTLEFIELD, TX 79339
ALL STAR SHEET METAL
& ROOFING
P.O. BOX 1378
AMARILLO, TX 79106
AMERICAN ROOFING &
METAL CO., INC.
801 WYOMING ST.
SAN ANTONIO, TX 78203
GARY ROMERO CUSTOM SHEET METAL
RT. 7, BOX 338 E
LUBBOCK, TX 79401
ATEX WATERPROOFING
P.O. BOX 932
GEORGETOWN, TX 78627
ATTN: JAMES ROPPOLO
B & B ROOFING
282165TH STREET
LUBBOCK, TX 79413
CARR ROOFING
BOX 938
SHALLOWATER, TX 79363
PYRAMID WATERPROOFING
P.O. BOX 16069
HOUSTON, TX 77222-0069
TALENT RESTORATION &
WATERPROOFING
700 SOUTH ROGERS
WAXAHACEIIE, TX 75165
WHITESTONE CONTRACTORS
1901 RICKETY LANE, STE 209
TYLER, TX 75703
CITY OF LUBBOCK
INWATION TO BID
FOR
TITLE: AUDITORIUM/COLISEUM ROOFING PROJECT
ADDRESS: LUBBOCK, TEXAS
BID NUMBER: 13549
PROJECT NUMBER: 9936.9211
CONTRACT PREPARED BY: PURCHASING DEPARTMENT
INDEX
1. NOTICE TO BIDDERS
r 2. GENERAL INSTRUCTIONS TO BIDDERS
i
3. BID SUBMITTAL - BID FOR LUMP SUM CONTRACTS
4. PAYMENT BOND
S. PERFORMANCE BOND
6. CERTIFICATE OF INSURANCE
7. CONTRACT
8. GENERAL CONDITIONS OF THE AGREEMENT
9. CURRENT WAGE DETERMINATIONS
W
10. SPECIFICATIONS
11. SPECIAL CONDITION
pm
r+
I(F
k
k
�f
�.
NOTICE TO BIDDERS
NOTICE TO BIDDERS
BID #13549
Sealed bids addressed to Victor Kilman, Purchasing Manager, City of Lubbock, Texas, will be received in the office of the _
Purchasing Manager, Municipal Building, 1625 13th Street., Room L-04, Lubbock, Texas, 79401, until 2.00 o'clocka.m. on the
25th day of April, 1996, or as changed by the issuance of formal addenda to all planholders, to furnish all labor and materials and
perform all work for the construction of the following descnbed project:
KAUDiTORIUMICOLISEUM ROOFING PROJECT"
After the expiration of the time and date above first written, said sealed bids will be opened in the office of the purchasing
Manager and publicly read aloud.
It is the sole responsibility of the bidder to insure that his bid is actually in the office of the purchasing Manager for the City
of Lubbock, prior to the expiration of the date above first written.
The City of Lubbock will consider the bids on the 9th day of MR -1996, at the Municipal Building, 1625 13th Street,
Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all bids and waive any
formalities. The successful bidder will be required to furnish a performance bond in accordance with Chapter 2253, Government
Code, in the amount of 1000/o of the totalcontract ent bond price accordance with Chapter 2253 Gct overnment Coderice exceeds l�m�the amouand nt of 1000 of
bidder will be required to furnish a payor
the total contract price in the event that said contract price exceeds $25,000. Said statutory bonds should be issued Py i a company
carrying a current Best Rating of B or superior, as the rating of the bond company is a factor that will be considered in determination
of the lowest responsible bidder.
Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check
issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the
order of the City of Lubbock in an amount not less than 5% of the total amount of the bid submitted as a guarantee that bidder will
enter into a contract and execute all necessary bonds (if required) within 10 days after notice of award of the contract to him.
It shall be each bidders sole responsibility to inspect the site of the work and to inform himself regarding all local conditions
under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and
considered in the preparation of the bid submitted. There will be a pre-bid conference on 16th day of April, 1996, at 10:00 o'clock
a.m., in the Training Room L-01, Lubbock, Texas
Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in the
contract documents on file in the office of the Purchasing Manager of the City of Lubbock, which document is specifically referred to
in this notice to bidders. Each bidder's attention is further directed to provision of Article 5159x, Vernon's Ann Civil St, the
requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as —
heretofore established by owner in said wage scale.
The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant this advertisement,
s invitation
minority and women business enterprises will be afforded equal opportunities to submit bids in response
will
not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award. _
The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre-bid meetings and bid
openings are available to all persons regardless of disability. If you would like bid information made available in a more accessible
format or if you require assistance, please contact the City of Lubbock Human Relations Office at (806) 767-2281 at least 48 hours in
advance of the meeting.
CITY OF LUBBOCK
�i
VICTOR
PURCHASING MANAGER
Bid documents may be obtained upon request from the purchasing Department at 162513th Street,
Room L-04, Lubbock, Texas 79401; Telephone (806)767-2167/Faz (806)767-2164.
GENERAL INSTRUCTIONS TO BIDDERS
GENERAL INSTRUCTIONS TO BIDDERS
1. SCOPE OF WORK
The contractor shall furnish all labor, superintendence, machinery, equipment and all materials necessary to complete this
project in accordance with contract documents for the AUDITORIUM/COLISEUM ROOFING PROJECT.
2. CONTRACT DOCUMENTS
All work covered by this contract shall be done in accordance with contract documents described in the General Conditions.
All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction
of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents.
3. PLANS FOR USE BY BIDDERS
It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by the
contract documents be given a reasonable opportunity to examine the documents and prepare a bid without charge of
forfeiture of deposit. The contract documents, may be examined without charge as noted in the Notice to Bidders.
4. BIDDER INQUIRIES
No bidder shall request any information verbally. All written requests for additional information or clarification concerning
this bid must be addressed to:
RON SHUFFIELD
SENIOR BUYER
CITY OF LUBBOCK
P.O. BOX 2000
LUBBOCK, TX 79457
FAX (806)767-2164
5. TIME AND ORDER FOR COMPLETION
The construction covered by the contract documents Base Bid No.1 & Alternate No.1 shall be filly completed within
120 (ONE HUDNRED TWENTY) consecutive calendar days from the date specified in the Notice to Proceed issued by the
City of Lubbock to the successful bidder.
The construction covered by the contract documents Base Bid No. 2 & Alternate No. 2 shall be fully completed within
180 (ONE HUDNRED EIGHTY) consecutive calendar days from the date specified in the Notice to Proceed issued by the
City of Lubbock to the successful bidder.
The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City
reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract
documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the
progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take
such action as the City deems necessary to insure completion of the project within the time specified.
6. PAYMENT
All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract --
documents.
7. AFFIDAVITS OF BILLS PAID
The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an
affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by
the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been
notified.
8. MATERIALS AND WORKMANSHIP _
The intent of these contract documents is that only materials and workmanship of the best quality and grade will be
furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor
of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the
project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full
responsibility of complying with this provision. The specifications for materials and methods set forth in the contract
documents provide minimum standards of quality which the Owner believes necessary to procure a satisfactory project.
9. GUARANTEES
All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials
and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which
shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature
whatsoever resulting in such defects, when such defects appear within ONE year from date of final acceptance of the work
as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock).
10. PLANS FOR THE CONTRACTOR
11
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 jobs of a similar nature to the one covered by the intended
contract and all work in progress with bond amounts and percentage completed.
(b) A sworn statement of the current financial condition of the bidder.
(c) Equipment schedule.
12. TEXAS STATE SALES TAX
This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04
of the Texas Limited Sales, Excise and Use Tax Act.
r
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.
13. PROTECTION OF SUBSURFACE LINES AND STRUCTURES
It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to
exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground
structures which might or could be damaged by Contractor during the construction of the project contemplated by these
contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines
and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities
aforementioned All such underground lines or, structures cut or damaged by Contractor during the prosecution of the work
contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas,
at Contractor's expense.
14. BARRICADES AND SAFETY MEASURES
j� 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.
15. EXPLOSIVES
The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from the City.
In all cases where written permission is obtained for the use of explosives, the Contractor shall assume full responsibility for
all damage which may occur as a direct or indirect result of the blasting. In addition, in all cases where explosives are
authorized to be used, the Contractor shall use utmost care so as not to endanger life or property and the Contractor shall
further use only such methods as are currently utilized by persons, firms, or corporations engaged in similar type of
construction activity.
Explosive materials shall not be stored or kept at the construction site by the Contractor.
In all uses where explosives are to be used during the construction of the project contemplated by this contract, it shall be
the duty of the Contractor to notify each utility company having structures (above or below the ground) in proximity to the
site of the work of Contractor's intention to use explosives, and such notice shall be given sufficiently in advance to enable
the companies to take such steps as they may deem necessary to protect their property from injury. Such notice, however,
shall not relieve the Contractor of responsibility for any damage resulting from his blasting operations.
16. CONTRACTOR'S REPRESENTATIVE
The successfid 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 famish the name, address and telephone number
where such local representative may be reached during the time that the work contemplated by this contract is in progress.
17. INSURANCE
The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General
Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory
to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will
be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the
r..
insurer waiving the right to subrogation.
A
The insurance certificates famished shall name the City as an additional insured and shall further state that all
subcontractors are named as additional insureds, or in the alternative, shall be accompanied by a statement from the
r+ Contractor to the effect that no work on this particular project shall be subcontracted.
,
18. LABOR AND WORKING HOURS
Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in these
contract documents. The wage rate which must be paid on this project shall not be less than specified in the schedule of
general prevailing rates of per diem wages as above mentioned. The bidders' attention is further directed to the
requirements of Article 5159a, Vernon's Annotated Civil Statutes providing for the payment of the wage schedules above
mentioned and the bidder's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem
wages in these contract documents does not release the Contractor from compliance with any wage law that may be
applicable. Construction work under this contract requiring an inspector will not be performed on weekends or holidays
unless the following conditions exist:
(1) The "project being constructed is essential to the City of Lubbodes ability to provide the necessary service to its
citizens.
(2) Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the
penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract
within the allotted time.
Before construction work requiring an inspector is to be performed on weekends or holidays, the Contractor must notify the
Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and
obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow
construction work requiring an inspector on weekends or holidays will be made by the Owner's Representative.
In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract
which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day
of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life.
19. PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS
The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this
contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than
once each week. The Contractor and each of his subcontractors engaged at the site of the work shall not later than the
seventh day following the payment of wages, file with the Owner's Representative, or Engineer, a certified, sworn, legible
copy of such payroll. This shall contain the name of each employee, his classification, the number of hours worked on each
day, rate of pay, and net pay. The affidavit shall state that the copy is a true and correct copy of such payroll, that no rebates
or deductions (except as shown) have been made, or will in the future be made from the wages paid as shown thereon. The
Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate
of per diem wages, which schedule is included in the contract documents.
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.
20. 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.
21. PREPARATION FOR BID
The bidder shall submit his bid on forms furnished by the City. All blank spaces in the form shall be correctly filled in and
the bidder shall state the price both in words and numerals, for which he intends to do the work contemplated or furnish the
materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy
between the price written in words and the price written in figures, the price written in words shall govern. If the bid is
submitted by an individual, his name must be signed by him or his duly authorized agent. If a bid is submitted by a firm,
association, or partnership, the name and address of each member must be given and the bid signed by a member of the
firm, association or partnership, or person duly authorized. If the bid is submitted by a company or corporation, the
Tr company or corporate name and business address must be given, and the bid signed by an official or duly authorized agent.
r Powers of attorney authorizing agents or others to sign bids must be properly certified and must be in writing and submitted
with the bid. The bid shall be executed in ink
Each bid shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and endorsed on the outside
of the envelope in the following manner:
(a) Bidder's name
(b) Bid for (description of the project).
Bid submittals may be withdrawn and resubmitted at any time prior to the time set for opening of the bids, but no bid may
be withdrawn or altered thereafter.
22. 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.
6) 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.
BID SUBMITTAL
r
r
r
BID SUBMITTAL
LUMP SUM BID CONTRACT
PLACE: Port Enterprises, Inc.
DATE: 5/16/96
PROJECT NUMBER: 13549 - AUDITORIUMICOLISEUM ROOFING PROJECT
Bid of Port Enterprises, Inc. (hereinafter called Bidder)
To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner)
Gentlemen:
The Bidder, in compliance with your invitation for bids for the construction of a
Bid# 13549 — Auditorium Coliseum Roofing Project
having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract
documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the
intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to
construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the
price stated below. The price to cover all expenses incurred in performing the work required under the contract documents.
BASE BID ITEM NO. 1: RE -ROOFING WORK FOR AUDITORIUM
MATERIALS: One hundred five thousand & no/100 ($ 105,000.00 )
SERVICES: Sixty nine thousand three hundred fifty & no/100 ($ 69,350.00 )
hundred fifty & no/100
l TOTAL BASE BIDITEM 1: One hundred seventy four thousand three (� 174, 350.00 )
BASE BID ITEM NO. 2: RE -ROOFING WORK FOR COLISEUM
MATERIALS:One million ten thousand five hundred thirty & no/100 ($ 1,010,530.00 )
& no/100
' SERVICES: Six hundred sixty nine thousand one hundred ninety three($ 669,193.00 )
One million six hundred seventy nine thousand seven hundred twenty three & no/100
TOTAL BASE BID ITEM 2: ($ 1, b79, 723.00 )
ALTERNATIVE NO. 3: COMPOSITION SHINGLES ON COLISEUM
MATERIALS:Nine hundred twenty five thousand six hundred & no/100 ($ 925,600.00 )
SERVICESFive hundred thirty thousand one hundred seventy nine& no/iN-10530,179.00 )
One million four hundred fifty five thousand seven hundred seventy nine & no/100
TOTAL ALTERNATE NO.3 (ADD): ($ 1,455,779.00 )
(Amount shall be shown in both words and figures. In case of discrepancy, the amount shown in words shall govern.)
Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written "Notice to
Proceed" of the Owner and to fully complete Base Bid No.1 & Alternate No. i within 120 (ONE HUNDRED TWENTY)
consecutive calendar days and Base Bid No. 2 & Alternate No. 2 within 365 (THREE HUNDRED SIXTY FIVE) consecutive
calendar days thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to
Owner as liquidated damages the sum of $750.00 (SEVEN HUNDRED FIFTY DOLLARS) for each consecutive calendar day in
excess of the time set forth hereinabove for completion of this project, all as more fully set forth in the general conditions of the
contract documents.
Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction
number 21 of the General Instructions to Bidders.
Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding.
The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days after the
scheduled closing time for receiving bids.
The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans,
specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or
before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in
the contract documents.
Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified
check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to
the order of the City of Lubbock in an amount not less than five percent (5% ) of the total amount of the bid submitted as a
guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within 10 days after notice of award of
the contract to him.
r
ALTERNATIVE NO. 1: MASONRY RESTORATION & WATERPROOFING FOR AUDITORIUM &COLISEUM
MATERIALS: Sixty three thousand five hundred twenty four & no/100
($
63,524.00 )
SERyICES.Ninety four thousand two hundred seventy six & no/100
(g
94,276.00 )
One hundred fifty seven thousand eight hundred & no/100
TOTAL ALTERNATE NO. 1(ADD):
(S
157, 800.00 )
ALTERNATIVE NO. 2: METAL WALL PANELS AT COLISEUM PENTHOUSE
MATERIALS: Eight thousand one hundred & no/100
(S
8,100.00 )
SERVICES: Five thousand four hundred & no/100
(S
5,400.00 )
Thirteen thousand five hundred & no/100
TOTAL ALTERNATE NO.2 (ADD):
13,500.00 )
ALTERNATIVE NO. 3: COMPOSITION SHINGLES ON COLISEUM
MATERIALS:Nine hundred twenty five thousand six hundred & no/100 ($ 925,600.00 )
SERVICESFive hundred thirty thousand one hundred seventy nine& no/iN-10530,179.00 )
One million four hundred fifty five thousand seven hundred seventy nine & no/100
TOTAL ALTERNATE NO.3 (ADD): ($ 1,455,779.00 )
(Amount shall be shown in both words and figures. In case of discrepancy, the amount shown in words shall govern.)
Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written "Notice to
Proceed" of the Owner and to fully complete Base Bid No.1 & Alternate No. i within 120 (ONE HUNDRED TWENTY)
consecutive calendar days and Base Bid No. 2 & Alternate No. 2 within 365 (THREE HUNDRED SIXTY FIVE) consecutive
calendar days thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to
Owner as liquidated damages the sum of $750.00 (SEVEN HUNDRED FIFTY DOLLARS) for each consecutive calendar day in
excess of the time set forth hereinabove for completion of this project, all as more fully set forth in the general conditions of the
contract documents.
Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction
number 21 of the General Instructions to Bidders.
Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding.
The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days after the
scheduled closing time for receiving bids.
The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans,
specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or
before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in
the contract documents.
Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified
check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to
the order of the City of Lubbock in an amount not less than five percent (5% ) of the total amount of the bid submitted as a
guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within 10 days after notice of award of
the contract to him.
r
Enclosed with this bid is a Cashier's Check or Certified Check for Dollars
(S )ora Bid Bond in the sum of 5% Greatest Amount Bid Dollars ($ 5% ), which it is
agreed shall be collected and retained by the Owner as liquidated damages in the event the bid is accepted by the Owner and the
undersigned fails to execute the necessary contract documents and the required bond (if any) with the Owner within ten (10) days
after the date of receipt of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the
undersigned upon demand.
r
Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents
made available to him for his inspection in accordance with the Notice to Bidders.
Ila,
Authorized Signature
Rocky Barnett, President
(Printed or Typed Name)
Port Enterprises, Inc.
Company
P.O. Box 1299
Address
Manchaca
City, County
TX 78652-1299
State Zip Code
Telephone: 512 - 280-1030
Fax Number: 512 280-1032
(Seal if Bidder is a Corporation)
PROJECT NO. 13549 - AUDITORIUMICOLISEUM ROOFING PROJECT
Attachment to Bid Submittal
UNIT PRICES
The following unit prices as per Section 01020 must be filled in by the Bidder.
These prices are possible additions or credits to the above base bid amount for
those unknown items which may require replacement or omission. The prices
supplied shall reflect total installed prices and also the costs of removing and
disposing those items which they are replacing (ie. rotted Tectum deck panels).
Unit Price No. 1:
Replace Deteriorated Lumber
$
3.00 _per bd ft
Unit Price No. 2:
Replace Deteriorated L.W. Concrete
$
4.50 per sq ft
Unit Price No. 3:
Replace Tectum Panels
$
384.00 per panel
Unit Price No. 4:
Credit for Labor for Tectum
Panels Not Installed
$
135_00 per panel
Unit Price No. 5:
Omission of New Detailed Rib System
$
10, 320.00 per rib
Authorizeil Signature "
o0'd b91Z2-9t908 A3oaani do A1I3 gb:9T hH1 96-60-AtiW
LIST OF SUBCONTRACTORS
Minority Owned
Yes No
ATEX Waterproofing a
Local Electrical Contractor, Named Later a a
0 0
0 ❑
❑ ❑
0 a
a 0
a a
❑ ❑
0 0
Fidelity and Guaranty Insurance Underwriters, Inc.
Baltimore, Maryland
A Stock Company
Bid Bond
Bond Number ........................
Know All Men By These Presents:
Port Enterprises, Inc.
That..........................................................................................
................................................ of . �°•.. O ,. , Box 1299, ..Nanchaca, ..Tx ....
.. . ..... ..... .. .
........ . . . . . . • •.................................... , as Principal, and the other undersigned, as Surety, are
held and firmly bound unto........City, of Lubbock, 1625 13th Street Room L-04,
Lubbock, Texas r.0401
......................................................................................................
_Fi ve—Per—Cent—of—the—Greatest—dmoun t Bid
as ObI15yinel a�d usLsu
p�r�c
............................................................................................. Dollars,
lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs,
executors, administrators, successors, and assigns, jointly and severally, firmly by these presents.
Whereas, the said Principal is herewith submitting its proposal
City of Lubbock, Audi torlum/Coliseum Roofing Project
Project No: Bid 013548
The Condition Of This Obligation is such that if the aforsaid Principal shall be awarded the contract the said
Principal will, within the time required, enter into a formal contract and give a good and sufficient bond to secure the
performance of the terms and conditions of the contract, then this obligation to be void; otherwise the Principal and Surety will
pay unto the Obligee the difference in money between the amount of the bid of the said Principal and the amount for which the
Obligee legally contracts with another party to perform the work if the latter amount be in excess of the former, but in no event
shall liability hereunder exceed the penal sum hereof.
Signed, sealed and delivered 0502/86
(Date)
t Contract 500 (8-94)
Port Enterprises, Inc.
...... ............................... (Seal)
T`''_"16� EaAt (Seal)
Rackq Baraett; Preside t
Fidelity and Guaran ance derwriters, Inc.
(a Corporati
ao
Doug as Vra ael Attorney-in-fact
J
t '�•}.. *, rt A r�'� y ..4213
1 y
Fide#'�y and Guaranty Insurance �lndenMiters, Inc. � k,
t x
w Power of Attorney
�.
Na 344.
IUlow all alel by these presents: That Fidelity atl 6wraaty Itawon Uaderwiiters. Mc. a torporstiarl ol�Zad and eu�ting oda the hwa'ot the State d
VYmmin and hn* its pftipal office at the Cky d Bakirnete. into State d mwit rd, does hereby eacta a mW wpont `:Douglas Vraz el, - Jim R.
Poe, Ron Dickson and John F. Britaberry
oftoo Ckyd Victoria° .Stated ~Texas iti$ilealdbrwhiluaorrleyis�hFact.aachinttreirseparrtsapaeariifsiasibn«,ee
named sbow. to sign its name a surety to, W m wane; seat did adJwwledpe eny aid all bands: m*mkkos. ealaaGti erd etherwriM iroarat w= in the Roan thaed
on bftl d the Campanlr in its business d guxaueeing tAe rdeliry of persons: pinrarseeinQthe performance d eadracts: and aseanirtg aguweeilg bolls and
aMetalarlgs legated a permitted h any anxms aprocsednps avowed by bnw
h Witttsss 1Mreecf, the said Fiieiiq sand Caarasty learatea Uaderwriteer ace. has gruad thh iaararaartto bt sealed wah its capmo sesi duly attested
bythesigrnmotb VicePte kbmatdAtsis=Se omy tfas 1st dayd (1Ctober AAt994 +
« 4mHCORKM
By
s £ * td� 's.M•5, yFA:,i'tr M�.e Pt +y ♦ aa.
4 i "•xryy
kStab Of UNYI&W F' i y ,rl�s. �• _ 't " W.•►,�" t 'ui a.i,i.+ a ��i ;� a +
r"7 rsa 3'ti'd, �Pary tf«zu j.A u. ;enrS' y r ti t 2 p, tj'': ea
's.: i +�j�w +�, pr n,,.b'r^c.�,+ry Y R. i:. ' a .: , s a iY• e
�. �.?,:,,' �* *: +'t. �..,;�a # .,.'��''': '� r+ -n as,�.,.,>a x.r ,,��•('��(,��"'9�,�",,�rs "'s.t,, L .,. � � �...�a'"u @�w}S.'Y�)h.�:,^�* t+"�;.�tr�� .y�t�'�.Fy�.��'r��,:' .�.,
i* �;i• �+- ri l.ya^, 6 LYiT d4 ..� ! a. rt^� q aa, .r � it c,:.., 5 :,�...�4,-Y�k ,rk�` ��t,,,•° ��+ # �. �;-y � t v .y.+c, 3 st 4�'� . b' +s.37P h;r, r.��t Edi �'r
t w' OMthit let _,dayd October :. ^, A 94.,bafaaals ams John A. PrasidaudFideftmW
Imasco vm&m fkW16lee, and Thatws J. Fdzperald. d sold L'onpi� . d wfntti liin ia;sk ed, vAm berg by the aavaally duly
. tris said Jots A Huts andTAanai raid wen ' Ptssldenisnd d *A said Pdeirq
'sworRaid,thettitey }pp n�r+tiA►
Ise m" Uadntardtara, hr—ft, copiation ed whidt Powerd they sardt biwrthe seal d said f otpaaaon: thatdla
sal affaed m said Power d Attorney wu sael. thea k by adrr dateand that .�
p,� . .....: n ri .rthmnoWdca
r ffft by R e wdaas Vire Ftasdet ta
old SaQstsry Y
„� ;. tdyComilaisslorlar�reitila Ilth dyh Ch i-
ij
,L ,. - ��'��' Y �y� ""�x� �, �, tSr .r • "�" •k"'" r� 'a !�r�'"y�' .,,��' �r��,'� i +� Wg�.,,�, �i t �.
{
OWiC-: tra s 4t. r1 �,�� ea �Sfi`•
:7 t w;`•" h. �v .c ai.y 4; - iii 4«s`,v>pi. #,. :. 5.r?._t ,h ip .: Z .P,. #,#'+F+� S�, €''.r`.W'•i` ,
} aA r x y„ �':-.� L7. F4t• '.9,ttf k"Yzz'` n'!t}'"y*;,�.' q�'3s3-.
file Power d Atmtney is granted uldaard of the foiowurg tluoiwars s�dt�o.pnd by the Bryon, nd d Oinctocsp d the Fid.tiq orad Caaraatr fasarasea " * °r'
... 1^*"_ F'T u" k w au'�Cru 'jY*iR r s"•C`•�°t'ah}a8 L°c'i'' .{ g'dr#c��,��< •�@ "'a t ��,n '. ,: � +P� k # b �'v f'�: c
{�
* Vadere11r1dttR bee a1 Se�elaba 2A t99t k ;S..vo Y fi Y x - ' L r *� r.* �f " c* k }
`' ;' IiseadYed.lhit h COfeleCGan wah the fiNky and arsry irttlrarlea baamus d1fM 80mpany ti bards. tidetaEillps, coratacu and roller iatrtanerts 4 m r t
i ms �i
nid business wlt be ioled, sxeaaed. andalclaawledged 6'I► OWsons apdtiu appoasrs�a�Attaneq(s►±n"Fsct pruani m � Powe d Attonlsy issueaf n iaadance wklt ��;� � �atg�t it.
Mess =Wom Said Potaer{s1 of Attmm for snd on bdlaff of ft Cargany may and shad°ba axm ad the name and at tm' "t it U Qnpatry oft* by the CAaanan, or 6
...� � w• A .Y+Y+ev�4 � a g SJ• >en •tF�ey.> � N 1
j the Presides, elan i6taaalw Vice Presidmit. a a S iuorYce Pimidert a a Yce areiidert aar Asiasnne
Yin hukbK JA* with the Seaetary or m Ants= Seaetsry t t
>�t t ,� .:. , tip:' t
'ImW ftir respective dalgmt>ons 7tae aigrtatrse d surd) offices may be angrsved. pr&sad a itiagrapMd. The iigroaxe d eafi d the fotegoatg officers and the saa(d the ;
Company any be afford by bob& to arty Powe of Attoms�j w1a airy articau nbitini iirirm a�poiniinq Attansy�sFifFaeEfat purposes any d i>aaastg in all a '
.•r•RS'. w, }. . a ttrA 'F+s. xrro.:i .r 4A�°M +, �. 'q •.Rnp ....,ir. .••+..ev s�q?;% r
�' bonds and taadertakirrgs arcl ottllerwritmgs ebigstory inthe ttaias thenal. and. taifMas stlbsagtresly arrd vAoato arty lkaltstiotts set fall therm. any =m Power of +�
Attorney a tertSicsts basting sadt faaimila sigaiare arfaoirtrie seal stni ba aid and brdng upon the Companyand aprsuch power so sureauad std a dMad bar skit { a T
faesnwk siprnare old faaoralrrle seal sAall bye aiyd atatd birdko Capon th�eJCW*" a t iapeetta bold a udmtstrq m Much it is raltlty attached
,k i4 4 „J<:••g ' t Imo.. �.il��ha DIYa 7!i St`h •''°$ tti•.ii+F 'Y Y -M•' 9' .},a VN finkatid ft"}•F'.. 'it}i 1'"'S �,
cue tet1 ra te
tlra nts and Bmrtera dlha
# Power d Attorney awed m Chet►. to wane and difner on 6diai d thenvoksd
Catrpany wind tri attach tAe seal of tfte Comparym anlimd ah bands and ur4%mick mrd ether V i ff « }
wtkigs obligatory h the natu.{e tltatid. ud�tany siidt itsatsnma siteaued by ash Attamey(s Faccstnh'ba asb dngupan the Cont�tryas iE SOW by sn E6 _.WOsicer, ``
?! ,�^a+, 4'�, r'"'r1;7honlas Fitiperaid. an• ,.yp ,•HT:Y�;Aidfi w,*,..1°' '. ,.R. . M+� .3t' Le Y� c
U c. dQ h•Y�t f
-�`�� _ » '� �' °�� Assutalrt S`eaa<ary d the ildel� orad T taafrYea fa: laereby ertify that the fotegoilg ate U etre acerpts�`�
front the Hesalwor>S of tfa said t�Omparty as adopted by tactors ks Bowd d G on Saptemher24;199Zsed2ha4tAesaAisdasioiss as inl fuU folesand effect „ rt '
.a i ♦ �. .1...,, L :..,.��-r-st.:.,v-•_.. .M. .- t.' ,U 2+.A.• •• rt rSawe4Y`.« 3.�'<x .. r 8#�:
n
° '" t the undersigned Assistant Secsnry d the Fidelity orad 6watity lasarsaea taderwtrters. tae. do heed ceitdy t the fategorng Power at Attorney is in iWl
K 1..faiiQarrd dteetard has rat beenravoked.,xt �¢' h i.«S. ,,F ay �y '?-.k^•} fj+�y `&+i' sylw,,l gy,t,� t [ xiMl. yy,iyx�•'c a#-¢,�i:.,,f :i� g...L
t ?r•,",, 3iR-ar• 'Ir`
hTistinany YVfbreof 1 have herslsso set ally had
and tM w acid Qaaaaty Uadervoiiaers1 toe. on�
sfi :p aYc',, •Y; tor+ ...' v - _mad tltl3 err d,ix
ray s d *rig 96'"api` # 'z+'i"•�a i�a°�x`°t'7ws+w.'n.,eA'�`4
s.` r«, ix;„..'Lr 7 S a5ij'' pry_."-F� la,xS• +J�r
71p
i �! s s ve ,T x,«+ ally v ,: i r•yyT{•,}� ; �7'i " #a.3..:
.•�'`'�r L'Y T <" i" xih t}",93 St!* li`?, 5 '1:. K' rvi i ~� .x`i i • A+d + { , _'�# f ,s{k; °rc.. �1 � ; , :;v 9� !L t f t �,-S� �Y ; •
Y -"
,y 2 ink"
i
s + a
e - '[• .°y Ce :�-A t i i ! •� K TV � "kM i'! q�" �T.+ C 'T. 1. � �*i f ( � t 1 a � * �>� F�B�� 3�t ,
1 �' 7 rt � 1. 6* $ vxF •Y•' cw '.'° ,� 4 t t-'€c,a, ?+}��.
�„ L J•, nr pJ p 4 d u u r t c A
-.•�-t. •' - 1�ry W $^vL �yX �' ,yv iY+e°y � ;" f "N,4 � 'Yl {{-� � k
��i � .' � .'�,. 5'.._, _.. .> .. ,,.. i �..;.-k e !'.,,:-.. � � �• r'�� ,iia -a'
r
PAYMENT BOND
r
t.
r
BOND CHECK
BEST RATINGA: ------
LICENSED IN TEXAS
DATE Y
Bond #72-0125-15792962
!' STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a)
OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $25,000)
KNOW ALL MEN BY THESE PRESENTS, that Port Enterprises, Inc. (hereinafter called the Principal(s), as
t,
Principal(s), and
Fidelity & Guaranty Insurance Underwriters, Inc.
S s hel d firml bound unto the City of Lubbock (hereinafter called the Obligee), in
(hereinafter ce11hVic4unr*1 h� ag ' ?re �,�athe amount ofreeued ��'� & �8 l TIC (5174, 350. lawful money of the United States 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 the 25 th day of
July,19 96,to #Bid 13549 — Auditorium Roofing Project
and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the
amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at
length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all
claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then,
r - 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 Section 2253.021(a) 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 (s) and Surety (s) have signed and sealed this instrument this 2nd day of
August 19 96
Fidelity & Guarant a Underwriters, Inc. Port Enterprises, Inc.
Surety Principal
* / By: !`7�
(Title) Douglas Vrazel, Attorney—in—Fact (Title)
Rocky Barnett, President
By:
(Title)
By:
(Title)
r
r
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates
Tim Simpson an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service
of process may be had in matters arising out of such suretyship.
Fidelity & Guaranty Insura
Surety UnderwTrkferst Inc.
*
By:
(Title) v
Approved as to form:
City of bock
FIR
dt.KAitomey
• Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing that this
person has authority to sign such obligation. 1'f signed by an Attorney in Fact, we must have copy of power of attorney for our files.
L
4
ijAYf
42835
Fidefidy and Guaranty Insurance Unde Wi tens, lac.
Power of Attorney -
No. 344
' Know son= by these presents: That Rd-My sad Qwraotr Mm aaee UmUmniYra. Ye.. i ecnporatim ovprked and abft under th has of the state d
W=wain and having its primipal office at the pry d Baltimore, in the State d Maryland. does hereby eonstavte and appoet Douglas Vrazel, Jim R.
Yoe, Ron Dickson and John F. Brimberry
sada M d Victoria , ..Stated,.,::,Texas int tins and Attamey -d in Fos �dt inthw separate apacay if mare tfmrt orw is
mored above. to sign ks tmma as arW oo. and to assts, seal sd ubmAodge any end all baht. trdankingt, coeaaas and odwrwrkum k sato ms in the ran t omol
an behaK d tfw fomparry in its business d atnrartaeig the fidelity d parterre: pnnrarxeeing the perfamartce d tmtracts: and oxewtitg orpuararrteeing bards and
usdertafnngs regrind er permitted it anyaetions arproceedengs agowed by law ` , -
InWinans Whomd. the said RMkr orad 6aaraaty besaraaoa UadnwriYrsaac hat mooed this in vwm tto be sealed wah its separate veal, duly attested
brlhe-:ignatvesd'aVim PresidentandAnatanasen ryrahis1st - deyd October .AO 1994
} k' Rde11q auW 6auaatr � i� iYta. lee. ,
i 9bi . ' J I iu Pradent . '
.i
......................
aSecntsry .....
- .ea� Ciq.}
On this „1st " dayof OcFtober, 3. A o9 beton me�JoM A. Fbss, ice Prxrdent d RdiGlr and Qaaaaq
bnw>traia 11- 4-1 torr tarn. im and Than I Fksperad, d sitd l�d whom I am M aegtninted. who being by a10 sever—I F duly
swam, said. ttmt dwy..*e sad Jahn A. Huts and Tewmss were iderrt hid the d the said Rderar sad sttanraaq
lanaraaea Uadeewriasa. tae. ttte r�rporation and whin h Power d they each towwttia seat d said caparatiar thatch
` sal afPaed m said Power d Attanay was std` :eat.;that k' by ottfa d tits of sad eorparadca and that tlKy speed ftk names j
■■■■ ; " ttiento by lice aderas Vice President and Assistant seCataty. 11110COmlpury. ":
+ My Camnnsione�iratfw 11th 6yji � Ch n,^♦' '� `
I renes► n a � ��) �<47
rl�n r4' MY�w
Wj
RotaryPittinc
�}_��..xyl`hiz Power d Attorrwy ss gra�nyt�ed oder and bKa j 7'7-777,
fofowug Resdgqtmans adopted by the Bwrd d Oirectons ef ttw Rdettq aad 6aaraatr lasaraan 4 ..
r f Uadwwribm bee. an SeptemberYt4./992},'i,,,{ W i5"4.•Y ♦
T
r , 6aalwi. that in tdrnecdan with the fiddfhr and surety insurmn biamess oflheCompary, oro bards, urdertakugs, eontracctss and adder iawnenas `
r: z
,, . ,�•.. nlatinp
f '
said businisu Wray ba signed, sxeated, and aelriosnrbdeed hype rtoro or ermd10s appointed as lutarriaylsFin•Faet ptdnanv w a Power d Ammey issued in aeeordam wide ,
these nuokfiow. Said Powaisl d Attorney for and an bmine f of the Cainpany may and thl be izeaued in!tie nems a,a an behalf of the Canpany, ither the Chumrm. or r
"the huidem a sn 6teaanve Vim Presidett. or a Sentfor Yin President, d i Yip Praideat ar anllsmstant Yin Ptaident. "with titi: seaetary or an assn art
`,' irderthe'r respective daiUwtiaa. The siproan d such off'cen a10y b• erngrave�. prrted or Bdwpraphed. Tla gwan n d asdt d tiw faregorg offkers and thevaI of tie
Cornpargi rosy be afford by fausinile to any Power d Attonriey ono try arrtkicate wiatHp thaneto appoit6ng Atm W04Facf for only d in ad
Ourl�sssg
: bards and urdertitdrgs irtd otherwritirgt ebligatary in the iiaaie thnreaf, aid. tnlesi k neveked and subjeetto aA► �inibtiaa set forth thnireiri, any MCh Power d
`Attortwir or tertifinte bearing such faainik erfaetiniite slit shsA bs oatid and bi rdrig upon ttw Cannpenli aid any nreti power m exeated and m-Wed by such
fararrrls
agrnnn and faesmie sol etwR be veld and bedng upon 1M Carnpany
with rupee! to any bad or undertaking to wta R i traldly attached.
lAWakoi, That Attanrwtls�ifFaet shsi have the powsrarid aufwrigr, isiku ntioid and, h anycue, subject to tla lama and IibtitaSaea d the "
Power d Attatiey issued to them, m exaate and deliver ori atl d the Compmy hod Y attach the seal d the Company Y >YM std a®bads and udartalortps, and other
wrings obligatory in the mase ttiered. and any such btsmmert seated bf such Atmr'vAsRAd shat{ be as briding!pan the Canpeny as if signed by an Wct&$ 0111"
arnd reeled lid itiesYd 110 by tM �astaY d theM `Y 3 + u7 ,,r: f.§ il. ` ? . �� v ,
:. , LThanas J Fit�erald. an Assistarut
Seeretay d the Rdeliq arld 6wraalr itwraaea Yadorwtiisrs, lee., do her�yuxrtdy that ttw foregorg are true euerpts
fromthe Resolutions of the seid Company as adopted by ks Board d Ottectom on SepnrnbeiM.IOU amddlat thaw Radrtione we in full faros and affect:
yl tt10 trdasipried Ass�sd�n SSeastary of the yRdelrir and 8naaatr losuaan Uadorw"ik hm do —t --eertdy that tta foregoing Power d Anomey am Adl
torn and effect enol ins riot been rjVoked
b
h a �.£�
kt Testimony Whend, l dans Meurto s,t my liaridinid the sea and t6aarartr Uaderwrabrs. bu. oro the 2ND
d
AUGUST ,96
FTA
Atte
�
Fs 8119 9;1
PERFORMANCE BOND
7
BOND CHECK
BEST RATING
LICENS=ITEXAS
DATAy
Bond #72-0125-15792962
i STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(x)
OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $100,000)
KNOW ALL MEN BY THESE PRESENTS, that Port EnteWMMer JMd the Principal(s), as Principal(s), and
Fidelity & Guaranty Insuance Underwriters Tnc.
(hereinafter caTir
the s� S s are � a fin4ly bound unto 5 0 Ci of Lubbock (hereinafter called the Obligee), in
the amount of if 4n ereyST IA / I88 I�%rs (S 17 4.3 • * lawful money of the United States 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.
t:
WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the Z�tlday of
July , 19-2fto
Bid #13549 Auditorium Roofing Project
land said principal under the law is required before commencing the work provided for in said contract to execute a bond in the
amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at
length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully
perform the work in accordance with the plans, specifications and contract documents, 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 Section 2253.021(a) of the Texas
Government Code, and alI liabilities on this bond small 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 (s) and Surety (s) have signed and sealed this instrument this 2ndday of
August ,1996
Fidelity ,& Guaranty nsurance Underwriters, Inc. Port Enterprises,.Inc.
Surety Principal
itle)
(Title) Doug as Vrazel, Attorney -in -Fact (T
Rocky Barnett, President
company represents that it is duly qualified to do business in Texas, and hereby designates
The undersigned surety to whom any requisite notices may be delivered and on whom service of
Tim Simpson an agent resident in Lubbock County
process maybe had in matters arising out of such suretyship.
Fidelity &Guaranty Insurance
Surety Underw Inc
*By:(Title)
Approved as to Form
citLbk a
1
4
tt0lney
* Note: If signed by an officer othe Surety Company, there must be on file a certified extract from the by-laws showing that this
fperson has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files -
ar ,
42836
Rd ft and Guaranty Insaraace UnderMters. Inc.
Power of AtmmeY
No, 344 -
Know aq men by dnesa 0 That FideDq sad 6wraatti lo:waan tJodettrrisers. 4r:.. a caporation orpacwzed and axwttinp oder the NiMa d the State d
Wi=Min rd having its principal office arta City d bitimore, into State Of Mwowd. does hwdN c=km wd swim Douglas Vrazel, Jim R.
Poe, Ron Dickson and John F. Brimberry .
dthecayof Victoria Stated Texas ksunwAWAtAttamey(44acr.uchinttskupamoapackyifmomtmemis
remed above. w sipn ifs name as vasty to• and to =on. seal ennd adanoWedge any and all bards, uderokigs, eorroacts and ottrerwritten irwww ru into rams d wed
an be1aB d the Compwry in its brainress d puaratrteeirg to fdality d persarnz gu><artai,g the pwtaranwnca d eorrtraetx and aurea><irg arpuamoeeig bads aM
andenmkkW Neirind ar permitted Inany amore are v dirge a9mid by law
h WM= Whereat, the said fiddiq asd Qwawy brans Uadarw t m tae. has catad this ' m tsrrart to be sealed with its eapwaft nW. duy stressed
byte sipm Mofk3Yee ftndentandAnfntsetrarary.this 1st dayd October ,Ao.t994 .
fiddiq ad Gummy a Uade dtera. tae:
.. .......
_ 1951 By ....
,..........raPNtdwt
. t
r
�'� � AssizyrtSecrttary. ....
Slab dlgafflad 1
Dnthw let day Of
` October ;' . AA 94 .befasatapea�meJ"Atims, raPnsidentdfideGgaodeaanaq
bung a Uaderw ftm, lac, and ihmm J. SUpmkl of aid s%aboth Of whom tam If acquaited. who being Wow umly duly
repro said, that they, the said Jot A. Wes wd7hmw "^Yr""" VAN the Prasidert and the d the said Rdeliq sad 6waaq
6s.raaea Uaderwribra.lae, ttre corporation std which aDrp Power d they oath knewrta seal d said eaporitiarC tatla
sal affored to said Powa d Attorney was sal that it by oder d the d sad capontion. and stat they signed tai renes
thereto by Re ardor as Vice PNsida t and Wary.Bch
My Commssran @*" the 11th &yin
i , 4 1 � � r ,. ,res ��'� ` •� � :
� • .. '' � '� � � "v, � �� , s Notary Publx •
The Power d Attorney is granted oder and ori t a tOgawug Resdutiau adopted by the Board d Drectars d the Fidaliq of 6waery lesarasa '
Uadmwrraers, lea an Septanber 24.11992
° Raaalrad.ttet h tmtrnection witt►ta f ideiky atd:urery inwanres busurets d the Company. eq bads, tadsrtatirgs, ar�¢acN and other instrnanetnts nlionp to
said bmiross may be signed, sacuted tmd adrrnowkdged by persons or antties appoited es Attamey(s}iFFett puvont to a Power d Attorney issued in auondatea with
these raokaiorts. Said Powetitl of Attarns)r for end an beaq of
flta cwvia y nay and shag be "CLL d in the name and on bahal it the Ca WN. sear by the c air=L Or :
the Ptaidens. Oran 6uutiw Vim lkas &m ora Sw Vice Pra*km a a VaN hasident or m Anistmt Vice Prasidem jolty with the Secretary or an Assimm Smawy.
iadertair respective detiprotian. The eigretra. of nsh orceR stay w apravd printed a rdnognapaa The aignitrw of each of the fot.pairg officers wd the mel d the ;
Company may be affoadby UciWe to my Pawn of Attaneti ano any eertifieatenlaft to= appoir ft Attmn*3 *Mfa purposes any d azes ft it ad attesting
.. bads std udertakinp and cdw vA tines abip" lith naow tend. and. unless wbsegoenty revoked end sabjeato pry timitatuontt istfom therein, any adn Power Of
d .:' Attarttsy or certificate baarinp wch facsimile ai�auas orfaairmie sal sing a irafd and birrd'rrrp uponta Companyand ay sudn power so executed and ceKdiad by vdr
facsimris siprtanaa and t =k& sal shall be vaid and biding upon the Cwvw with mpeato arty bond ar urdn uWq to which it is raidy attached
Ru*1kw& liar AtDort qA i f=strop hairs the powerarid authority. fatless vAsequ«th rwoked and ii arty case. subjeKtto the tents and 6maatians of the
Power d Attorney w ww to tam. io ancinte and &Wvr an behaf d tha Cm*W and to attach the sal d the company io wry sed d bards and u imukirps, and other
wrttigs abromary in to news tend. and any vsh imtmum axewted by ads Atoonney(sHrn•Factstel be as bkft upon to Cargaty as i signed by an hcawn Miieer
aid sated and attested m W to Secretary d to Compwy
• lThares J• Fit veil i. sni Assist' Smowy d the iiddiq sed Gummy Iwraaee Undenwftm Ise., do hereby cwfrty that the forep kv an tM ex
' frau the Rasdtifim of to said Company as adopted by its Board of Dinacts on Sagambw 24.1992 and that tale Rasdaiae ars in itll face and dha
t , l to udetsip W Assistant Sea mryd to Fidelity and Gummy Irserawo Uaderwwt m Mo• do hereby artily that the faegortg Power of Attorney is in full
tart 0 and dfea std hit eat bean 4mita
1nTesd=ny �1hmd.1 have hsurmo set ay hind wd to sa sad 6Yiaeq itadMwriteNr be. on m 2ND _ x
diy d
AUGUST
Y
...... -.
„ ,s r" ti` �♦ ............ ...
�" � 1951. atsrsnrtseaemty
FS 61
CERTIFICATE OF INSURANCE
7-
r
r-
�; TO. CITY OF LUBBOCK
P.O. BOX 2000
r LUBBOCK, TX 79457
CERTIFICA'T'E OF INSURANCE
DATIC! 07/31/96
TYPE OF PROJECT:
Reroofing
T1113 15 TO CEK'I'IFY THAT _ Port Enterprises. ',Inc. (Name and Address of Insured) is, at the date
of this certificate, insured by this Company with respect to the business operations hereinafter desen'bed, for the typed of insurance
and in accordance with the provisions of the standard policies•used by this company, the further hereinafter described. Exceptions to
standard policy noted hereon. P.O. Box 1299
Menchaca, TA 786.52
TYPE OF INSURANCE POWCY N
Frhe above policies either in the body thereof or b apppropriate indorscmentprovide that they !naynot be changed or canocIed by the
insurer in less than the legal time required after the insured has. received written notice of such change or cancellation, or in case
there is no legal requirement, in lessihan five days in advance of cancellation.
FFIVE COPIES OF THE CERi'IFICATE OF INSURANCE FEDERATED MUTUAL INSURANCE COMPANY
BUST BE SENT TO THE CITY OF LUBBOCK. "tpe of Insurer3
('�
1lMBER
it'E
F.FFELTIYE
1,iM1TS
AtB
DATE
GFNFR�LLL4BIL!f}'
.
OmmmvistUencmttdablllry
lamentAWaaata 5 1.000.000
Clain Made
tkxvrre
1080150
5-1-96
5-1-97
.�.�
ptoduds-Comp/Or AGO S_ i �• U U U
Favoad&Aev.lnjwy s 5w.7H s
wn
d Oer'/ k Contractors ptateedw
Eub 0=nrenoe s_ '—5.0�`tTO�
,O
Fns Damage (Any torteFlee) t__,_'_ �'R
�-
Med � (Any oac prion) S
0TIYELUBJZJ7Y
9 Any Aero
Combined Sines timet s 500.000
Ob Ali Owned Auto*
1080151
5- I-96
5-1-97
"ily Wury (Per person) s_
D Scheduled Autos
Bodily ury(FerAodderri) s
6 Hired Autos
properly Damage
If Non-04tted Autos
G�4RrtGELL1611J7Y
a Any Auto
Auto Only • Each hocidad S ._.... �..
—'-
Othor than Auto Oaty:
Each Anddont i
AggrogRtO
aur S Pisr .�
] IOM: orthe Total Contract Rice
�. .
J 1AWAIJATIONFIDATMt
thnb.etla Ya+n
'
00 000b
�� too t _.E=
1080152
5-1-96
5-1-97
U
S-�_.- '
D Other Thu Umbrella Form
i
-
.`�lnrtwtscotirFr•Xsrtrit�N�tNr�'. _....
..._
!�lP.wtFJts • t.Lltirurr
71ie rmpdoor/ D Included
i
btaiutotx t.lmits
PulrtersSxewtive 0 Excluded
Each Abbident s
,5moert VC:
Wwaso talky Urrdh S
Dlaesso-Each Employee
FUER
Frhe above policies either in the body thereof or b apppropriate indorscmentprovide that they !naynot be changed or canocIed by the
insurer in less than the legal time required after the insured has. received written notice of such change or cancellation, or in case
there is no legal requirement, in lessihan five days in advance of cancellation.
FFIVE COPIES OF THE CERi'IFICATE OF INSURANCE FEDERATED MUTUAL INSURANCE COMPANY
BUST BE SENT TO THE CITY OF LUBBOCK. "tpe of Insurer3
('�
0
CERTIFICATE OF INSURANCE
r
TO: CITY OF LUBBOCK
P.O. BOX 2000
LUBBOCK, TX 79457
DATE: 7/25/96
TYPE OF PROJECT:
�,�,THIiS IS TO CERTIFY THAT Port Enterprises, Inc. (Name and Address of Insured) is, at the date
I of this certificate, insured by this Company with respect to the business operations hereinafter descn'bed, for the typed of insurance
'and in accordance with the provisions of the standard policies used by this company, the fiuther hereinafter descnbed. Exceptions to
standard policy noted hereon.
TYPE OF INSURANCE POLICY NUMBER MECTIVET EFFECTIVE LIMITS
DATE I DATE
GENERAL LIAB11.1TY
General Aggregate
S
❑ Cormneroial General Liability
produtcts.CorrtplOp AGO
S
❑ Claims Made
Personal do Adv. Injury
S
0 Occurrence
Each Occurrence
S
0 Owner's & Contractors Protective
Fere Damage (Any one Fire)
$
rw0
Med Exp (Any one Person)
S
AU70MOTIVELGt Mny
Combined Single Limit
S __
0 Any Auto
z Bodily Injury (Per Pam)
S
0 All Owned Autos
Bodily injury (Per Accident)
S
0 scheduled Autos
Property Damage
S
0 Hired Autos
❑ Non -Owned Autos
GARAGE LIABI IT
Auto Only - Each Accident
S
❑ Any Auto
Other than Auto Only:
0
Each Accident
S
Aggregate
S
0 BUILDERSRISK
Total Contract Price
PEI
S
S
0 1000/9 of the
❑ DWALLA77ONFLOATER
ExCESS LGIBILJTY
Each Occurrence
S
1 0 Umbrella Form
k
Aggregate
S
S
❑ Other Than Umbrella Form
WORKERS COMPENSATION AND
2WL0YERS'LI48111TY
The Proprietor/ xc IncludedF1371
F5/29/96 5 / 29 / 97 Accident
PutnerVExecutive 0 Excluded
Disease Policy Limit
S
Officers are:
Disease -Each Employee
S
r OTHER
I
The above policies either in the body thereof or by appropriatehasreceived tter notix of such change or y not be mall ed tiocanceled
°cein � �e
insurer in less than the legal time requured after the,
there is no legal requirement, in less than five days in advance of cancellation.
r TEXAS' SEDERS U ECO ANY
FIVE COPIES OF THE CERTIFICATE OF INSURANCE am r
MUST BE SENT TO THE CITY OF LUBBOCIL
By:
Title: A ent
a
DATE (MMIDD/YY)
06/10/96
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFOHMAIlun
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
COMPANY
ATEXAS BUILDERS INSURANCE CO
COMPANY
B
COMPANY
C
COMPANY
D
COVEFIAGES: ...... ..
:.:.. .
THIS IS TO CERTIFY THAT THE POLICES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
E1(CLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
TR pOUCYNUMBER POUOYEFFECTIVE UCYEXPIRATION LIMITS
TYPE OF INSURANCE DATE (MM/DOrM DATE(MM/DD/I'Y)
nPNERALAGGREGATE IS
GENERAL LIABILITY
OMMERCIAL GENERAL LIABIL
CLAIMS MADE ❑ OCC
OWNER'S & CONTRACTOR'S PF
AUTOMOBILE LIABILITY
ANYAUTO
�r ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
' NON-OWNEDAUTOS
GARAGE LIABILITY
ANY AUTO
EXCESS LIABILITY
UMBRELLA FORM
OTHER THAN UMBRELLA FORM
;A WORKERS COMPENSATION AND WC1.371.
EMPLOYERS' LIABILITY
THE PROPRIETOR/ INCL
PARTNERS/EXECUTIVE
OFFICERS ARE: EXCL
I OTHER I
Q
05/29/96105/29/97
INJURY IS
FIRE DAMAGE (Any one firs S
ME D EXP (Any one person) S
COMBINED SINGLE LIMIT $
BODILY INJURY $
(Per person)
BODILY INJURY =
(Per accident)
PROPERTY DAMAGE is
ACCT
Y:
DESCRIPTION OF OPERATFONSILOCATIONS/VEHICL-ES/SPECIAL ITEMS
Certificate Holder is granted a Waiver of Subrogation in their favor on
Workers Comp policy.
A=
At OR 25-S (3193)] of 1 #Sl'9`00 !M'9
1 1 1 1 1 1
1 1 1 1 1 1
1 1 1 1 1 1
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL
>„Q_ DAYS WRITTEN" TO THE CERTIFICATE HOLDE LEFT.
T.
BUT FAILURE TO MAI UCHIFMCE SHALL IMPOSE NO COYATION OR LIJBILITY
AUTHORIZED
08•/12/96 10:24 $507 455 7828 FEDERATED CETNTRL (6002/005
- CERTIFIC,. OF INSURANCE .
TI): CITY OF LXJ13HUC:K DATE! REVI sED 8-5-96
P.O. BOX 2040 TYPE OF PROJECT:
r LUBROCIC. TX 79457 Rar4nf�n8
TKIS IS T0 CERTIFY THAT _Port: Enterprises, 'Inc (dame and Address of Insured) Is, at the date
9 sIds certificate, ittstsred by this Compuy with respect to the•:bt�essln operations he;;lnafler described, for the typed of insurance
a I in Sccotdancc with the provisions of the =ndasd poIlcics used by this company, the further herei=acr described. Exceptlors to
;i Ward policy nota! hereon. P.O. Box 1259
MartchBCa, IX 7i36;5Z • '
TYPJ: OF 1116t1RANCE
1111
FoucY NuMEBR
EYY=rn
FYFEC nVE
LlmrrB
-
ATE
DATE
;VE ULLUB1U7Y
ONIV2XT410 Ciencrat liability
'ClairmMack
1080150
5-1-96
5-1-97
Oftu al AW*gx!a S1,000,000
11
$ '>murrenoe
ProdadsrGatnr,/OrAC',CI C;i''UUU UUU
Injeuy S 5r'rOrL autr
Persoeal h AJV _ —7
I Ow& 's A Conlrictc" Prot c{ivc
sr#t Oaurrenco S
I
,u,�,c
Firs nage (Azy om Fire)
-N0N' " —
Mod E# (Arty 0= Person) s
500, 000
l Morlvrus►Lrn� '.
Arty Auto
Combined Single Limit
1 All Owned Autaa
i Scae4juled wine
10$0151
5-1-96
5-1-97
Bodily Injury (Per Person) S
BoallyBury(Pc'Ax's") S
( hired Aulos
Propnty Damage
`Non-)%+vead Autoa
WRAGELWIJU Y
,
I Any Au%o
Auto Only - Eaoh A=ldeat
Wee e W Auto Only;
4
Aaeh Abcidem 5
ASg'°nate S—•------�-
T' 9 uiLDER s Misr
100%or'be meal CamsCt Mea
€
t�a7xr�a rtux n CA rrR
,..__.
s. ....... _
"'.SSL-Aii1d.J:7 -___.
5,000,000
lJirs�cll:Yuen
S
5.000.007
00w Thin Unbrella Forren
s-------------
�KEAS COMPENSAV OR ANl1,
:e:. .GT.liS-i.LEF1L177
?ie I';p}�cfecotr a Included
i
S4ruloty L'rtia
CI Excluder!
ux'ative
e,x
AlsaaSa Policy IJml-
Discwo-Zacn Empicrym 1
�q
RS " CarRACTCRS
1081599
7-31-96
7-31-97
LIMIT $ 2,000,000
1RuiECTI4E PCL.ICY
;
?-E CITY CF 11 BfiCGC IS LISTED
AMI T IC1V� IrZL,®
FCit
- LIABILITY
P1JI'CKSILE
t;above policies either to Erie body thereof or by appropriate endorsement provtdc that they may n$ be eharrgea or canccied by clic
.tsunr in less than the legal time required aster the Insured has.reeeived written notice of such change or Car=li:tion, or in case
titre is no ic&RI requircmcnt, in kss titan live oars In advance of ca=11211013.
1 E COPIES OF''rXF, CERZTFICA• Z:OF INSURANCE PCDEfInsur MUTUAL INSURANCE COP'iPA,NY
�t`v'ST BE SENT TO TYPE CITY OF LUBBOCKamre of
s�u�rcr
08!12/96 10:25 -0507 455 7828 FEDERATED CENTRL 0 003!005
THIS ENDORSEMENT CHANGES THE pQ'L1CY, PLEASE READ IT CAREFULLY.
WAIVER OF TRANSFER OF RIGHTS OF RECOVERY
This endorsement modifies insurance provided under the following:
�• t X COMMERCIAL GENERAL LIABILI'T'Y COVERAGE PART
In the event of any payment under this Commercial General Liability Coverage Part, the company agrees to waive
its rights under the TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US condition against:
CITY OF LUBBOCK
PO BOX 2000
LUBBOCK TX 79457
its subsidiaries, directors, agents or employees, except when the payment results from the sale
negligence of: CITY OF LUBBOCK
PO BOX 2000
LUBBOCK TX 79457
L
., its subsidiaries, agents or employees.
l
INSURED: PORT ENTERPRISES INC
1 p0 BOX 1299
1 MANCHACA TX 78652
POLICY #1080150
455 7828 FEDERATED CENITRL _ � 001/ 005
ON DE
08/12 10.•5 507 2 � �
CST : 405
� .____ � • ..�rAL pACISA�GE p01�ICY
^� Policy No. 1081599
FEDERATED MUTUAL rr Account No. 219-208-6
MUTUAL COMPANY INSURANCE COMPANY f'
HOME OFFICE : OWATONNA
PARTICIPATING
MINNESOTA 55060 1 S R EAAMC
NONASSESSABLE POLICY PHONE: 507-455.5200 0 Canc. ❑ Term.
Date
NAMED INSURED AND MAILING ADDRESS I.Code
CITY OF LUBBOCK [a Flat
PO BOX 2000 Cj Short Pate
LUSSOCK TX 79457 Pro Rata
Rat, Prem,
RISK ADDRESS (if different than above)
POLICY PERIOD: from 07/31/96 to 07/31/97 12:01 A.M, Standard time at the designated business premises.
BUSINESS OPERATIONS:
OPERATES AS: A CORPORATION
IN RETURN FOR THE PAYMENT OF THE PREMIUM, AND SUBJECT TO ALL TERMS OF THE POLICY, WE
AGREE WITH YOU TO PROVIDE THE INSURANCE AS STATED IN THE POLICY.
THIS POLICY CONSISTS OF ONLY THOSE COVERAGE PARTS SHOWN BELOW. THE PREWUM MAY BE
SUBJECT TO ADJUSTMENT,
OWNERS AND CONTRACTORS COVERAGE PART
08;12/96 10:26 '8507 455 7828 FEDERATED CENTRL 2005/005ti
a
Policy No. 1081599
DECLARATIONS
OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART
r '
Limit
LIMITS OF INSURANCE
AGGREGATE Limit $ ' nnn _ n w
EACH OCCURRENCE Limit $ 2. 000. nW
DESIGNATED CONTRACTOR: PCW ENr IWSIM AUC
Contractor's Mailing Address: PO B= 1299
MA»CA TX 78652
LOCATION OF COVERED OPERATIONS: CITY OF iUBBOC7,
Pa B= 2000
LUES= TK 79457
PREMIUM DETERMINATION
Classification:
Code No.: _ 16291
Premium Base (Cost): S5810
Rate per $1000 of cost:
Advance premium: $
ENDORSEMENTS APPLICABLE:
XEXKM
OG 0009 (OR) (2-90)
CG 0009 (10-93)
CG 2824 (11-85)
OG 2855 (3-93)
i RM
CITY OF LUBBOCK
INSURANCE REQUIREMENT AFFIDAVIT
To Be Completed by Appropriate Insurance Agent/Broker
Prior to Award of Contract
I, the undersigned Agent/Broker, certify that the insurance requirements contained in this bid document have been reviewed
by me with the below identified Contractor. If the below identified Contractor is awarded this contract by the City of
Lubbock, I will be able to, within ten (10) days after being notified of such award by contractor, furnish a valid insurance
certificate to the City meeting all of the requirements defined in this bid/proposal.
Agent (Signature)
Name of Agent/Broker:
Address of Agent/Broker:
City/State/Zip:
Agent/Broker Telephone #: ( )
Date:
Agent (Print)
CONTRACTOR'S NAME:
(Print or Type )
CONTRACTOR'S ADDRESS:
NOTE TO AGENTBROKER
If this time requirement is not met, the City has the right to reject this bid/proposal and award the contract to
another contractor. If you have any questions concerning these requirements, please contact the Purchasing
Manager for the City of Lubbock at (806)767-2165.
BID #13549 - AUDITORIUM/COLISEUM ROOFING PROJECT
CONTRACTOR CHECKLIST
A CONTRACTOR SHALL:
(1) provide coverage for its employees providing services on a project, for the duration of the project based on proper
reporting of classification codes and payroll amounts and filling of any coverage agreements;
(2) provide a certificate of overage showing workers' compensation coverage to the governmental entity prior to
beginning work on the project;
�. (3) provide the governmental entity, prior to the end of the overage period, a new certificate of coverage showing
extension of overage, if the overage period shown on the contractor's current certificate of overage ends during
the duration of the project;
' (4) obtain from each person providing services on a project, and provide to the governmental entity:
i
(A) a certificate of overage, prior to that person beginning work on the project, so the governmental entity
will have on file certificates of overage showing overage for all persons providing services on the
project; and
(B) no later than seven days after receipt by the contractor, a new certificate of overage showing extension of
overage, if the coverage period shown on the current certificate of overage ends during the duration of
the project;
(5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter,
(6) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor
knew or should have known, of any change that materially affects the provision of coverage of any person
providing services on the project,
(7) post a notice on each project site informing all persons providing services on the project that they are required to be
covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice
does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be
printed in at least 19 point normal type, and shall be in both English and Spanish and any other language common
to the worker population. The text for the notices shall be the following text provided by the commission on the
sample notice, without any additional words or changes:
i
REQUIRED WORKERS' COMPENSATION COVERAGE
'"The law requires that each person working on this site or providing services related to this construction project must (see reverse) be
covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or
providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an
employee."
"Call the Texas Workers' Compensation Commission at 512/440- 3789 to receive information on the legal requirement for
1 coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to
provide coverage." and
(8) contractually require each person with whom it contracts to provide services on a project, to:
(A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any
coverage agreements for all of its employees providing services on the project, for the duration of the
project;
(B) provide a certificate of coverage to the contractor prior to that person beginning work on the project,
(C) include in all contracts to provide services on the project the language in subsection (e) (3) of this rule;
(D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing
extension of coverage, if the coverage period shown on the current certificate of coverage ends during the
duration of the project;
(E) obtain from each other person with whom it contracts, and provide to the contractor:
(i) a certificate of coverage, prior to the other person beginning work on the project; and
(ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the
r` coverage period, if the coverage period shown on the current certificate of coverage ends during the
duration of the project;
r (� 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 10 days after the
person knew or should have known, of any change that materially affects the provision of coverage of any
person providing services on the project; and
(H) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) -
(H), with the certificate of coverage to be provided to the person for whom they are providing services. 0
7
CONTRACT RACT
roll
i
7,
CONTRACT
STATE OF TEXAS
COUNTY OF LUBBOCK
THIS AGREEMENT, made and entered into this 25th day of July, 1996, by and between the City of Lubbock, County of
Lubbock, State of Texas, acting by and through David R Langston, Mayor, thereunto authorized to do so, hereinafter referred to as
OWNER, and PORT ENTERPRISES, INC. of the City of Manchaca, County of Travis, and the State of Teaas, 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 # 13549 - AUDITORIUM ROOFING PROJECT - $174,350.00
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. '111- ��
APPROVED•FORM:
i
eiVttorney
ATTEST:
Corporate Secretary A -
CONTRACTOR
PORT ENTERPRISES, INC.
PRINTED NAME: �. -f
TITLE:SI DFS T
COMPLETE ADDRESS:
Port Enterprises, Inc.
P.O. Box 1299
_ _ Manchaca, Texas 78652-1299
GENERAL COMMONS OF THE AGREEMENT
GENERAL CONDITIONS OF THE AGREEMENT
F1. OWNER
Whenever the word Owner, or the expression Party of the First Part, or First Parry, are used in this contract, it shall be
understood as referring to the City of Lubbock, Texas.
2. CONTRACTOR
Whenever the word Contractor, or the expression Parry of the Second Part, or Second Party, is used, it shall be understood
r" to mean the person, persons, co partnership or corporation, to -wit: PORT ENTERPRISES, INC., who has agreed to
perform the work embraced in this contract, or to his or their legal representative.
3. OWNER'S REPRESENTATIVE
Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to,
City of Lubbock, under whose supervision these contract documents, including plans and specifications, were prepared, and
r.. GARY SMITH, FACILITIES MANAGER, who will inspect constructions; or to such other representative, supervisor, or
inspector as may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisor or
inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the
Contractor or men acting in behalf of the Contractor.
4. CONTRACT DOCUMENTS
The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Bid, Signed Agreement,
Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any),
Specifications, Plans, Insurance Certificate, and all'other documents made available to Bidder for his inspection in
accordance with the Notice to Bidders.
5. INTERPRETATION OF PHRASES
Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of
like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of
the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like
import shall mean approved by or acceptable or satisfactory to the Owner's Representative.
6. SUBCONTRACTOR
The 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 him who gives the notice.
8. WORK
Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools,
superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the
execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be
new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory
evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known,
technical or trade meaning shall be held to refer such recognized standards.
All work shall be done and all materials furnished in strict conformity with the contract documents.
9. 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 with one copies of all Plans, Profiles and Specifications without expense to him and he
shall keep one copy of same consistently accessible on the job site.
12. RIGHT OF ENTRY
The Owner's Representative may make periodic visits to the site to observe the progress of quality of the executed work and
to determine, in general, if the work is proceeding in accordance with the contract documents. He will not be required to
make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will he be responsible for
the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. His
efforts will be directed towards providing assurances for the Owner that the completed project will conform to the
requirements of the contract documents, but he will not be responsible for the Contractor's failure to perform the work in
accordance with the Contract Documents. On the basis of his onsite observations, he will keep the Owner informed of the
progress of the work and will endeavor to guard the Owner against defects and deficiencies in the work of the Contractor.
13. LINES AND GRADES
All lines and grades shall be furnished by the Owner's Representative whenever necessaryfor the commencement of the
work contemplated by these contract documents or the completion of the work contemplated by these contract documents.
Whenever necessary, Contractor shall suspend his work in order to permit 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 him, his Subcontractors, or his employees, such stakes, marks, etc., shall be replaced by the Owner's
Representative at Contractor's expense.
n
5
14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY
1^" Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative
shall review all work included herein. He has the authority to stop the work whenever such stoppage may be necessary to
insure the proper execution of the contract In order to permit delays and disputes and to discourage litigation, it is further
agreed that the Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work
which are to be paid for under this contract He shall determine all questions in relation to said work and the construction
thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of
said Contractor. The Owner's Representatives' estimates and findings shall be conditions precedent to the right to any
action on the contract, and to any rights of the Contractor to receive any money under this contract.
r., The Owner's Representative shall, within a reasonable time, render and deliver to both the Owner and the Contractor a
written decision on all claims of the parties hereto and on all questions which may arise relative to the execution of the work
or the interpretation of the contract, specifications and plans.
SUPERINTENDENCE AND INSPECTION
It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time
such subordinate engineers, supervisors, or inspectors as the said owner's Representative may deem proper to inspect the
materials furnished and the work done under this Agreement, and to see that said material is famished and said work is
done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance
required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The
Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so
appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying
plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer,
supervisor or inspector, the Contractor may within six (6) days make written appeal to the Owner's Representative for his
decision.
16. CONTRACTOR'S DUTY AND SUPERINTENDENCE
The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the
work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's
Representative. The superintendent shall represent the Contractor in his absence and all directions given to him shall be
binding as if given to the Contractor. Adequate supervision by competent and reasonable representatives of the Contractor
is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations
of the Contractor.
The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all
risk in connection therewith shall be borne by the Contractor.
The Owner or Owner's Representatives will not be responsible for the acts or omissions of the Contractor, or any
subcontractors, or any of his agents or employees, or any other persons performing any of the work.
i 17. CONTRACTOR'S UNDERSTANDING
It is understood and agreed that the Contractor has, by careful examination, satisfied himself as to the nature and location of
Y 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 effect the work under this contract. No verbal agreement or conversation with any
officer, agent, or employee of the Owner, either before or after the execution of this contract, shall effect or modify any of
a the terms or obligations herein contained.
I
7
18. CHARACTER OF WORKMEN
The Contractor agrees to employ only orderly and competent men, skillful in the performance in the type of work required
under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform him in writing that
any man or men on the work, are, in his opinion, incompetent, unfaithful, or disorderly, such man or men shall be
discharged from the work and shall not again be employed on the work without the Owner's Representative's written
consent.
19. CONSTRUCTION PLANT
The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and
completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also
understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials,
tools, equipment or machinery or any part of the work until it is finally completed and accepted.
The building of structures for the housing of men or equipment will be permitted only at such places as the Owner's
Representative shall direct, and the sanitary conditions of the grounds in or about such structure shall at all times be
maintained in a manner satisfactory to the Owner's Representative.
20. SANITATION
Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be
constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's
Representative and their use shall be strictly enforced.
21. OBSERVATION AND TESTING
The Owner or Owner's Representative shall have the right at all reasonable times to observe and test the work. Contractor
shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location
wherever work is in preparation or progress. Contractor shall ascertain the scope of any observation which may be
contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work will be
ready for such observation. Owner or Owner's Representative may reject any work found to be defective or not in
accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such
errors and regardless of whether Owner's Observer has previously accepted the work through oversight or otherwise. If any
work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's
Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being
fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make
observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require
Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons
competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such
tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other
applicable organization as may be required by law or the contract documents.
If any work which is required to be inspected, tested, or approved is covered up without written approval or consent of the
Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for
observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by
the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests,
inspections or approval, and any work which meets the requirements of any such tests or approval but does not meet the
requirements of the contract documents shall be considered defective. Such defective work shall be corrected at the
Contractor's expense.
r
Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's
Representative, or other persons authorized under this agreement to make such inspections, tests, or approvals shall relieve
the Contractor from his obligation to perform the work in accordance with the requirements of the contract documents.
22. DEFECTS AND THEIR REMEDIES
It is further agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or
selected for the same, shall be deemed by the Owner or Owners' Representative as unsuitable or not in conformity with
plans, specification and contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's
Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full
accordance with this contract. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at
Contractor's expense.
23. CHANGES AND ALTERATIONS
The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line,
i 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 according to the quantity
actually done and at the unit price established for such work under this contract; otherwise such additional work shall be
paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any
work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for
any material' or labor so used, and for any actual loss occasioned by such change, due to actual expenses incurred in
preparation for the work as originally planned.
24. EXTRA WORK
The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the
Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work
as shown on the plans and specifications or contract documents and not covered by Contractot's bid, except as provided
under Changes and Alterations herein.
It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative when
presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor
to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to
the Contractor for performing said extra work shall be determined by the following methods:
Method (A) - By agreed unit prices; or
Method (B) - By agreed lump sum; or
Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then
the Contractor shall be paid the actual field cost of the work, plus fifteen (15%) percent.
In the event said extra work be performed and paid for under Method (C), then the provisions of this paragraph shall apply
and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen, timekeepers, mechanics
and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used
�,.., on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on
account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property
Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the
Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of
r the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The
r
r
Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type
and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless
otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100"/o, unless
otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General
Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be
incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall
cover and compensate him for his profit, overhead, general superintendence and field office expense, and all other elements
of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or
Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same
shall be included in the "actual field cost."
No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any
orders or instructions appear to the Contractor to involve extra work for which he should receive compensation or an
adjustment in the construction time, he shall make written request to the Owner's Representative for a written order
authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to
the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the
work after making written request for written order and shall keep adequate and accurate account of the actual field cost
thereof, as provided under Method (C). The Contractor will thereby preserve the right to submit the matter of payment to
arbitration as herein below provided.
25. DISCREPANCIES AND OMISSIONS
It is further agreed that it is the intent of this contract that all work described in the bid, the specifications, plans and other
contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances
necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's
Representative. If the Contractor finds any discrepancies or omissions in these plans, specifications, or contract documents,
he should notify the Owners' Representative and obtain a clarification before the bids are received, and if no such request is
received by the Owner's Representative prior to the opening of bids, then it -shall be considered that the Contractor fully
understands the work to be included and has provided sufficient sums in his bid to complete the work in accordance with
these plans and specifications. It is further understood that any request for clarification must be submitted no later than five
days prior to the opening of bids.
26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT
If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work
with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in
writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order.
If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor
shall, if so ordered in writing, increase his force or equipment, or both, to such an extent as to give reasonable assurance of
compliance with the schedule of progress.
27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC
The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance
company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation
laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and
others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building
and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the
"Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible
with federal, state or municipal laws or regulations. The Contractor, his sureties and insurance carriers shall defend,
indemnify and save harmless the Owner and all of its officers, agents and employees from all suits, actions, or claims of any
character whatsoever, brought for or on account of any injuries or damages received or sustained by any person or persons
or property, on account of any negligent act or fault of the Contractor or any subcontractor, their agents or employees, in the
execution and supervision of said contract, and the project which is the subject matter of this contract, on account of the
�•• failure of Contractor or any subcontractor to provide necessary barricades, warning lights, or signs and will be required to
i pay any judgment with costs which may be obtained against the Owner or any of its officers, agents, or employees including
` attorney's fees.
The safety precautions taken shall be the sole responsibility of the Contractor, in his sole discretion as an Independent
tContractor, inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the
Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the
�! Contractor of his duty and shall not be construed as any assumption of duty to supervise safety precautions by either the
Contractor or any of his subcontractors.
,. 28. CONTRACTOR'S INSURANCE
The Contractor shall not commence work under this contract until he has obtained all insurance as required
to 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 insurance certificates famished shall name the City as an additional insured and shall further state that all
subcontractors are named as additional insureds, or in the alternative, shall be accompanied by a statement from the
Contractor to the effect that no work on this particular project shall be subcontracted.
The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as
hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried
with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection
with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering
the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to
contract execution.
A. Comprehensive General Liability Insurance
The contractor shall have Comprehensive General Liability Insurance with limits of $2.000.000 Combined Single
Limit in the aggregate and per occurrence to include:
Premises and Operations
Explosion & Collapse Hazard
Underground Damage Hazard
Products & Completed Operations Hazard
Contractual Liability
Independent Contractors Coverage
Personal Injury (with exclusion "c" waived)
B. Owner's Protective or Contingent Public Liability Insurance and Property Damage Liability Insurance.
For bodily injuries, including accidental death and or property damage, $2,000.000 Combined Single Limit. This
policy shall be submitted prior to contract execution.
i
C. Comprehensive Automobile Liability Insurance
The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than,
Bodily Injuryftope ty Damage,S 1.000.000 Combined Single Limit,
to include all owned and nonowned cars including: Employers Nonownership Liability Hired and Nonowned
Vehicles. The City is to be named as an additional insured on this policy for this specific job and copy of the
endorsement doing so is to be attached to the Certificate of Insurance.
D. Installation Floater Insurance
The Contractor shall obtain a Installation Floater policy in the amount of 100% of the total contract price (100% of
potential loss) naming the City of Lubbock as insured.
E. Umbrella Liability Insurance
The Contractor shall have Umbrella Liability Insurance in the amount of $ 1.000.000 on all contracts with coverage
to correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverages. --
F. Worker's Compensation and Employers Liability Insurance
Worker's Compensation Insurance covering all employees whether employed by the Contractor or any
Subcontractor on the job with Employers Liability of at least $1.000.000.
1. Definitions:
Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -
insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-
84), showing statutory workers' compensation insurance coverage for the person's or entity's employees
providing services on a project, for the duration of the project.
Duration of the project - includes the time from the beginning of the work on the project until the
contractor's/person's work on the project has been completed and accepted by the governmental entity.
Persons providing services on the project ("subcontractor" in 0406.096) - 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, basad 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. H 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 overage period, file a new certificate of coverage
with the governmental entity showing that overage has been extended
S. The contractor shall obtain from each person providing services on the project, and provide to the
4
governmental entity:
(a) a certificate of coverage, prior to that person beginning work on the project, so the governmental
�'-
entity will have on file certificates of coverage showing coverage for all persons providing
services on the project; and
(b) no later than seven days after receipt by the contractor, a new certificate of overage showing
�,.
}
extension of coverage, if the coverage period shown on the current certificate of coverage ends
during the duration of the project.
6 The contractor shall retain all required certificates of coverage for the duration of the project and for one
ffi :
year thereafter.
7. The contractor shall notify the governmental entity in writing by certified mail or personal delivery,
within 10 days after the contractor knew or should have known, of any change that materially affects the
provision of coverage of arty person providing services on the project.
r
8. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the
C
Texas Workers' Compensation Commission, informing all persons providing services on the project that
they are required to be covered, and stating how a person may verify coverage and report lack of coverage.
9. The contractor shall contractually require each person with whom it contracts to provide services on the
project, to:
(a) provide coverage, based on proper reporting of classification odes and payroll amounts and
filing of any overage agreements, which meets the statutory requirements of Texas Labor Code,
Section 401.011(44) for all of its employees providing services on the project, for the duration of
#
the project,
(b) provide to the contractor, prior to that person beginning work on the project, a certificate of
Odd
coverage showing that coverage is being provided for all employees of the person providing
e
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 overage
showing extension of overage, if the coverage period shown on the current certificate of
l
coverage ends during the duration of the project;
(d) obtain from each other person with whom it contracts, and provide to the contractor:
r
(1) ' a certificate of coverage, prior to the other person beginning work on the project; and
(2) a new certificate of overage showing extension of coverage, prior to the end of the
coverage period, if the overage period shown on the current certificate of overage ends
during the duration of the project;
i
(e) retain all required certificates of coverage on file for the duration of the project and for one year
thereafter;
r"
i
9
(fj notify the governmental entity in writing by certified mail or personal delivery, within 10 days
after the person knew or should have known, of any change that materially affects the provision
of coverage of any person providing services on the project; and
(g) contractually require each person with whom it contracts to perform as required by paragraphs
(1) - (7), with the certificates of coverage to be provided to the person for whom they are
providing services.
10. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is
representing to the governmental entity that all employees of the contractor who will provide services on
the project will be covered by worker's compensation coverage for the duration of the project, that the
coverage will be based on proper reporting of classification codes and payroll amounts, and that all
coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured,
with the commission's Division of Self -Insurance Regulation. providing false or misleading information
may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil
actions.
11. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor
which entitles the governmental entity to declare the contract void if the contractor does not remedy the
breach within ten days after receipt of notice of breach from the governmental entity.
G. Proof of Coverage
Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for
approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of
compliance with the above insurance requirements, signed by an authorized representative of the insurance
company setting forth:
(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.
(S) A provision that the policy may be canceled only by mailing written notice to the named insured at the
address shown in the bid specifications.
(6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of
the policies shown on the certificate.
(7), The certificate or certificates shall be on the form (or identical copies thereof) contained in the job
specifications. No substitute of nor amendment thereto will be acceptable.
(8) If policy limits are paid, new policy must be secured for new coverage to complete project.
(9) A Contractor shall:
i
(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;
t,
(f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days
�^
after the contractor knew or should have known, of any change that materially affects the
provision of coverage of any person providing services on the project;
(g) post a notice on each project site informing all persons providing services on the project that they
r.,
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 langwige 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
r
t
construction project must be covered by workers' compensation insurance. This includes
t
persons providing, hauling, or delivering equipment and materials, or providing labor or
transportation or other service related to the project, regard !ess of the identity of their
!^
employer or status as an employe"
"Call the Texas Workers' Compensation Commission at 5121440-3789 to receive information
on the legal requirement for coverage, to verify whether your employer has provided the
required coverage, or to report an employer's failure to provide coverage." and
(h) contractually require each person with whom it contracts to provide services on a project, to:
4
(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
r.
project, for the duration of the project;
provide a certificate of coverage to the contractor prior to that person beginning work on
the project;
(iii) include in all contracts to provide services on the project the language in subsection (e)
(3) of this rule;
(iv) provide the contractor, prior to the end of the coverage period, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the current
certificate of coverage ends during the duration of the project;
(v) obtain from each other person with whom it contracts, and provide to the contractor:
(1) a certificate of coverage, prior to the other person beginning work on the
project; and
(2) prior to the end of the coverage period, a new certificate of coverage showing
extension of the coverage period, if the coverage period shown on the current
certificate of coverage ends during the duration of the project;
(vi) retain all required certificates of coverage on file for the duration of the project and for
one year thereafter,
(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 (A) - (H), with the certificate of coverage to be provided to the person for
whom they are providing services.
29. DISABLED EMPLOYEES
Contractors having more than 15 employees agree to comply with the Americans with Disabilities Act of 1990, and agree
not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to
job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and
other terms, conditions, and privileges of employment.
30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS, LABORERS, MATERIALMEN AND FURNISHERS OF
MACHINERY. EQUIPMENT AND SUPPLIES
The Contractor agrees that he will indemnify and save the Owner harmless from all claims growing out of any demands of
subcontractors, laborers, workmen, mechanics, materialmen and finnishers of machinery and parts thereof, equipment,
power tools, all suppliers, including commissary, incurred in the furtherance of the performance of this contract. When
Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated
have been paid, discharged or waived.
If during the progress of the work, Contractor shall allow any indebtedness to accrue for work furnished by any of those
designated in the preceding paragraph and shall fail to pay and discharge any such indebtedness within five (5) days after
demand is made, then Owner may, during the period for which such indebtedness shall remain unpaid, withhold from the
unpaid portion of this contract, a sum equal to the amount of such unpaid indebtedness or may apply the sum so withheld to
discharge any such indebtedness:
Any and all communications between any party under this paragraph must be in writing.
31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION
The contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or
process covered by letters patent or copyright by suitable legal agreement with the Patentee or Owner thereof. The
Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the
Owner harmless from any loss on account thereof; except that Owner shall defend all such suits and claims and shall be
responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer
or manufacturers is specified or required in these contract documents by Owner, provided, however, if choice of alternate
design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner harmless
from any loss on account thereof. If the material or process specified or required by Owner is an infringement, the
Contractor shall be responsible for such loss unless he promptly gives written notice to the Owner of such infringement.
32. LAWS AND ORDINANCES
The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations,
which in any manner effect the contract or the work, and shall indemnify and save harmless the Owner against any claims
arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor or his employees. If the
Contractor observes that the plans and specifications are at variance therewith, he shall promptly notify the Owners'
Representative in writing and any necessary changes shall be adjusted as provided in the contract for changes in the work.
V the Contractor performs any work knowing it to be contrary to such laws, ordinances, rules and regulations, and without
such notice to the Owner's Representative, he shall bear all costs arising therefrom.
The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the
same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into
contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein.
33. ASSIGNMENT AND SUBLETTING
r The Contractor further agrees that he will retain personal control and will give his personal attention to the fulfillment of
this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in
the performance of this contract, shall not relieve the Contractor from his full obligations to the Owner, as provided by this
r contractual agreement.
34. TIME FOR COMPLETION AND LIQUIDATED DAMAGES
+^ It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and
W time for completion as specified in the contract of work to be done hereunder are essential conditions of this contract; and it
is further mutually understood and agreed that the work embraced in this contract shall be commenced on a date to be
P" specified in the Notice to Proceed.
if the Contractor should neglect, fail, or refuse to complete the work within the time herein specified, or any proper
extension thereof granted by the Owner, then the Contractor does hereby agree as part of the consideration for the awarding
of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of S750.00(SEVEN
HUNDRED FIFTY) PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set
forth for each and every calendar day that the Contractor shall be in default after the time stipulated for completing the
work.
It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the completion of the
work described herein is reasonable time for the completion of the same, taking into consideration the average climatic
change 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 of the impracticability and
extreme difficulty in fixing and ascertaining actual damages the Owner would in such event sustain, and the amount is
agreed to be damages the Owner would sustain and shall be retained by the Owner from current periodical estimates for
payments or from final payment
It is further agreed and understood between the Contractor and Owner that time is of the essence of this contract
35. TIME AND ORDER OF COMPLETION
It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be
allowed to prosecute his work at such time and sessions, in such order of precedence, and in such manner as shall be most
conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the
work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications,
and within the time of completion designated in the bid; provided, also, that when the Owner is having other work done,
either by contract or by his own force, the Owner's Representative may direct the time and manner of constructing work
done under this contract so that conflicts will be avoided and the construction of the various works being done for the
Owner shall be harmonized.
The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which
shall show the order in which the Contractor intends to carry on the work, with dates at which the Contractor will start the
several parts of the work and estimated dates of completion of the several parts.
36. EXTENSION OF TIME
The Contractor agrees that he has submitted his bid in full recognition of the time required for the completion of this
project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has
considered the liquidated damage provisions of paragraph 33 hereinabove set forth and that he shall not be entitled to, nor
will he request, an extension of time on this contract, except when his work has been delayed by an act or neglect of the
Owner, Owner's Representative, employees of the Owner or other contractors employed by the owner, or by changes ordered
in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. The Contractor may apply in writing for
an extension of time, submitting therewith all written justification as may be required by Owner's Representative for such an
extension as requested by Contractor. The Owner's Representative within ten (10) days after receipt of a written request for
an extension of time by the Contractor supported by all requested documentation shall then consider such written request
and respond to Contractor in writing granting or rejecting the request for an extension of time to complete the project
37. HINDRANCE AND DELAYS
In executing the contract agreement, the Contractor agrees that in undertaking to complete the work within the time herein
fixed, he has taken into consideration and made allowances for all hindrances and delays incident to such work, whether
growing out of delays in securing material or workmen or otherwise. No charge shall be made by the Contractor for
hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the
work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such
expense as in the judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to
Contractor.
38. OUANTITIES AND MEASUREMENTS
No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid
contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is
let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other
contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the
estimated quantities are shown for the various classes of work to be done and material to be furnished under this contract,
they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their
bids offered for the work. It is understood and agreed that the actual amount of work to be done and the materials to be
furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this
contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the
.• project.
39. PROTECTION OF ADJOINING PROPERTY
The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered,
which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any
damage or injury by reason of said process of construction;and he shall be liable for any and all claims for such damage on
account of his failure to MY protect all adjacent property. The Contractor agrees to indemnify, save and hold harmless the
Owner against any claim or claims for damages due to any injury to any adjacent or adjoining property, arising or growing
out of the performance of this contract, but such indemnity shall not apply to any claim of any kind arising out of the
existence or character of the work
40. PRICE FOR WORK
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 fall conformity with the specifications and
stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the bid attached hereto, which
has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all
materials and all labor required for the aforesaid work, also, for all expenses incurred by him and for well and truly,
performing the same and the whole thereof in the manner and according to this agreement, the attached specifications,
plans, contract documents and requirements of Owner's Representative.
41. PAYMENTS
No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either
wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at
any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate
showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made,
Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by
reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a
waiver of all claims against Owner which have not theretofore been timely filed as provided in this contract.
42. PARTIAL PAYMENTS
'^ On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial
payment. Owner's Representative shall review said application for partial payment and the progress of the work made by
the Contractor and if found to be in order shall prepare a certificate for partial payment showing as completely as practical
�.. the total value of the work done by the Contractor up to and including the last day of the preceding month; said statement
shall also include the value of all sound materials delivered on site of the work that are to be fabricated into the work.
t
The owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's
Representative's Certificate of Partial Payment, less S% of the amount thereof, which 5% shall be retained until final
payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of this
agreement. It is understood, however, that in case the whole work be near to completion, and this fact is certified to by
••, Owner's Representative and some unexpected and some unusual delay occurs due to no fault or negligence on the part of the
Contractor, the Owner may upon written recommendation of Owner's Representative pay a reasonable and equitable portion
of the retained percentage due Contractor.
43. FINAL COMPLETION AND ACCEPTANCE
Within thirty-one (3 1) days after the Contractor has given the Owner's Representative written notice that the work has been
' ' completed or substantially completed, the Owner's Representative and the Owner shall inspect the work and within said
time, if the work be found to be completed or substantially completed in accordance with the contract documents, the
Owner's Representative shall issue to the Owner and Contractor his certificate of completion, and thereupon it shall be the
duty of the Owner within thirty-one (3 1) days to issue a certificate of acceptance of the work to the Contractor.
44. FINAL PAYMENT
Upon the issuance of the certificate of completion, the Owner's Representative shall proceed to make final measurement and
prepare a final statement of the value of all work performed and materials furnished under the terms of the agreement, and
Shall certify same to the Owner, who shall pay to the Contractor on or before the 31st day after the date of certificate of
completion, the balance due Contractor under the terms of this agreement, provided he has fully performed his contractual
Obligations under the terms of this contract, and said payment shall become due in any event upon said performance by the
Contractor. Neither the certificate of acceptance nor the final payment, nor any provisions in the contract documents shall
relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the special conditions (if
any) of this contract or required in the specifications made a part of this contract.
45. CORRECTION OF WORK BEFORE FINAL PAYMENT FOR WORK
Contractor shall promptly remove from Owners' premises all materials condemned by the Owner's Representative on
account of failure to conform to the contract, whether actually incorporated in the work or not, and Contractor shall at his
own expense promptly replace such condemned materials with other materials conforming to the requirements of the
contract.. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or
replacement. If Contractor does not remove and replace any such condemned work within a reasonable time after a written
notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense.
46. CORRECTION OF WORK AFTER FINAL PAYMENT
Neither the final payment nor certificate nor any provision in this contract shall relieve the Contractor of responsibility for
faulty materials or workmanship, and he shall remedy any defects due thereto and pay for any damage to other work
resulting therefrom, which shall appear within a period of one (1) year from the date of substantial completion. The Owner
or the Owner's Representative shall give notice of observed defects with reasonable promptness.
47. PAYMENT WITHHELD
The Owner may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certificate to
such extent as may be necessary to protect himself from loss on account of:
(a) Defective work not remedied.
(b) Claims filed or reasonable evidence indicating possible filing of claims.
(c) Failure of the Contractor to make payments promptly to subcontractors or for materials or labor.
(d) Damage to another contractor.
When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, which will
protect the Owner in the amount withheld, payment shall be made for amounts withheld because of them.
48. TIME OF FILING CLAIMS
It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in
writing and filed with the Owner's Representative within fifteen (15) days after the Owner's Representative has given any
directions, order or instruction to which the Contractor desires to take exception. The Owners' Representative shall reply to
such written exceptions by the Contractor and render his final decision in writing. In case the Contractor should appeal
from the decision of the Owner's Representative, any demand for arbitration shall be filed with the Owner's Representative
and the Owner in writing within ten (10) days after the date of delivery to Contractor of the final decision of the Owner's
Representative. It is further agreed that final acceptance of the work by the Owner and the acceptance by the Contractor of
the final payment shall be a bar to any claim by either party, except where noted otherwise in the contract documents.
49. ABANDONMENT BY CONTRACTOR
In case the Contractor should abandon and fail or refuse to resume work within ten (10) days after written notification from
the Owner or the Owner's Representative, or if the Contractor fails to comply with the orders of the Owner's Representative,
when such orders are consistent with this contract, this Agreement, or the Specifications hereto attached, then the Surety on
the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the
Contractor.
After receiving said notice of abandonment, the Contractor shall not remove from the work any machinery, equipment,
tools, materials or supplies then on the job, but the same, together with ay materials and equipment under the contract for
work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of
the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra
Work, where credit shall be allowW as provided for under paragraph 24 of this contract); it being understood that the use of
such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement.
In case the Surety should fail to commence compliance with the notice for completion hereinbefore provided for within ten
(10) days after service of such notice, then the Owner may provide for completion of the work in either of the following
elective manners:
(a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and supplies as said
Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment,
tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the
Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under
and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under
this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference.
In case such expense is greater than the sum which would have been payable under this contract, if the same had
been completed by said Contractor, then the Contractor and/or his Surety shall pay the amount of such excess to
the Owner, or
(b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspaper having a
general circulation in the County of location of the work, may let the contract for the completion of the work under
substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to
the Owner under the new contract as compared to what would have been the cost under this contract, such increase
shall be charged to the Contractor and the Surety shall be and remain bound therefore. However, should the cost to
complete any such new contract prove to be less than that which would have been the cost to complete the work
under this contract, the Contractor or his Surety shall be credited therewith.
When the work shall have been substantially completed, the Contractor and his Surety shall be so notified and certificates of
completion and acceptance, as provided in paragraph 42 hereinabove set forth, shall be issued. A complete itemized
statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and
delivered to Contractor and his Surety, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the
balance due as reflected by said statement within 30 days after the date of certificate of completion.
In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the
cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor
and/or his Surety shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools,
materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety. Should the cost to
complete the work exceed the contract price, and the Contractor and/or his Surety fail to pay the amount due the Owner
within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the
site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the
a
Contractor and his Surety at the respective addresses designated in this contract; provided, however, that actual written
notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be
held at the risk of the Contractor and his Surety subject only to the duty of the Owner to exercise ordinary care to protect
such property. After fifteen (15) days from the date of said notice the Owner may sell such machinery, equipment, tools,
materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety. Such sale
may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any
machinery, equipment, tools, materials, or supplies which remain on the *jobsite and belong to persons other than the
Contractor or his Surety, to their proper owners.
50. ; ABANDONMENT BY OWNER
In case the Owner shall fail to comply with the terms of this contract, and should fail or refuse to comply with said terms
within ten (10) days after written notification by the Contractor, then the Contractor may suspend or wholly abandon the
work, and may remove therefrom all machinery, tools, and equipment, and all materials on the ground that have not been
included in payments to the Contractor and have not been incorporated into the work. Thereupon, the Owner's
Representative shall make an estimate of the total amount earned by the Contractor, which estimate shall include the value
of all work actually completed by said Contractor at the prices stated in the attached bid, the value of all partially completed
work at a fair and equitable price, and the amount of all Extra Work performed at the prices agreed upon, or provided for by
the terms of this contract, and a reasonable sum to cover the cost of any provisions made by the Contractor to carry the
whole work to completion, and which cannot be utilized. The Owner's Representative shall then make a final statement of
the balance due the Contractor by deducting from the above estimate all previous payments by the Owner and all other sums
that may be retained by the Owner under the terms of this Agreement, and shall certify same to the Owner who shall pay to
the Contractor on or before thirty (30) days after the date of the notification by the Contractor the balance shown by said
final statement as due the Contractor, under the terms of this Agreement.
51. BONDS
The successful bidder will be required to furnish a performance bond in accordance with Chapter 2253, Government Code,
in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful
bidder will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of
1000% of the total contract price in the event that said contract price exceeds $25,000. All bonds, if required, shall be
submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to do business in the
State of Texas. And it is further agreed that this contract shall not be in effect until such bonds are so furnished.
52. SPECIAL CONDITIONS
In the event special conditions are contained herein as part of the contract documents and said special conditions conflict
with any of the general conditions contained in this contract, then in such event the special conditions shall control.
53. LOSSES FROM NATURAL CAUSES
Unless otherwise specified herein, all loss or damage to the Contractor arising out of the nature of the work to be done, or
from the action of the elements, or from any unforeseen circumstance and the prosecution of the same, or from unusual
obstructions or difficulties which may be encountered in the prosecution of the work, shall be sustained and borne by the
Contractor at his own cost and expense.
54. INDEPENDENT CONTRACTOR
Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct,
supervise, and control his own employees and to determine the method of the performance of the work covered hereby. The _
fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during his performance and
to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative
F
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
PM person, firm, or corporation.
55. CLEANING UP
The Contractor shall at all times keep the premises free from accumulation Of debris caused by the work, and at the
completion of the work he shall remove all such debris and also his tools, scaffolding, and surplus materials and shall leave
the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may
remove the debris and charge the cost to the Contractor.
I
I
F
C_iTR M WAGE DETERMINATIONS
i
Resolution No. 5121
r
March 14, 1996
Item #19 �
RESOLUTION
WHEREAS, the City Council has heretofore established the general prevailing rate of
i per diem wages for each craft or type of workmen or mechanics needed to execute public
f works contracts for the City of Lubbock in accordance with the provisions of Vernon's
Ann.Civ.St., Art. 5159a; and
j" WHEREAS, such wage rates were established by Resolution No. 719 enacted February
i'
11 12, 1981, updated by Resolution No. 1590 enacted February 23, 1984, and further updated by
Resolution No. 2502 enacted January 8, 1987; and
WHEREAS, such rates need to be updated at the present time in order to reflect the
current prevailing rate of per diem wages; NOW THEREFORE:
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the general prevailing rate of per diem wages for public works contracts shall be
as set forth in the following named exhibits, which exhibits shall be attached hereto and made i
a part hereof for all intents and purposes: j
Exhibit A: Building Construction Trades i
Exhibit B: Paving and Highway Construction
Exhibit C. Overtime Rate
Exhibit D: Weekend and Holiday Rate
Such wage rates are hereby found and declared to be the general prevailing rate of per diem
j wages in all localities where public works are undertaken on behalf of the City of Lubbock and
such wage rates shall be included in all public works contracts as provided by law. !
r
'i
!' I
1
Passed by the City Council this 14th
rr I
I
4-
ATTEST:
t
Betty M. Anson, City Secretary
APPROVED AS TO CONTENT:
l
Mary AndrYws, Managing Director of
Human Resources
APPROVED AS TO FORM:
I,
14afold Willard, Assistant City Attorney
I
itHW Aa/ccdocs/pubworks.res
February 14. 1996
a
i
:: II
V
i�
2
EXHIBIT A
City of Lubbock
Building Construction Trades
Prevailing Rates
r
Craft
Hourly Rate
10.00
Acoustical Ceiling Installer
Air Conditioner Installer
11.00
Air Conditioner Installer -Helper
5.50
Asbestos Worker
8.00
Asbestos Supervisor
11.00
Bricklayer
11.00
Bricklayer -Helper
6.00
�-
Carpenter
11.00
Carpenter -Helper
6.00
Cement Finisher
7.50
Drywall Hanger
10.00
Electrician
13.00
Electrician -Helper
6.00
Equipment Operator -Heavy
8.50
Equipment Operator -Light
7.50
Floor Installer
8.50
Glazier
8.00
{
Insulator-Piping/Boiler
9.00
Insulator -Helper
5.50
Iron Worker
8.00
Laborer -General
5.50
Mortar Mixer
5.50
Painter
9.50
Plumber
10.50
Plumber -Helper
6.00
Roofer
8.00
Roofer -Helper
5.50
r
Sheet Metal Worker
8.75
Sheet Metal Worker -Helper
5.50
Welder -Certified
10.00
1.
I
f
EXMIT B
Paving and Highway Construction
Prevailing Wage Rates
Craft Hourly Rate
Asphalt Heaterman
6.00
Asphalt Shoveler
5.50
Concrete Finisher
7.35
Concrete Finisher -Helper
5.75
Electrician
10.50
agger
5.50
Form Setter
6.50
Form Setter -Helper
5.50
Laborer -General
5.50
Laborer -Utility
6.25
Mechanic
7.25
Mechanic -Helper
5.50
Power Equipment Operators
Asphalt Paving Machine
7.00
Bulldozer
7.00
Concrete Paving Machine
7.00
Front End Loader
6.50
Heavy Equipment Operator
7.00
Light Equipment Operator
6.50
Motor Grader Operator
8.50
Roller
6.00
Sipe
6.50
Tractor
6.50
Truck Driver -Light
6.00
Truck Driver -Heavy
6.50
Prevailing Wage Rates
Overtime Rate
The rate for overtime (in excess of forty hours per week) is 1 1/2 times base rate.
EXSIBIT D
Prevailing Wage Rates
Weekend and Holiday Rate
The rate for weekend and holiday is 1 1/2 times base rate.
r
SPECIFICATIONS
PROJECT MANUAL
LUBBOCK MUNICIPAL COLISEUM
and AUDITORIUM REROOF
March 18, 1996
Joe D. McKey Architects, Inc.
1402 Avenue N
Lubbock, Texas 79401
Ph. ( 806) 744-4490 Fax. ( 806) 744-4494 `.
Amtech Roofing Consultents, Inc.
13706 Research, Suite 303
Austin, Texas 78 750
Ph. ( 512) 258-1661 Fax. ( 512) 258-1662
QED ARO
D. mc_ Sim
1� 9r- Cn
c�
?200) c
of
• r s. 94
PROJECT MANUAL
LUBBOCK MUNICIPAL COLISEUM
and AUDITORIUM REROCIF
March 18, 1996
Joe D. McKay Architects, Inc.
1402 Avenue N
Lubbock, Texas 79401
Ph. ( 806) 744-4490 Fax. ( 806) 744-4494
Amtech Roofing Consultants, Inc.
13706 Research, Suite 303
Austin, Texas 78750
Ph. ( 512) 258-1661 Fax. (512) 258-1662
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
TABLE OF CONTENTS
SECTION TITLE PAGE NUMBER
DIVISION 1- GENERAL REQUIREMENTS
01010
Summary of Work
01010-1 thru 01010-3
01020
Bid Items
01020-1 thru 01020-3
01030
Special Conditions
01030-1 thru 01030-3
01041
Project Coordination
01041-1 thru 01041-3
01045
Cutting and Patching
01045-1 thru 01045-5
01090
Reference Standards
01090-1 thru 01090-5
01120
Alteration Project Procedures
01120-1 thru 01120-3
01300
Submittals
01300-1 thru 01300-6
01400
Quality Control
01400-1 thru 01400-4
01500
Construction Facilities and
01500-1 thru 01500-5
Temporary Controls
01510
Worker Protection - Chemical
01510-1 thru 01510-8
Exposure
01600
Material and Equipment
01600-1 thru 01600-4
01610
Substitution Request Form
01610-1 thru 01610-2
01700
Contract Closeout
01700-1 thru 01700-5
DIVISION 4 - MASONRY
04500 Exterior Restoration & Cleaning 04500-1 thru 04500-13
DIVISION 6 - WOOD
06100 Carpentry 06100-1 thru 06100-7
DIVISION 7 - THERMAL AND MOISTURE PROTECTION
07220 Roof Insulation 07220-1 thru 07220-10
07510 Roofing Warranty 07510-1 thru 07510-3
07540 Modified Bitumen Roofing 07560-1 thru 07560-16
07600 Flashing and Sheet Metal 07600-1 thru 07600-8
PAGE 1
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
07700 Roof Accessories
07900 Joint Sealers
DIVISION 15 - MECHANICAL AND PLUMBING
15100 General Mechanical
15200 Roof Drains
DIVISION 16 - ELECTRICAL
16100 Electrical Requirements
PAGE 2
07700-1 thru 07700-3
07900-1 thru 07900-5
15100-1thru. 15100-9
15200-1 thru 15200-6
16000-1 thru 16000-4
r
k : RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
SECTION 01010
SUMMARY OF WORK
PART 1- GENERAL
1.01 WORK COVERED BY CONTRACT DOCUMENTS
A. The work of this Contract consists of the furnishing of all labor, materials, services,
equipment, and appliances required in conjunction with the Re -Roof Lubbock
Municipal Coliseum & Auditorium for the City of Lubbock, Texas as indicated on the
Drawings and Specifications herein.
B. The Drawings and Specifications do not necessarily indicate or describe all work
required for completion of Project. Contractor shall provide and install all incidentals
reasonably inferable from the Contract Documents that are required for a complete
Project.
C. These documents describe the essential elements sufficiently to determine the scope of
the Project.
D. Provide all items required for complete operating systems including items not
necessarily shown in these documents, but that can be reasonably inferred as being
required for the complete operating system.
E. The Drawings and Specifications indicate the basic quality of materials and quality of
construction required for the entire project.
k
F. Field measurements are required for all bidding purposes.
G. Site Inspection: Contact:
Mr. Freddy Chavez, Operations & Engineering Superintendent
Lubbock Memorial Civic Center & Municipal Auditorium/Coliseum
Lubbock, Texas. Phone (806) 767-2267. Appointments must be
scheduled in advance of the site inspection.
01010-1
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
1.02 RELATED DOCUMENTS
The requirements of this Section are an extension and are in addition to the
requirements of the General Conditions ofthe Contract, Forms, Specification Sections
found in Division 1 through Division 16 and all Drawings.
1.03 CONTRACT
A. The Contract will be executed as a lump -sum agreement on the forms provided by the
Owner. The Owner may award separate lump -sum agreements for each base bid item
or a combined lump -sum agreement, at the sole discretion of the Owner.
B. Employ subcontractors for the disconnect, re -connect and installation of all mechanical,
electrical and gas line work in conjunction with all work required, or implied, to be
performed by licensed mechanics of these disciplines:
1. Subcontractors of Contractor shall furnish to Contractor bonds covering faithful
performance of subcontract work and payment of all obligations, there under, when
Contractor is required to furnish such bonds to Owner.
2. Subcontractors of Contractor shall purchase and maintain liability insurance as will
protect him from claims, for not less than limits of liability which Contractor is
required to provide to Owner.
3. The Contractor shall include in Contract Amount costs of supervision,
coordination and monitoring work of his selected Subcontractors.
1.05 CONTRACTOR'S USE OF PREMISES
A. Contractor shall be responsible for monitoring the use of premises by Contractor's
employees and Subcontractors.
B. Access routes for delivery of materials and equipment shall be as indicated by Owner.
Do not use -access routes other than those indicated without permission of the Owner.
C. Assume full responsibility for the protection and safekeeping of Products under this
Contract, stored on the site. Store materials and products only in those area indicated
for staging.
01010-2
i
i
f -a
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
D. Protect existing lawns, sidewalks, pavements, curbs and utilities subject to damage by
work under this Contract. Repair or replace any existing work damaged by the
Contractor.
E. Parking areas for Contractor's personnel shall be on the project site to the extent it does
not interfere with ongoing contract work and in areas designated by the Owner.
1.06 WORK ON PROPERTY
A. Obtain and pay all fees required applicable governing authorities, prior to commencing
work on this Project.
B. Post all notices and warning signs required by applicable governing authorities.
C. Perform work on this Project in accordance with local codes and ordinance and utility
company requirements.
PART 2 - PRODUCTS
Not Used
PART 3 - EXECUTION
Not Used
END OF SECTION
01010-3
e
r`
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
SECTION 01020
BID ITEMS
PART 1- GENERAL
1.01 DESCRIPTION OF REQUIREMENTS:
Definition:
Base Bid: A base bid shall include all work shown, which is not specifically indicated
as an alternate.
Alternate: An alternate is an amount proposed by Bidders and stated on the Bid Form
that will be added to or deducted from Base Bid amount if the Owner decides to accept
a corresponding change in either scope of work or in products, materials, equipment,
systems or installation methods described in Contract Documents.
Coordinate: Coordinate related work and modify or adjust adjacent work as required
to ensure that work affected by each accepted alternate is complete and fully integrated
into the project.
Include as part of each alternate, miscellaneous devises, appurtenances and similar
items incidental to or required for a complete installation whether or not mentioned
s a part of the alternate.
Notification: Immediately following award of Contract, prepare and distribute to each
party involved, notification of the status of each alternate. Indicate whether alternates
have been accepted, rejected or deferred for consideration at a later date. Include a
complete description of negotiated modifications to alternates, if any.
Schedule: A "Schedule of Base Bid and Alternates" is included under Execution.
e
Specification Sections referenced in the Schedule contain requirements for materials and
` methods necessary to achieve the work described under each alternate.
01020-1
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
1.02 RELATED DOCUMENTS:
The requirements of this Section are an extension and are in addition to the
requirements of the Uniform General Conditions, Supplementary General Conditions,
Forms, Specification Sections found in Division 1 through Division 16 and all
Drawings.
PART 2 - PRODUCTS
NOT USED.
PART 3 - EXECUTION
Note that all work contracted under this project will be awarded as a single lump sum contract
to a single bidder. The Owner reserves the right to reject any and all bids and to award the
alternates in the best interest of the City of Lubbock.
Lump Sum Base Bid No. 1: Base Bid No. 1 shall include all work shown on the
Drawings and specified to construct all work included for the re -roofing of the
Auditorium.
Lump Sum Base Bid No. 2: :Base Bid No. 2 shall include all work shown on the
Drawings and specified to construct all work included for the re -roofing of the
Coliseum
Add Alternate No. 1: Alternate No. 1 shall include all work shown on the Drawings
and specified to construct all work included for the masonry restoration and
waterproofing for the Auditorium and Coliseum. This work, if accepted, will be
awarded to the Contractor providing the re -roofing of the Auditorium.
Add Alternate No. 2: Alternate No. 2 shall include all work shown on the Drawings _
and specified to install new metal wall panels at the Coliseum Penthouse. This work,
if accepted, will be awarded to the Contractor providing the re -roofing of the Coliseum.
Unit Prices: The following unit prices for replacement and/or additional work shall
be provided as indicated on the Bid Proposal. All prices shall include labor, materials,
equipment, overhead and profit for a complete installation. -�
01020-2
r
r
r
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
Unit Price No. 1: Replacement of deteriorated dimensional lumber. This unit price
shall be by the board foot and include various lumber sizes including all standard sized
1 x and 2 x lumber.
Unit Price No. 2: Replacement of deteriorated structural lightweight concrete
including matching of the existing deck system. This applies only to the deck in the
Auditorium.
Unit Price No. 3: Replacement of deteriorated 24" x 48" x 2-1/2" thick tongue -and -
groove tectum panels. This applies only to the deck at the Coliseum Dome.
Unit Price No. 4: Credit for labor to not install tectum panels allocated in allowance
of 600 panels specified for replacement in Section 06100.
END OF SECTION
01020-3
z
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
SECTION 01030
SPECIAL CONDITIONS
PART 1- GENERAL
1.01 REFERENCES
References to known standard specifications shall mean and shall refer to latest edition
of such specifications adopted and published at date of invitation to submit bids.
Reference to technical society, organization or body is made in Specifica,ions in
accordance with the following abbreviations:
AIA
American Institute of Architects
ACI
American Concrete Institute
AIEE
American Institute of Electrical Engineers
AISC
American Institute of Steel Construction
ASA
American Standards Association
ASME
American Society of Mechanical Engineers
ASTM
American Society for Testing Materials
AWSC
American Welding Society Code
FE
Federal Specifications
NFPA
National Fire Protective Association
NBS
National Bureau of Standards
NEC
National Electric Code
SPR
Simplified Practice Recommendations
UL
Underwriters' Laboratories, Inc.
NTMA
National Terrazzo & Mosaic Association
NRCA
National Roofing Contractors Association
NAAMM
National Association Architectural Metals Manufacturers
Contract Documents: Amend to include
"Uniform General Conditions" apply with equal force to the General Contractor,
Subcontractors, work, extra work, and the like that may be specified herein or
performed in or about the building or site under this Contract.
01030-1
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
For convenience of reference and to facilitate letting of subcontracts, these
Specifications are separated into sections. Such separation shall not operate to make
Owner an arbitrator to establish subcontract limits between subcontractors.
Contractor's Responsibilities: Amend to include:
Execute work as per Contract Documents. Make no changes therefore without having
first received written permission. Where detailed information is lacking before
proceeding with work, refer matter to Owner's Representative for information.
Materials and Workmanship: Amend to include:
All work shall be executed by mechanics skilled in their respective trades. Mechanics
whose work is unsatisfactory to the Owner or who are considered by the Owner to
be careless, incompetent, unskilled, or otherwise objectionable are to be dismissed
from work upon notice from Owner.
The Owner will provide temporary water and electrical power required for the work
at no cost to the Contractor. The Contractor shall make necessary connections to
existing fire plugs and/or tap the existing water service, and to power transformer at
the building site as required to perform his work. Coordinate all connections with the
Owner's maintenance department.
The Contractor shall be responsible for furnishing storage buildings, construction office,
temporary security fencing, temporary air -tight partitions, bulletin boards, temporary
fire protection, etc., as required to carry out construction operations.
Construction related access to the site shall be via the main entrance at each location
or as shown on the Drawings. It shall be the responsibility of the Contractor to prevent
damage to the existing road system and to repair any damage thereto. Any loss or
damage to the Owner's property caused by the Contractor or his workmen shall be
repaired or replaced at no cost to the Owner. Restore the grounds to original condition
at the completion of the Project. Remove all fences, barricades, etc. Replace all
vegetation damaged by construction operations, including grass, shrubs, and trees, to
the satisfaction of the Owner. Repair any damage to the drives and parking areas.
Working hours in general are between 7:00 a.m. and 6:00 p.m., Monday through
Friday, unless an exception is granted by the Owner and Architect.
01030-2
t
F
low
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
tThe
Contractor shall remove trash and rubbish from the Owner's premises at the end
of each work day. Burning of combustibles will not be permitted.
k
8
1.02 RELATED DOCUMENTS
r
Uniform General Conditions, Supplementary General Conditions, Forms, Specification
Sections found in Division 1 through Division 16 and all Drawings apply to Work
r•
specified in this Section.
j
4-
PART 2 - PRODUCTS
NOT USED
i
PART 3 - EXECUTION
t:
NOT USED
low
END OF SECTION
4
Aw-
i
1
4
Fes,
i
01030-3
i
t
4
r*
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK,TEXAS
t:
�. SECTION 01041
' PROJECT COORDINATION
PART 1 GENERAL
1.01 REQUIREMENTS INCLUDED
Coordinate Work with that of other contractors and trades and ongoing work by
Owner under administration of the Architect.
rj 1.02 RELATED DOCUMENTS
Uniform General Conditions, Supplementary General Conditions, Forms,
17' Specification Sections found in Division 1 through Division 16 and all Drawings
apply to Work specified in this Section.
1.03 VISIT TO SITE
A. Prior to submitting his quotation for work under this project, the Contractor shall
visit the site to examine all conditions related to his work, and to acquaint himself
with these conditions. FIELD MEASUREMENTS ARE REQUIRED FOR
THESE PROJECTS.
B. The Contractor shall verify that existing facilities, utilities and/or conditions are
adequate and if equipment, utilities, facilities or conditions are such that other items
and services, in addition to those specified, are required to achieve operation
systems as described herein, this Contractor shall advise the Architect of the scope
and costs of necessary additional work or services prior to submitting its proposal.
1.04 CONSTRUCTION MOBILIZATION
A. The Contractor shall attend the scheduled pre -construction conference as directed
by the Owner and his authorized representatives for the purpose of project
coordination.
B. Cooperate with the Architect in allocation of mobilization areas on site: for field
offices and sheds, for access, traffic, and parking facilities. During construction
01041-1
7
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
coordinate use of site and facilities through the Architect.
C. Comply with the Architect procedures for intra -project communications:
Submittals, reports and records, schedules, coordination drawings, and
recommendations; and resolution of ambiguities and conflicts.
D. Comply with instructions of the Architect for use of temporary facilities. _
E. Coordinate field engineering and layout work under instructions of the Architect.
1.05 SCHEDULES
A. Submit preliminary progress schedule in accordance with Section 01300 to the
Architect. After review, revise and resubmit the schedule to comply with the
revised project schedule. -'
B. During progress of the Work, revise, update and resubmit the Schedule as directed
by the Architect.
1.06 SUBMITTALS TO THE ARCHITECT
A. Deliver submittals to the Architect for his transmittal to all required parties. _
B. Submit requests for interpretation of Contract Documents and obtain instructions
through the Architect. _
C,, Process requests for substitutions and change orders through the Architect.
D. Deliver, closeout submittals for review and preliminary inspections, and for
11 transmittal to all designated parties.
1.07 COORDINATION DRAWINGS
A. Provide information required by the Architect for his preparation of coordination
drawings.
B. Review Drawings prior to the Architect delivery of submittals to all parties
involved.
01041-2
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
1.08 CLOSEOUT PROCEDURES
A. Notify the Architect when Work is considered ready for Substantial Completion.
Accompany the Architect on preliminary inspection to determine items to be listed
for completion or correction in Contractor's Notice of Substantial Completion.
B. Comply with the Owner's Representative's instructions to correct items of work
listed in executed Certificates of Substantial Completion for access to Owner
occupied areas.
C. Notify the Owner's Representative when Work is considered finally complete.
Accompany the Owner's Representative on preliminary final inspection.
D. Comply with the Owner's Representative's instructions for completion of items of
work determined during the final inspection.
PART 2 - PRODUCTS
NOT USED
PART 3 - EXECUTION
NOT USED
END OF SECTION
01041-3
r
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
SECTION 01045
CUTTING AND PATCHING
PART 1- GENERAL
1.01 REQUIREMENTS INCLUDED
A. Requirements and limitations for cutting and patching of Work..
B. Definition: "Cutting and patching" includes cutting into existing construction to
provide for the installation or performance of other work and subsequent fitting and
patching required to restore surfaces to their original condition.
1 "Cutting and patching" is performed for coordination of the work, to uncover work
for access or inspection, to obtain samples for testing, to permit alterations to be
performed or for other similar purposes.
Cutting and patching performed during the manufacture of products, or during the
initial fabrication, erection or installation processes is not considered to be "cutting
and patching" under this definition. Drilling of holes to install fasteners and similar
operations are also not considered to be "Cutting and Patching".
� "Demolition" and "Selective Demolition" are recognized as related -but -separate
f categories of work, which may or may not require cutting and patching as defined
to this section; refer to "Demolition" or "Selective Demolition" sections.
1.02 RELATED REQUIREMENTS
Uniform General Conditions, Supplementary General Conditions, Forms, Specification
Sections found in Division 1 through Division 16 and all Drawings apply to Work
specified in this Section.
1.03 SUBMITTALS
01045-1
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
A. Submit written request in advance of cutting or alteration which affects:
1. Structural integrity of any element of Project.
2. Integrity of weather -exposed or moisture -resistant element.
3. Efficiency, maintenance, or safety of any operational equipment. �.
4. Visual qualities of sight -exposed elements.
5. Work of Owner or separate contractor.
B. Include in request:
1. Identification of Project. --
2. Location and description of affected Work.
3. Necessity for cutting or alteration.
4. Description of proposed work, and products to be used.
a. Scope of cutting, patching, alteration, or excavation.
b. Trades who will execute the work.
c. Products proposed to be used. r
d. Extent of re -finishing to be done.
e. Cost proposal when applicable.
f. Alternatives to cutting and patching.
5. Effect on work of Owner or separate contractor.
6. Written permission of affected separate contractor.
7. Date and time work will be executed.
C. Should conditions of Work or the schedule indicate a change of products from original
installation, Contractor shall submit request for substitution as specified in Section
01600.
1.04 QUALITY ASSURANCE
Requirements for Structural Work: Do not cut and patch structural work in a
manner that would result in a reduction of load -carrying capacity or of load- deflection
ratio.
PART 2 - PRODUCTS
2.01 MATERIALS
01045-2
t I
t, I RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
A. General: Except as otherwise indicated, or as directed by the Owner, use materials
for cutting and patching that are identical to existing materials. If identical materials
are not available, or cannot be used, use materials that match existing adjacent surfaces
to the fullest extent possible with regard to visual effect. Use materials for cutting
and patching that will result in equal -or -better performance characteristics.
B. Those required for original installation.
C. For any change in materials, submit request for substitution under provisions in Section
01600.
PART 3 - EXECUTION
3.01 GENERAL
A. Execute cutting, fitting and patching including excavation and fill, to comple.e work
and to:
1. Fit the several parts together, to integrate with other word:.
2. Uncover work to install ill-timed work.
3. Remove and replace defective and non -conforming work.
4. Remove samples of installed work for testing.
5. Provide openings in elements of work for penetrations of mechanical and
electrical work.
3.02 INSPECTION
Before cutting, examine the surfaces to be cut and patched and the conditions under
which the Work is to be performed. If unsafe or otherwise unsatisfactory conditions
are encountered, take corrective action before proceeding with the work.
A. Inspect existing conditions, including elements subject to damage or movement
during cutting and patching.
B. After uncovering, inspect conditions affecting performance of work.
C. Beginning of cutting or patching means acceptance of existing conditions.
01045-3
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
.3.03 PREPARATION
A. Provide supports to assure structural integrity of surroundings: devices and methods
to protect other portions of Work from damage.
B. Provide protection from elements for areas which may be exposed by uncovering work;
maintain excavations and openings free of water.
C. Prevent debris from entering facility; do not permit product contamination. See Section
01500.
3.04 PERFORMANCE
A. General: Employ skilled workmen to perform cutting and patching work. Except as _
otherwise indicated or as approved by the Architect, proceed with cutting and patching
at the earliest feasible time and complete work without delay.
B. Cutting: Cut the work using methods that are least likely to damage work to be
retained or adjoining work. Where possible review proposed procedures with the
original installer; comply with the original installer's recommendations. _
C. In general, where cutting is required use hand or small power tools designed for
sawing or grinding, not hammering and chopping. Cut through concrete and masonry
using cutting machine such as a carborundum saw or core drill to insure a neat hole.
Cut holes and slots neatly to size required with a minimum disturbance or adjacent
work. To avoid marring existing finished surfaces, cut.or drill from the exposed or --
finished side into concealed surfaces. Temporarily cover openings when not used.
D. Patching: Patch with seams which are durable and as invisible as possible. Comply
with specified tolerances for the work. Where feasible, inspect and test patched areas
to demonstrate integrity of work. Restore exposed finishes of patched areas and where
necessary extend finish restoration into retained adjoining work in a manner which will
eliminate evidence of patching and re -finishing.
E. Where removal of walls or partitions extends on finished areas into another finished
area, patch and repair floor and wall surfaces in the new space to provide an even
surface of uniform color and appearance. If necessary to achieve uniform color and _
01045-4
;I
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
appearance, remove existing floor and wall covering and replace with new materials.
F. Where patch occurs in a smooth painted surface, extend final paint coat over entire
unbroken surface containing patch, after patched area has received prime and base
coat.
Patch, repair or re -hang existing ceilings as necessary to provide an even plane
surface of uniform appearance.
G. Fit work airtight to pipes, sleeves, ducts, conduit, and other penetrations through
surfaces.
H. At penetrations of fire -rated wall, ceiling, or floor construction, completely seal
voids with fire rated material, full thickness of the construction element.
I. Do not leave facility open to contamination or the elements; close off at end of each
work day.
J. CLEANING: Thoroughly clean areas and spaces where work is performed or
used as access to work. Remove completely paint, mortar, oils, putty and items
of similar nature. Thoroughly clean piping, conduit and similar features before
painting or other finishing is applied. Restore damaged pipe covering to its original
condition.
END OF SECTION
k
01045-5
i'
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
SECTION 01090
REFERENCE STANDARDS
PART 1 - GENERAL
1.01 REQUIREMENTS INCLUDED
A. Applicability of Reference Standards
B. Provision of Reference Standards at Site
C. Acronyms used in Contract Documents for Reference Standards.
1.02 RELATED REQUIREMENTS
Uniform General Conditions, Supplementary General Conditions, Forms, Specification
Sections found in Division 1 through Division 16 and all Drawings apply to Work
specified in this Section.
1.03 QUALITY ASSURANCE
A. For products or workmanship specified by association, trade or Federal Standards,
comply with requirements of the standard, except when more rigid requirements are
specified or are required by applicable codes.
B. The date of the standard is that in effect as of the Bid date, except when a specific
date is specified.
C. When referenced by individual Specification Section, obtain a copy of standard.
Maintain copy at job site, and make accessible to the Architect at all times during
submittals, planning and progress of the specific work, until Substantial Completion.
01090-1
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
1.04 SCHEDULE OF REFERENCES
AABC
Associated Air Balance Council
2146 W. Sunset Blvd., Los Angeles, CA 90026
ACI
American Concrete Institute
Box 19150, Redford Station, Detroit, MI 48129
AFBMA
Antifriction Bearing Manufacturers Assoc.
AGC
Associated General Contractors of America -'
AIB
American Institute of Baking
AISC
American Iron and Steel Institute
1000 16th St., N.W., Washington, DC 20036
AISC
American Institute of Steel Construction, Inc.
400 N. Michigan, 8th Floor, Chicago, IL 60611
AMCA
Air Moving & Conditioning Association
30 W. University, Arlington Hts., IL 60004
ANSI
American National Standards Institute
1430 Broadway, New York, NY 10018 _
APA
American Plywood Association
7011 S. 19th St., Tacoma, WA 98466 ---
ARI
Air Conditioning and Refrigeration Institute
1501 Wilson, 6th Floor, Arlington, VA 22209
ASA
Acoustical Society of America
ASC
Adhesive and Sealant Council
ASHRAE
American Society of Heating, Refrigeration and r
Air Conditioning Engineers
01090-2
7
7
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK,TEXAS
ASME
American Society of Mechanical Engineers
7
ASTM
American Society for Testing & Materials
AWPA
American Wood Preservers' Association
7745 Old Georgetown, Bethesda, MD 20014
AWPB
American Wood Preservers Bureau
AWS
American Welding Society, Inc.
AWWA
American Water Works Association, Inc.
9
BHMA
Builder's Hardware Manufacturer's Association
CISCA
Ceilings and Interior Systems Contraction Association
CSI
Construction Specifications Institute, Inc.
CTI
Cooling Tower Institute
DHO
Door and Hardware Institute
}
EIA
Electronics Industries Association
FCC
Federal Communications Commission
POW
FM
Factory Mutual Corporation
r.
FS
Federal Specifications and Federal Standards
IEEE
Institute of Electrical and Electronics Engineers, Inc.
rISA
Instrument Society of America
i
MICA
Midwest Insulation Contractors Association
NBS
National Bureau of Standards
(U.S. Department of Commerce)
01090-3
l
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
NEBB
National Environmental Balancing Bureau
NEC
National Electric Code, NFPA 70-84
NEMA
National Electrical Manufacturers Association _
NFPA
National Fire Protection Association
NIOSH
National Institute of Occupational Safety and Health
NRCA
National Roofing Contractor's Association
NSF
National Sanitation Foundation
NSPE
National Society of Professional Engineers
OSHA
Occupational Safety and Health Act
PDCA
Painting and Decorating Contractors of America
PS
Product Standards of NBS
SAE
Society of Automotive Engineers
SBCCI
Southern Building Code Congress —
SDI
Steel Deck Institute
SDI
Steel Door Institute
SMACNA
Sheet Metal and Air Conditioning Contractor's National —
Association
SSPC
Steel Structures Painting Council
LTL
Underwriter's Laboratories, Inc.
01090-4
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK,TEXAS
PART 2 - PRODUCTS
NOT USED
PART 3 - EXECUTION
NOT USED
END OF SECTION
01090-5
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
SECTION 01120
ALTERATION PROJECT PROCEDURES
PART 1 - GENERAL
1.01 REQUIREMENTS INCLUDED
A. Procedural requirements
B. Rehabilitation and renovations of existing spaces and materials.
C. Installation of products removed in Sections as specified.
1.02 RELATED REQUIREMENTS
Uniform General Conditions, Supplementary General Conditions, Forms,
Specification Sections found in Division 1 through Division 16 and all Drawings
apply to Work specified in this Section.
PART 2 - PRODUCTS
2.01 PRODUCTS FOR PATCHING AND EXTENDING WORK
A. New Materials; As specified in individual Sections
B. Match existing products and work for patching and extending work.
C. Determine type and quality of existing products by inspection and any necessary
testing, and workmanship by use of existing as a standard. Presence of a product,
finish or type of work requires that patching, extending or matching shall be
performed as necessary to make work complete and consistent with the
specifications.
PART 3 - EXECUTION
3.01 EXAMINATION
01120-1
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
A. Verify that demolition is complete, and areas are ready for installation of new
work.
B. Beginning of restoration work means acceptance of existing conditions.
3.02 PREPARATION
A. Cut, move or remove items as necessary for access to alterations and renovations
work; replace and restore at completion.
B. Remove unsuitable material not marked for salvage, such as rotted wood, rusted
metals, and deteriorated masonry and concrete: replace materials as specified
for finished work. _
C. Remove debris and abandoned items from area and from concealed spaces. _
D. Prepare surfaces and remove surface finishes to provide for proper installation of
new work and new finishes.
E. Close openings in exterior surfaces to protect existing work and salvage items
from weather and extremes of temperature and humidity. Insulate ductwork and
piping to prevent condensation in exposed areas.
3.03 INSTALLATION
A. Coordinate work of alterations and renovations to expedite completion sequentially
and to accommodate Owner occupancy.
B. Designated areas, rooms and spaces and finishes shall be complete in all respects,
including operational mechanical and electrical systems. .
C. Remove, cut and patch work in a manner to minimize damage and to provide
means to minimize products and finishes to specified condition..
D. Refinish visible existing surfaces to remain in renovated rooms and spaces, to
specified condition for each material, with a neat transition to adjacent new
finishes.
E. In addition to specified replacement of equipment and fixtures, restore existing
plumbing, heating, ventilation, air conditioning, and electrical systems to full
operational condition.
01120-2
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
F. Install products as specified in individual sections.
3.04
3.05
3.06
TRANSITIONS
A. Where new work abuts or aligns with existing make a smooth and even transition.
Patched work shall match existing adjacent work in texture and appearance.
B. When finished surfaces are cut so that a smooth transition with new work is not
possible, terminate existing surface along a straight line at a natural line of
division and make recommendation to the Architect.
3.07
ADJUSTMENTS
A. Fit work at penetrations of surfaces as specified in Section 01045.
3.08
REPAIR OF DAMAGED SURFACES
A. Patch or replace portions of existing surfaces which are damaged, lifted, discolored
or showing other imperfections.
B. Repair substrate prior to patching finish.
FINISHES
A. Finish surfaces as specified in individual Sections.
B. Finish patches to produce uniform and texture over entire area. When finish
cannot be matched, refinish entire surface to nearest intersections.
CLEANING
In addition to cleaning specified in Section 01500, clean Owner occupied areas
of work as required.
END OF SECTION
01120-3
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
SECTION 01300
SUBMITTALS
PART 1- GENERAL
1.01 REQUIREMENTS INCLUDED
A. Procedures
B. Construction Progress Schedule
C. Shop Drawings
D. Product Data
E. Samples
F. Manufacturer's Instructions
G. Manufacturer's Certificates
1.02 RELATED REQUIREMENTS
Uniform General Conditions, Supplementary General Conditions, Forms, Specification
Sections found in Division 1 through Division 16 and all Drawings apply to Work
specified in this Section.
1.03 PROCEDURES - BEFORE BID OPENING
A. Substitute systems or materials will not be considered prior to bidding.
B. Statement Materials discussed in these specifications whether by trade or brand
name or by reference specification are not to be an elimination of competition
from other products having equal or better qualities.
1.04 PROCEDURES - AFTER BID OPENING
A. Deliver submittals to the Architect as follows:
01300-1
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
JOE D. MCKAY ARCHITECTS, INC.
1402 Avenue N
Lubbock, Texas 79401
Tel: 806/744-4490, Fax: 806/744-4494
B. Transmit each item under form acceptable to the Architect in this document. Identify
Project, Contractor, Subcontractor, major supplier, identify pertinent drawing sheet and
detail number, and specification section number as appropriate. Identify deviations
from Contract Documents. Provide space for Contractor and Architect review stamps.
Provide certification stamp on all submittal sets.
C. Submit initial submittal schedule in duplicate within five days after Notice to Proceed.
After review by the Architect, revise and resubmit as required. Submit revised schedule
as required, reflecting changes since previous submittal.
It is expected that all shop drawings and product data on this project will be submitted
to the Architect within 10 days of Notice To Proceed.
D. Comply with schedule for submittals related to Work progress. Coordinate submittal
of related items.
E. After Architect's review of submittal, revise and re -submit as required, identifying
changes made since previous submittal.
F. Distribute copies of reviewed submittals to concerned persons. Instruct recipients to _
promptly report any inability to comply with provisions.
G. Bind each set of submittals in a three-ring binder identified on the outside with the
project number, title, date, Architect and Owner's names, table of contents
corresponding to the Specification format, with all contents correlated.
1.05 CONSTRUCTION PROGRESS SCHEDULES
A. Submit horizontal bar chart with separate bar for each major trade or operation,
identifying first work day of each week.
B. Show submittal dates required for Shop Drawings product data and samples and
product delivery dates including those, if any, identified to be furnished by the Owner.
01300-2
RE -ROOF LUBBOCK MUNICIPAL COLISEUM &'AUDITORIUM
LUBBOCK,TEXAS
�- 1.06 SHOP DRAWINGS
A. Submit in the form of one reproducible transparency and seven (7) minimum,
opaque reproductions. After review, reproduce and distribute in accordance
with requirements in Article on Procedures, above.
B. Present in a clear and thorough manner. Title each Drawing with Project and Contract
Name and number; identifying each element of Drawings by reference to sheet dumber
j and detail, or schedule, of Contract Documents.
C. Identify field dimensions; show relation to adjacent or critical features or Work
or products.
1.07 PRODUCT DATA
A. Submit the number of copies which Contractor requires, plus four (4) copies
which will be retained by the Architect. A minimum of seven (7) copies in total.
B. Submit only pages which are pertinent; mark each copy of standard printed data
,. with yellow hi -liter to identify pertinent products, referenced to Specification Section
and Article number. Show reference standards, performance characteristics, and
capacities; wiring and piping diagrams and controls; component parts; finishes;
P- dimensions; and required clearances.
C. Modify manufacturer standard Schematic Drawings and Diagrams to supplement
!" standard information and to provide information specifically applicable to the
a Work. Delete information not applicable.
D. Any deviation from the Specifications must be clearly identified when submitted.
Any items not identified shall meet the Specifications.
1.08 MANUFACTURER'S INSTRUCTIONS
r When required in individual specification section, submit Manufacturer's printed
instructions for delivery, storage, assembly, installation, start-up, adjusting and
finishing in quantities specified for product data.
t
01300-3
i
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
1.09 SAMPLES
A. Submit full range of Manufacturer's standard colors, textures, and patterns for
Owner's selection. Submit seven (7) samples for selection of finishes within 10 --
days after date of Notice to Proceed.
B. Submit samples to illustrate functional characteristics of the product, with integral parts
and attachment devices. Coordinate submittal of different categories for interfacing
work. _
C. Include identification on each sample, giving full information.
D. Submit the number specified in respective Specification Section: four (4) will be
retained by the Architect. Reviewed samples which may be used in the Work are
indicated in the Specification Section. A minimum of seven (7) copies in total.
1.10 FIELD SAMPLES
Provide field samples of finishes at Project as required by individual Specification
Section. Install sample complete and finished. Acceptable. samples in place may be
retained in completed work.
1.11 CONTRACTOR REVIEW
A. Review submittals prior to transmittal; determine and verify field measurements,
field construction criteria, manufacturer's catalog numbers and conformance of
submittal with requirements of Contract Documents. t—'
B. Coordinate submittals with requirements of Work and of Contract Documents.
C. Apply Contractor's stamp on each sheet of Shop Drawings and Product Data, and each
sample label to certify compliance with requirements of Contract Documents. Notify
Architect in writing at time of submittal, of any deviations form requirements of
Contract Documents.
01300-4
7'.
7 RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
r
N
D. Do not fabricate products or begin work which requires submittals until return
of submittal with Architect's review stamp.
1.12 SUBMITTAL REQUIREMENTS
A. Submit a minimum of seven (7) copies of all submittals.
B. Transmit submittals in such sequence to avoid delay in the work or work of other
contracts.
C. Provide 8" x 4" blank space on each submittal for each contractor and Architect's
approval stamp.
D. Apply Contractor's stamp, signed, certifying to review, verification of products, field
dimensions and field construction criteria, and coordination of information with
requirements of Work and Contract Documents.
E. Coordinate submittals into logical groupings to facilitate interrelation of the several
items.
F. Submit one reproducible transparency and seven (7) opaque copies of Shop Drawings.
G. Submit number of copies of product data and Manufacturer's instructions Contractor
requires plus four (4) copies which will be retained by the Owner.
H. Submit under Architect approved transmittal letter. Identify Project by title and
number. Identify Work and product by Specification Section and article number.
1.13 RE -SUBMITTAL .REQUIREMENTS
Make re -submittals under procedures specified for initial submittals; identify
changes made since previous submittal.
1.14 ARCHITECT AND OWNER REVIEW
01300-5
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
A. The Architect and Owner and his authorized representative will review all submittals.
The reproducible transparency of the Shop Drawings, copy of product data, and sample
will be returned to the Contractor with the Architect's approval, or with the indication
of any changes which may need to be made, shown thereon, or disapproval.
B. The Architect's review of any such Submittal shall not relieve the Contractor
from responsibility for deviations from Drawings or Specifications, nor shall it
relieve him from responsibility for errors of any sort in the Submittal, n,)r shall
it in any way diminish his obligations to conduct the Work in accordance with
the Contract Documents.
C. Approval of samples shall be for design and appearance only, and such approval shall
not relieve Contractor from any obligation as provided in the Contract Documents.
PART 2 - PRODUCTS
NOT USED
PART 3 - EXECUTION
NOT USED
END OF SECTION
01300-G
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK,TEXAS
SECTION 01400
QUALITY CONTROL
PART 1 - GENERAL
1.01
REQUIREMENTS INCLUDED
A.
General Quality Control
B.
Workmanship
C.,
'Manufacturer's Instructions
D.
Manufacturer's Certificates
E.
Field Samples
F.
Manufacturer's Field Services
G.
Testing Laboratory Services
1.02 RELATED REQUIREMENTS
Uniform General Conditions, Supplementary General Conditions, Forms,
Specification Sections found in Division 1 through Division 16 and all Drawings
apply to Work specified in this Section.
1.03 QUALITY CONTROL, GENERAL
A. Maintain quality control over supervision, subcontractors, suppliers, manufacturers,
products, services, site conditions and workmanship to produce work of specified
quality.
B. Perform all work to the level of quality specified by Standards in individual
Specification Sections.
C. All work to be inspected by the Owner's Representative for compliance with
approved submittals and level of quality specified.
01400-1
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
D. The Work, or any part of the Work, deemed unsuitable or below the required level
quality by the Architect, shall be replaced or repaired by the Contractor at no additional
cost to the Owner.
1.04 WORKMANSHIP
A. Comply with industry standards required for high quality commercial buildings,
except when more restrictive tolerances or specified requirements indicate more
rigid standards or more precise workmanship.
B. Perform work by persons qualified to produce workmanship of specified quality.
C. Secure products in place with positive anchorage devices designed and sized to
withstand stresses, vibrations, and racking.
1.05 MANUFACTURERS' INSTRUCTIONS
Comply with instructions in full detail, including each step in sequence. Should
instructions conflict with Contract Documents, request clarifications from the
Owner or his representative before proceeding.
1.06 MANUFACTURERS' CERTIFICATES
When required by individual Specification Sections, submit seven (7) copies of
Manufacturer's certificates that states products meet or exceed specified requirements.
1.07 FIELD SAMPLES (MOCK-UPS)
When required by individual Specification Sections, erect complete, full-scale
field sample at Project Site. Tests will be performed in accordance with this
Section. Incorporate field sample into finished work or remove at completion as
directed by Owner.
01400-Z
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
1.08 QUALITY CONTROL MONITORING
Owner shall retain and have at site quality control monitoring of the scheduled
re -roofing and repair operations on a part time basis.
1.09 MANUFACTURES' FIELD SERVICES
7 A. When specified in respective Specification Sections, require supplier, Manufacturer, or
vendor to provide qualified personnel to observe field conditions, conditions of surfaces
and installation, quality of workmanship, start-up of equipment, or test, adjust and
balance of equipment as applicable, and to make appropriate recommendations.
B. Manufacturer, Supplier, or Vendor Representative shall submit written report to Owner
listing observations and recommendations when required by the individual Sections.
1.10 TESTING LABORATORY SERVICES
A. The Owner shall employ and pay for service of any Independent Testing Laboratory to
perform inspections, tests, and other services required by individual Specification
Sections.
B. Services will be performed in accordance with requirements of governing authorities
and with specified standards.
C. Reports will be submitted to the Architect by the General Conditions, giving
observations and results of test, indicating compliance or non-compliance with specified
standards and with Contract Documents.
D. Trade Contractors shall cooperate with Testing laboratory personnel; furnish tools,
samples of materials, etc. and assistance as requested.
1. Notify Owner and Testing Lab 48 hours prior to expected time for operations
requiring testing and/or inspection services.
2. Make arrangements with Testing Lab and pay for additional samples and
test for Trade Contractors convenience.
01400-3
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK,TEXAS
PART 2 - PRODUCTS
NOT USED
PART 3 - EXECUTION
NOT USED
END OF SECTION
01400-4
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
SECTION 01500
CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS
PART 1 -GENERAL
1.01 REQUIREMENTS INCLUDE
A. Electricity, Lighting
B. Heat, Ventilation
C. Telephone Service
D. Water
E. Sanitary Facilities
F. Barriers
G. Enclosures
H. Protection
I. Water Control
J. Cleaning During Construction
K. Field Sheds
L. Field Office
1.02 RELATED REQUIREMENTS
Uniform General Conditions, Supplementary General Conditions, Forms,
Specification Sections found in Division 1 through Division 16 and all Drawings
apply to Work specified in this Section.
1.03 ELECTRICITY, LIGHTING
A. Connect to existing service, provide branch wiring and distribution boxes
located to allow service and lighting by means of construction- type power
cords in accordance with NEC Art. 305.
B. Provide min. 30 foot candles of lighting for night time construction operations.
C. Existing and permanent lighting may be used during construction. Maintain
lighting and routine repairs.
01500-1
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
1.04 HEAT, VENTILATION
A. Coordinate use of existing facilities with Owner, extend and supplement with temporary
units as required to maintain specified conditions for construction operations, to protect
materials and finishes from damage due to temperature or humidity.
B. Prior to operation of permanent facilities for temporary purposes, verify that installation
is approved for operation, and that filters are in place. Provide and pay for operation,
maintenance, and final cleaning and adjusting.
C. Provide ventilation of enclosed areas to cure materials, to disperse humidity, and to
prevent accumulations of dust, fumes, vapors and gases.
1.05 TELEPHONE SERVICES
The Contractor will not be allowed usage of Owner's telephones. He may at his ^
option provide a telephone at the project . site or provide his Superintendent with
a mobile telephone. All number(s) including a 24-hour number, shall be provided
to the Architect.
1.06 WATER
Connect to existing facilities, extend branch piping with outlets located so water
is available for use of hoses. Place a control devise on each hose in order that
water will not run freely when left on. Patch :all holes in lines, fittings, etc. and
maintain in serviceable condition throughout the project.
1.07 SANITARY FACILITIES
Portable toilets will be provided by the Contractor for his use. He will keep
them locked at all times and maintain them in a sanitary condition at a location
designated by the Architect.
1.08 BARRIERS
A. Provide as required to prevent public entry to construction areas, to provide for
01500-2
7 RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
I Owner's use of site, and to protect existing facilities and adjacent properties
from damage from construction operations.
!; B. Provide barriers around trees and plants in affected areas. Protect against vehicular
traffic, stored materials, dumping, chemically injurious materials, and puddling or
continuous running water.
C. Provide six feet (6) high chain link fencing around all ground operations. Gates into
the containment area will be provided with padlocks with a key provided to the
Architect and other designated Owner's Representative(s).
i,
D. See individual Sections 04500 and 07220 for protective construction barriers for the
4 respective trades.
J
1.09 ENCLOSURES
A. Provide temporary weather -tight closures of openings in exterior surfaces to provide
acceptable working conditions and protection for materials, to allow for temporary
heating, and to prevent entry of unauthorized persons. Provide doors with self closing
hardware and locks.
B. Provide temporary partitions and ceilings as required to separate work areas from
Owner occupied areas, to prevent product contamination penetration of dust and
moisture into Owner occupied areas, and to prevent damage to existing areas and
equipment. Construction: framing and sheet materials with closed joints and sealed
edges at intersections with existing surfaces. Where required temporary partitions will
be required to be in accordance with provisions of the 1988 Edition of the Life Safety
Code.
C. See individual Sections 04500 and 07220 for protective construction barriers for the
respective trades.
1.10 PROTECTION OF INSTALLED WORK
A. Provide temporary protection for installed products. Control traffic in immediate area
to minimize damage.
B. Provide protective covering to walls, projections, jambs, sills, and soffits of openings.
01500-3
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
Protect finished floors and stairs from traffic, movement of heavy objects and storage.
C. Prohibit traffic and storage on waterproofed and roofed surfaces, on lawn and
landscaped areas not identified by Owner's Maintenance for those purposes.
1.11 WATER CONTROL
Maintain site free or running water.
1.12 CLEANING DURING CONSTRUCTION
Control accumulation of waste and debris and rubbish on a daily basis and dispose of
offsite. Clean interior areas prior to start of any finish work and maintain all areas free
of contamination.
1.13 FIELD SHEDS
Storage sheds for tools, materials and equipment shall be weather tight with heat
and ventilation for products requiring same.
1.14 FIELD OFFICE
A field office will be placed on the project site at a location determined by the Owner.
The office will be furnished at a minimum with the following:
1. 32" x 60" layout/meeting table
2. 4 chairs
3. File cabinet containing all submittals and project of correspondence
4. Rack or table for project Drawings
5. Copy machine
6. Fax machine
7 Telephone
8. Air conditioner
The field office may be a trailer and will be no larger than 12'x 30' in size.
01500-4
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
1.15 REMOVAL
A. Remove temporary materials, equipment, services and construction prior to Substantial
Completion inspection.
B. Clean and repair damage caused by installation or use of temporary facilities. Restore
existing construction to specified or original condition.
C. All grounds will be restored to a like -original condition. If the grounds are Bermuda
grass, seeding is permitted. If it is St. Augustine grass, it will be re -sodded.
PART 2 - PRODUCTS
NOT USED
PART 3 - EXECUTION
NOT USED
END OF SECTION
01500-5
G I RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK,TEXAS
SECTION 01510
WORKER PROTECTION - CHEMICAL EXPOSURE
PART 1 - GENERAL
1.01 DESCRIPTION OF THE WORK
A. This Section describes the equipment and procedures required for protecting workers
against exposure to chemicals within the contained spaces required by Section 04500
of these Specifications.
B. Instruct and train each worker involved in the application of the chemicals in proper
respiratory use and require that each worker always wear a respirator, properly fitted
on the face in the contained area from the start of any application of the chemicals until
work in the area is complete. Use respiratory protection appropriate for the level of
chemical exposure encountered and as recommended by the Manufacturer of the
product for toxic or oxygen -deficient situations.
G 1.02 RELATED DOCUMENTS
The requirements of this Section are an extension and are in addition to the
requirements of the Uniform General Conditions, Supplementary General Conditions,
Forms, Specification Sections found in Division I through Division 16 and all
Drawings.
1.03 REFERENCES
A. Specification Section 04500.
B. Except to the extent that more stringent requirements are written directly into the
Contract Documents, the following regulations and standards have the same force and
effect (and are made a part of the Contract Documents by reference) as if copied
directly into the Contract Documents, or as if published copies were bound herewith.
01510-1
r
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
Where there is a conflict in requirements set forth in these regulations and standards,
meet the more stringent requirement.
OSHA U.S. Dept. of Labor Occupational Safety and Health Administration, Safety
and Health Standards 29 CFR 1910, Section 1001 and Section 1910.134 29
CFR 1926.
CGA Compressed Gas Association, Inc., New York, Pamphlet G-7, "Compressed
Air for Human Respiration", and Specification G- 7.1 "Commodity
Specification for Air".
CSA Canadian Standard Assoc., Rexdal, Ontario, Standard Z180.1-1978,
"Compressed Breathing Air".
ANSI American National Standard Practices for
Respiratory Protection, ANSI Z88.2-1980.
NIOSH National Institute for Occupational Safety
and Health.
MSHA Mine Safety and Health Administration.
1.03 WORKER TRAINING
A. Train workers in accordance with applicable regulations for dangers inherent in the
handling and breathing of chemicals within contained environments and in proper work
procedures and personal and area protective measures.
B. Include, but do not limit the topics covered in the course to the following:
1. Methods of recognizing dangerous chemical exposure limitations.
2. Heath effects associated with chemical exposures.
3. Nature of operations that could result in dangerous exposure to chemicals.
4. Importance of and instruction in the use of necessary protective controls, practices
and procedures to minimize exposure including:
a. Engineering Controls
b. Respirators
01510-2
I' RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
c. Work Practices
d. Protective Clothing
e. Emergency Procedures
5. Purpose, proper use, fitting, instructions, and limitations of respirators.
6. Appropriate work practices for the Work.
7. Requirements of medical surveillance program.
8. Review of applicable regulations.
9. Ventilation systems.
10. Work practices including hands-on or on job training.
C. Medical Examinations shall be provided for all workers exposed to the required
chemical applications for this project. Examinations will, at a minimum, meet OSHA
requirements as set forth in 29 CFR 1026.
1.04
SUBMITTALS
A.
Prior to the start of the Work submit the following to the Architect for review.
r
Each of the following documents shall be current and remain current during the course
of the project. If a document expires during the course of the project, workers will not
(—.
` f
be allowed to perform work where chemical exposures occur until an updated
document has been submitted to the Architect.
B.
List of workers and other Contractor personnel for the project. Only persons listed will
perform work at the site. Post a copy of the list at the Work Area. The list shall be
updated if any additional workers are to be working on the project.
t
C.
One original signature and six (6) copies of the Certificate of Worker's
Acknowledgment found at the end of this Section will be provided for each worker.
ti
D.
Submit evidence of current Worker Training Certificate as required by these
documents.
E.
Submit evidence of current Worker Registration Certificate as required by these
71
L
documents.
71,
01510-3
r
RE -ROOF LUBBOCK MUNICIPAL COLISEUM& AUDITORIUM
LUBBOCK, TEXAS
F. In accordance with OSHA requirements, submit evidence of current Respiratory Fit
Test Certificate for the type of respirator required for this Work.
G. Submit a true and current copy of Medical Examination Results in accordance with
OSHA medical surveillance requirements for each worker who is to be used on the
project. Submit at a minimum a Physician's Written Opinion covering the following for
each worker:
1. Whether worker has any detected medical conditions that would place the worker
at an increased risk of material health impairment from exposure to these
chemicals.
2. Any recommended limitations on the worker or on the use of personal protective _
equipment such as respirators.
3. Statement that the worker has been informed by the physician of the results of the
medical examination and of any medical conditions that may result from chemical
exposure.
4. Statement that the worker is able to wear and use the type of respiratory
protection required for the project, and is able to work safely in an environment
capable of producing heat stress in the worker. _
PART 2 - PRODUCTS
2.01 PROTECTIVE CLOTHING
A. Coveralls: Provide disposable full-body coveralls, footwear, and disposable head
covers of polyolefin or polypropylene, and require that they be. worn by workers in the
Work Area. Provide a sufficient number for required changes, for workers and visitors
in the work area. Non -disposable or cloth protectives are not allowed.
B. Boots and Shoes: Waterproof boots or shoes will be used in the Work Area. They
shall have non-skid soles and hard toes as required by applicable regulations.
C. Hard Hats: Provide head protectives (hard hats) for workers. Require hard hats to
be worn at times that work is in progress. Provide with plastic strap type suspension.
01510-4
7I
l
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
(goggles)
D. Goggles: Provide eye protectivesfor workers involved in cutting, scraping,
�+ spraying, brushing or any other activity which may potentially cause eye injury.
Enforce their use.
E. Gloves: Provide durable waterproof work gloves for workers and require that they be
worn at all times work is in progress. Gloves will be taped at the sleeves of coveralls.
2.02 AIR PURIFYING RESPIRATORS
A. Respirator Bodies: Provide half -face or full face type respirators. Equip full -face
respirators with a nose cup or other devise to prevent fogging.
B. Filter Cartridges: Provide, at a minimum, the filters recommended by the
manufacturer of the chemical products being utilized.
1 C. Single use, disposable or quarter -face respirators are not permitted.
D. In the event that exposure levels are greater than may be protected against by this level
of protection, or when recommended by the chemical manufacturer, the Contractor
shall provide, Supplied Air Respirator Systems meeting all applicable referenced
standards.
PART 3 - EXECUTION
3.01 GENERAL WORKER PROTECTION
A. Provide worker protection as required by the most stringent standards applicable to the
Work.
B. Require that protective clothing be worn within the work area at all times.
C. While within the work area require that workers not eat, drink, smoke, chew gum or
tobacco.
D. Following this Section is a Certificate of Worker's Acknowledgment. After each
worker has been included in the Contractor's Respiratory Protection Program,
�.. completed the training program, and medical examination, secure a fully executed copy
01510-5
r
k
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
of this form. This form must be provided for each employee on the site prior to work
proceeding.
3.02 RESPIRATORY PROTECTION
A. Respiratory Protection Program: Comply with ANSI Z88.2-1980 "Practices for
Respiratory Protection" and OSHA 29 CFR 1910 and 1926, and other applicable
regulations.
B. Require that respiratory protection be used at all times that there are chemicals being
mixed or installed.
C. Require that respiratory protection be used by anyone in the contained work area
whether they are actually applying the materials or not.
D. Require that the minimum level of respiratory protection used be half -face air -purifying
respirators with high efficiency filters.
E. Negative pressure (half or full -face mask) respirators are required at a minimum.
Higher efficiency respirators may be required should the manufacturer indicate that
exposures require increased protection levels.
F. Supply a sufficient quantity of respirator filters approved for chemical exposures, so
that workers can change filters during the work day. Require that respirators be
wet -rinsed, and filters discarded each time a worker leaves the work area. Require that
new filters be installed each time a worker re-enters the work area.
END OF SECTION
01510-6
JE I RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK,TEXAS
CERTIFICATE OF WORKER'S ACKNOWLEDGMENT
j ( PROJECT NAME
DATE
PROJECT ADDRESS
CONTRACTOR
' ( WORKING WITH CHEMICAL MATERIALS IN ENCLOSED SPACES CAN BE
DANGEROUS TO HEALTH AND SAFETY OF THE WORKER.
Your employer's Contract with the Owner for the above project requires that: You be supplied
with the proper respirator and be trained in its use. Your are to be trained in safe work practices
and in the use of the equipment found on the job. You are to receive a medical examination.
These things are to have been done at no cost to you. By signing this certification you are
assuring the Owner that your employer has met these obligations to you.
RESPIRATORY PROTECTION: I have been trained in the proper use of respirators, and
informed of the type respirator to be used on the above referenced project. I have a copy of the
written respiratory protection manual issued by my employer. I have been equipped at no cost
with the respirator to be used on the above project.
TRAINING COURSE: I have been trained in the dangers inherent in the use of chemical agents
in enclosed spaces and in the proper work procedures and personal and area protective measures.
The topics covered in the course included the following:
Health Hazards Associated with Chemicals in Enclosed Spaces
Respiratory Protection
Use of Protective Equipment
Work Practices Including Hands -On or On -Job Training
Personal Decontamination Procedures
MEDICAL EXAMINATION: I have had a medical examination within the last 12 months
which was paid for by my employer. This examination included: health history, pulmonary
4 function tests and may have included an evaluation of a chest X-ray.
I further agree to hold the Owner and the Owner's Consultants harmless from any and all claims
for exposure to the chemicals used in this project or other claims I may have.
01510-7
RE-ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
Signature
Printed Name
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
A
SECTION 01600
MATERIAL AND EQUIPMENT
PART 1- GENERAL
1.01
REQUIREMENTS INCLUDED
A.
Products
B.
Transportation
C.
Storage and Protection
D.
Product Options
E.
Products List
F.
Substitutions
G.
Systems Demonstration
1.02 RELATED REQUIREMENTS
Uniform General Conditions, Supplementary General Conditions, Forms, Specification
Sections found in Division 1 through Division 16 and all Drawings apply to Work
specified in this Section.
1.03 PRODUCTS
A. Products include material, equipment and systems.
B. Comply with Specifications and referenced standards as minimum requirements.
C. Components required to be supplied in quantity within a. Specification Section
shall be the same, and shall be interchangeable.
D. Components and products within a Specification Section shall be from one
Manufacturer unless otherwise specified.
E. Do not use materials and equipment removed from existing structure, except as
specifically required or allowed by the Contract Documents.
01600-1
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK,TEXAS
F. THE CONTRACTOR SHALL SUBMIT AN ASBESTOS FREE
CERTIFICATION FOR ALL MATERIALS PROPOSED FOR USE IN THE
PROJECT STATING THAT NO MATERIAL PROPOSED OR INTENDED
FOR USE CONTAINS ASBESTOS. AT PROJECT COMPLETION A
CERTIFICATE SHALL BE SUBMITTED BY THE CONTRACTOR
INDICATING THAT ALL MATERIALS INSTALLED IN THE PROJECT
WERE ASBESTOS FREE.
1.04 TRANSPORTATION AND HANDLING
A. Transport products by methods to avoid damage; deliver;. in undamaged condition
in manufacturers unopened containers or packaging, dry.
B. Provide equipment and personnel to handle products by methods to prevent --
soiling or damage.
C. Promptly inspect shipments to assure that products comply with requirements,
quantities are correct, and products are undamaged.
1.05 STORAGE AND PROTECTION
A. Store products in accordance with Manufacturer instructions, with seals and
labels intact and legible. Store sensitive products in weather tight enclosures;
maintain within temperature and humidity ranges required by Manufacturer's
instructions.
B. For exterior storage of fabricated products, place on sloped supports above ground.
Cover products subject to deterioration with impervious sheet covering; provide.
ventilation and any required heating to avoid condensation.
C. Store loose granular materials on solid surfaces in well -drained areas; prevent mixing
with foreign matter.
D. Arrangestorage to provide access for inspection. Periodically inspect to assure
products are undamaged, and are maintained under required conditions.
01600-2
r
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
1.06 PRODUCT OPTIONS
A. Products Specified by Reference Standards or by Description Only: Any product
meeting those standards.
B. Products Specified by Naming One or More Manufacturers with a Provision for
. ` Substitutions: Submit a request for substitution for any Manufacturer not
specifically named.
C. Products Specified by Naming Several Manufacturers: Products of named
Manufacturers meeting specifications: No options, no substitutions allowed.
4
�•. 1.07 PRODUCTS LIST
Within ten (10) days after date established in the Notice to Proceed, submit complete
list of major products proposed for use, with name of Manufacturer, trade name and
model number, if applicable, of each product.
1.08 SUBSTITUTIONS
r` A. First named Manufacturer in these Specifications has been used in preparation of the
Drawings to determine quality standard, space requirements, etc.
B. Only within fifteen (15) days after date established in the Notice to Proceed will Owner
consider requests from the Contractor for substitutions. Subsequently, substitutions
will be considered only when a product becomes unavailable due to no fault of the
Contractor.
e
C. Document each request with complete data substantiating compliance of proposed
substitution with all material aspects of the Contract Documents.
D. Request constitutes a representation that Contractor:
1. Has investigated proposed product and determined that it meets or exceeds,
in all respects, specified product.
i
2. Will provide the same warranty for substitutions as for specified product.
f
01600-3
it
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
3. Will coordinate installation and make other changes which may be required
for Work to be complete in all respects.
4. Waives claims for additional costs which may subsequently become apparent.
E. Substitutions will not be considered when they are indicated or implied on shop
drawings or product data submittals without separate written request, or when
acceptance will require substantial revision of Contract Documents.
F. Owner will determine acceptability of proposed substitution and will notify the
Contractor of acceptance or rejection in writing within tent (10) working days.
G. Only one request for substitution will be considered for each product. When
substitution is not accepted, provide specified product.
H. Request for any type of substitution will not be considered unless accompanied
by "Substitution Request Form", Specifications Section 01610.
1.09 SYSTEMS DEMONSTRATION
A. Prior to final inspection, demonstrate operation of each system to all parties concerned.
B. Instruct Owner's personnel in maintenance of new roof system or modified mechanical
items, etc.
PART 2 - PRODUCTS
NOT USED
PART 3 - EXECUTION
NOT USED
END OF SECTION
01600-4
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
SECTION 01610
SUBSTITUTION REQUEST FORM
TO: DATE:
PROJECT: RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
We wish to submit for your consideration the following product as substitute for the specified
product for the above project.
Section Paragraph Specified Product
proposed Substitution:
Attach complete technical data, including laboratory tests, if applicable.
Include complete information on changes to Contract Drawings and Specifications, including
effects on other trades, which proposed product may require for its proper installation.
[Information Attached] [No Changes Required]
Does the change effect dimensions shown on Contract Drawings in any way?
Effect on schedule
State effect the substitution has on other trades:
Differences between proposed product and specified product:
01610-1
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
Local service and parts availability equal to specified products?
Cost differential between proposed product and specified products:
(Add) $ (Deduct) $
The undersigned hereby agrees to pay for all changes to the building and equipment design;
including engineering and detailing costs caused by the requested substitution, if accepted.
The undersigned hereby states that the function, appearance, and quality of the product for it
is equal or superior to the specified product.
Contractor
Address
By _
01610-2
r
r
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
SECTION 01700
CONTRACT CLOSEOUT
PART 1- GENERAL
1.01 REQUIREMENTS INCLUDE
A. Closeout Procedures
B. Final Cleaning
C. Project Record Documents
D. Operation and Maintenance Data
E. Warranties and Bonds
F. Spare Parts and Maintenance Materials
1.02 RELATED REQUIREMENTS
Uniform General Conditions, Supplementary General Conditions, Forms, Specification
Sections found in Division 1 through Division 16 and all Drawings apply to Work
specified in this Section.
1.03 DESCRIPTION OF REQUIREMENTS
Definitions: Closeout is hereby defined to include general requirements near end of
Contract Time, in preparation for final acceptance, final payment, normal termination
of contract, occupancy by Owner and similar actions evidencing completion of the
work. Specific requirements for individual units of work are specified in sections of
Division 2 through 16. Time of closeout is directly related to "Substantial Completion",
and therefore may be either a single time period for the entire work or a series of time
periods for individual parts of the work which have been certified as substantially
complete at different dates. That time variation (if any) shall be applicable to other
provisions of this Section.
1.04 PREREQUISITES TO SUBSTANTIAL COMPLETION
General,. Prior to requesting Owner's inspection for Certification of Substantial
Completion list known exceptions in the Work. Include supporting documentation for
01700-1
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
completion as indicated in these Contract Documents.
Submit specific warranties, workmanship/maintenance documents maintenance
agreements, final certifications and similar documents.
Submit record drawings, maintenance manuals, and similar documents.
Deliver tools, spare parts, extra stocks of materials, and similar physical items to
Owner.
Make final change -over of locks and transmit keys to Owner, and advise Owner's
personnel of change -over in security provisions.
Complete start-up testing of systems, and instructions of Owner's
operating/maintenance personnel. Discontinue (or change over) and remove from
project site temporary facilities and services, along with construction tools and facilities,
mock-ups, and similar elements.
Complete final cleaning requirements, including touch-up of marred surfaces. _
Inspection Procedures: Upon receipt of contractor's request, Owner will either
proceed with inspection or advise Contractor of pre -requisites not fulfilled. Following
initial inspection, Owner will either prepare Certificate of Substantial Completion,
or advise Contractor of work which must be performed prior to issuance -of certificates;
and repeat inspection when requested and assured that work has been substantially
completed. Results of completed inspection will form initial "punch -list" for final
acceptance.
1.05 PREREQUISITES TO FINAL ACCEPTANCE
a
General: Prior to requesting Owner's final inspection for certification of final
acceptance and final payment, as required by General Conditions, complete the
following and list known exceptions (if any) in request:
Submit final payment request with final releases and supporting documentation not
previously submitted and accepted.
Owner's required "Contractor's Affidavit of Bills Paid" will be a final item.
01700-2
t
•
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK,TEXAS
Contractor will provide two (2) copies of all as -built drawings. All closeout documents
must be submitted in triplicate.
Submit copy of Owner's final punchlist of itemized work to be completed or corrected,
stating that each item has been completed or otherwise resolved for acceptance.
Submit Consent of Surety.
Submit final liquidated damages settlement statement, if any, acceptable to Owner.
Re -inspection Procedure: Upon receipt of Contractor's notice that work has been
completed, including punchlist items resulting from earlier inspections, and excepting
incomplete items because of acceptable circumstances, Owner will re -inspect work.
Upon completion of re -inspection, Owner will either prepare certificate of final
acceptance or advise Contractor of work not completed or obligations not fulfilled as
required for final acceptance. If necessary, procedure will be repeated.
1.06 RECORD DOCUMENT SUBMITTALS
General: Specific requirements for record documents are indicated in individual
sections of these specifications. Other requirements are indicated in General
Conditions. General submittal requirements are indicated in "Submittals" section. Do
not use record documents for construction purposes; protect from deterioration and
loss in a secure, fire -resistive location; provide access to record documents for Owner's
reference during normal working hours.
Record Drawings: Maintain a white -print set (blue- line or black -line) of Contract
Drawings and shop drawings in clean, undamaged condition, with mark-up of actual
installations which vary substantially from the work as originally shown. Mark
whichever drawing is most capable of showing "field" conditions fully and accurately;
however, where shop drawings are used for mark-up, record a cross-reference at
corresponding location on working drawings. Mark with red erasable pencil and,
where feasible, use other colors to distinguish between variations in separate categories
of work. Mark-up new information which is recognized to be of importance to Owner,
but was for some reason not shown on either contract drawings or shop drawings.
Give particular attention to concealed work, which would be difficult to measure and
record at a later date. Note related change order numbers where applicable. Organize
record drawing sheets into manageable sets, bind with durable paper cover sheets, and
print suitable titles, dates and other identification on cover of each set.
01700-3
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
Record Specifications: Maintain one _copy of . specifications, including addenda,
change orders and similar modifications issued in printed form during construction, and
mark-up variations (of substance) in actual work in comparison with text of
specifications and modifications as issued. Give particular attention to substitutions,
selection of options, and similar information on work where it is concealed or cannot —
otherwise be readily discerned at a later date by direct observation. Note related record
drawing information and product data, where applicable. Upon completion of mark-up,
submit to Architect for Owner's records.
1.07 FINAL CLEANING
General: Special cleaning for specific units of Work is specified in sections of
Divisions 2 through 16. General cleaning during progress of Work is specified in
General Conditions and as temporary services in "Temporary Facilities" section of this
Division. Provide final cleaning of the Work, at time indicated, consisting of cleaning
each surface or unit of work to normal "clean" condition expected for a first-class
building cleaning and maintenance program. Clean project site (yard and grounds),
including landscape development areas, of litter and foreign substances. Sweep paved
areas to a broom- clean condition; remove stains, petro -chemical spills and other
foreign deposits. Rake grounds which are neither planted or paved, to a smooth,
even -textured surface.
Removal of Protection: Except as otherwise indicated or requested by Architect,
remove temporary protection devices and facilities which were installed during course
of the Work to protect previously completed work during remainder of construction
period.
Compliances: Comply with safety standards and governing regulations for cleaning
operations. Do not burn waste materials at site, or bury debris or excess materials on
Owner's property, or discharge volatile or other harmful or dangerous materials into
drainage systems; remove waste materials from site and dispose of in a lawful manner.
Where extra materials of value remain after completion of associated work have
become Owner's property, dispose of these to Owner's best advantage as directed.
1.08 WARRANTIES AND BONDS
A. Provide triplicate, notarized copies. Execute Contractor's submittals and assemble
01700-4 --
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
documents by subcontractors, suppliers and manufacturers. Provide table of contents
and assemble in binder with durable plastic cover.
B. Submit material prior to final application for payment. For equipment put into
use with Owner's permission during construction, submit within ten days after
first operation. For items of work delayed materially beyond Date of Substantial
Completion, provide updated submittal within ten days after acceptance, listing
date of acceptance as start of warranty period.
PART 2 - PRODUCTS
NOT USED
PART 3 - EXECUTION
NOT USED
END OF SECTION
01700-5
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
SECTION 04500
EXTERIOR RESTORATION AND CLEANING
(Alternate Bids No. 1 and 2)
PART1-GENERAL
1.01 WORK INCLUDED
A. The work shall include but not be limited to the re -pointing, cleaning and waterproofing
of all exterior brick and cast stone on the Auditorium and Coliseum.
B. Specific items of work include the following:
1. Cut out and re -point approximately 2% of all deteriorated, cracked and missing
mortar joints.
2. Provide protective barriers in preparation for chemical cleaning and
waterproofing of panels.
3. Chemically clean the exterior of all brick and stone masonry on the entire exterior
of the building.
4. Apply a protective water -repellant sealant to all masonry cleaned in Item 3. above.
1.02 RELATED DOCUMENTS:
The requirements of this Section are an extension and are in addition to the
requirements of the Uniform General Conditions, Supplementary General Conditions,
Forms, Specification Sections found in Division 1 through Division 16 and all
Drawings.
04500-1
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
1.03 SUBMITTALS
A. Submit Manufacturer's literature and ,letters attesting that the cleaning and
waterproofing products used meet or exceed these Specifications. Comply with the
provisions of Section 01300.
B. Submit one representative 36" x 36" sample panel in place in the field of the
tuckpointing of the existing masonry surfaces, matching the existing surface as to
texture, color and general acceptability.
C. Provide one 48" x 48" sample panel at an agreed upon location on the jobsite for
cleaning and sealing of each type of masonry panel. As directed later in this Section
the Contractor may be required to provide this sample several times until a satisfactory
solution of the cleaning materials is achieved.
D. Submit complete and edited manufacturer's literature and letters attesting that the
masonry materials are in full compliance with these Specifications. Comply with the
provisions of Section 01300.
E. Manufacturer's Safety Data Sheets on each product proposed for use must be submitted
prior to work beginning. The Sheets must be kept on site and available to the
Contractor and his personnel at all time, with additional copies to the Architect and the --
Owner's security and maintenance personnel.
1.04 QUALITY ASSURANCE
A. Manufacturers, Suppliers and Contractor shall be firms of long term operation,
technically proficient and experienced in this trade. Contractor shall have been in
business a minimum of five (5) years and be able to show proof of successful
completion of at least three (3) projects of similar scope, cost and complexity to that
being bid.
B. It is anticipated that this work will be accomplished by a Sub -Contractor to the Prime
Contractor although it is not the intent of this Specification to direct the structure of
the Contractor's personnel approach to this Work. For purposes of this Section it is
assumed that this trade will be provided by a Sub -Contractor.
C. The Masonry Restoration Sub -Contractor shall have a competent Foreman (full-time,
on-site) to maintain the standards required by these Specifications. The Foreman shall
be technically proficient in this trade and be able to provide information to substantiate
04500-2
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK,TEXAS
proficiency.
D. Applicable Standards and Specifications:
1. Portland Cement shall conform to Type I, ASTM C-150. Color to be gray
standard or white as required.
2. Hydrated Lime shall conform to ASTM C-207.
3. Sand, where required, shall be pure natural sand or ground stone, conforming
to ASTM C-144.
4. Federal Specification QQ-B-101c.
5. ANSI A42.2 and A42.3.
6. ANSI/ASTM C926-81.
7. Uniform Building Code.
1.05 PRODUCT HANDLING, STORAGE AND DELIVERY
A. Deliver packaged materials to site in Manufacturer's original, unopened labeled
containers. Labels will remain on the cans with those labels properly identifying the
material contained within. Materials will not be placed in containers other than those
designated for that material by Manufacturer's label. The correct labels will remain on
containers while and where the materials are being applied.
B. Store on site, inside weatherproof structure, away from damage by water or weather
conditions. All flammable and hazardous materials will be stored in a designated
hazardous materials storage area(s).
C. All solvents and cleaners are to be stored in a designated hazardous materials storage
area. No material is to be stored in any existing building under any condition. Lids will
be fully secured on the cans and materials at all times and will not be allowed to mix
with one another.
D. All mortar shall be mixed on the ground and transported to the work area. No
04500-3
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
mortar shall be mixed on scaffolding or on existing or new roof surfaces.
1.06 ENVIRONMENTAL CONDITIONS
A. Cleaning and demolition procedures may be undertaken during light rainfall. Repair
and waterproofing work may not be undertaken during rainfall nor when rain is
expected within 24 -hours of the installation of that Work.
B. Tuckpointing, cleaning and waterproofing may not be undertaken when wind conditions
are such that the Contractor cannot control the misting of those materials outside of his
containment area. Any damage resulting to automobiles, airplanes, building finishes
such as glass and metal surfaces, Owner's personnel and building users shall be the sole
responsibility of the Contractor to remedy. The Contractor shall ha !e sole
determination as to when wind conditions create a hazard to his safe work practices.
The Contractor may erect temporary enclosures to prevent escape of sprayed products.
Comply with Section 01510 for worker protection if temporary enclosures are utilized.
C. Outside temperatures for the masonry restoration work must be a minimum of fifty
degrees Fahrenheit and rising.
1.07 JOB CONDITIONS
A. The Contractor is advised that the portions of the building is occupied during the Work. —
Work hours will be from 7:00 AM until 6:00 PM, Monday through Friday. All work
will be suspended when activities at the facilities are scheduled and the work will be
determined by the Owner to provide a disturbance of the Owner's activities.
B. The Contractor will maintain in operating condition all exterior exits and doorways
from buildings continuously throughout the work. He will construct temporary
structures as required from plywood and framing lumber and maintain those structures
in a safe manner until work is complete and the structures may be removed.
C. Water may be obtained at the building for the potable water source for this Work. The
designated connection points will be identified by the Owner's maintenance personnel. 1
Connections, hoses, devices, etc., for the delivery and use of water will be provided by
the Contractor.
04500-4
d .
w . RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
D. Electrical power will be provided by the Owner for the Contractor's use. The Owner's
maintenance personnel shall designate locations for tie-ins. It is the responsibility of the
Contractor to make those tie-ins in accordance with safe electrical practices, with safe
equipment, by a licensed electrician (where tie-ins are other than direct plugs) and in
accordance with all applicable codes.
Ground fault interrupts shall be installed at all direct connections. No frayed, cut or
otherwise deteriorated extension cords will be allowed. No open electrical boxes will
be allowed. All connections, boxes, etc., shall be kept above the roof and masonry
surfaces so as to not allow those to be exposed to standing water.
E. All mixing of masonry tuckpointing materials will remain in a fenced area where
designated. At no time shall these materials be stored outside of the designated fenced
areas. Upon completion of the work all evidence of this operation will be cleaned -up
and removed to the satisfaction of the Owner.
F. Protective containments shall be established at all areas where work is proceeding for
the cleaning and waterproofing. These containments shall meet the following minimum
requirements:
The Contractor shall construct containment structures around the limits of the
areas in which he is working and maintain those in effect. through the course of
Work in that area.
2. Containments shall be constructed of heavy duty transparent polyethylene over
wood or steel frames. The frames must be constructed so as to rest on the ground
or roof surface and not penetrate the roof surface. Where the frames rest on the
roof surface protective plywood and insulation composite panels shall be provided
to protect the new roof membrane.
ANY DAMAGE IMPOSED ON THE NEW ROOF MEMBRANE BY THIS
CONTRACTOR SHALL BE ITS RESPONSIBILITY TO REPAIR AT ITS
COST TO THE SATISFACTION OF THE ARCHITECT AND OWNER.
3. Containments shall be open topped and extend an adequate height above the work
area so as to prevent mist and overspray from escaping the area.
4. Doors into the containment shall be constructed reasonably windtight so as to
04500-5
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
prevent the escape of the chemical sprays.
5. No seal shall be made at the roof surface. The polyethylene shall be draped and
weighted continuously on the roof surface so as to prevent spray from escaping.
6. Continuing ventilation shall be provided in the space in the form of fans drawing
outside air at the ground or roof level and allowing it to escape through the open
top of the contained area. The air flow shall be calibrated by baffles or other means
so as to not contribute to the escape of chemicals from the top of the contained
area. Fan penetrations shall be sealed to the exterior barrier.
G. Protection of workers shall meet the requirements indicated in Specification
Section 01510 - Worker Protection. The Contractor shall be responsible for the
- proper training, monitoring and equipping of workers who are applying the
chemicals required under this Section.
PART 2 - PRODUCTS
2.01 MASONRY CLEANING AND WATER REPELLANT PRODUCTS
The specified masonry cleaning and water repellant products are those produced by
ProSoCo, Inc. of Irving, Texas. Approved equals maybe proposed by submitting the
completed "Substitution Request Form" found in Section 01610 and all required
literature for approval by the Architect. Where a product name and designation is used -
hereafter it is meant to have an "or equal" designation meaning that it is not the only
product which may be accepted for this work.
A. Concrete and Aggregate Masonry Cleaning in General: Sure Klean Restoration Cleaner
and/or Sure Klean 776 Masonry Pre -Wash.
B. Algae Stains: Sure Mean Restoration Cleaner, Sure Klean 766 Pre -Wash and/or Sure
Klean 1217 Poultice. These will be determined by their effectiveness in the sample panel
approval process.
C. Sealant and Paint Stains: Sure Klean 509 Paint Stripper. _
04500-6
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
D. Water Resistant Sealer: Sure Klean Weather Seal "Natural Stone Treatment This
material is a clear liquid siloxane with 15.0% Active Substance Content, 0.798
(minimum) Specific Gravity, 81 degrees F. Flash Point and Wt./Gal. of 6.64 pounds.
2.02 MASONRY TUCKPOINTING MATERIALS
A. Mortar for general use and except as otherwise specified herein, shall be mixed in the
proportion of one (1) part Portland Cement, Hydrated Lime: of not less than one-
quarter (1/4) and not more than one-half (1/2) parts, and Sand Aggregate of not less
than two -and -one-quarter (2-1/4) and not more than three (3) times the sum of the
volume of cement and lime used, to produce a Type N mortar, 1500 psi minimum
compressive strength at 28 days.
B. Pointing mortar shall be made of as dry a consistency as will produce plasticity to be
worked into the joints.
C. Only Type S mortar shall be used in installation of all missing masonry units.
D. Pre -mixed masonry mortar mixes will not be allowed.
E. All mortar shall be as specified in this Section and installed as set forth hereafter.
F. Do not add admixtures including air -entraining agents, accelerators, retarders, water
repellant agents, anti -freeze compounds or other admixtures unless otherwise indicated.
Coloring pigments may be added in limited quantities to achieve a matching color to
the existing mortar.
2.03 MASONRY UNITS
A. All face brick required for replacement of broken or missing units shall match the
existing and shall conform to the requirements of ASTM Specification C-216, SW,
Type FBS. Brick size, face texture and color shall match existing as closely as possible.
The Architect shall have final approval authority on the match.
r-�
B. Cast stone units requiring replacement due to chipping'or breakage caused by the Work
shall match the existing in color, hardness, cohesion, size, texture and shape. The
�.• Contractor may elect to create additional joints through saw -cutting for ease of removal
where it will prevent breakage. The location of these new joints must be approved by
the Architect in advance of demolition.
i
04500-7
RE -ROOF LUBBOCK MUNICIPAL COLISEUM& AUDITORIUM
LUBBOCK, TEXAS
PART 3 EXECUTION
3.01 INSPECTION
3.02
A. Review the Contract Documents to determine and locate all work required by this
Section and the work of any other trade which will affect the Work.
B. Coordinate the installation of flashings, reglets, flashing receivers, anchors, etc.,
requiring embedment in masonry removal and repair work.
C. Erect all required scaffolding and protective enclosures, securing same to the building
in compliance with all OSHA standards.
The Contractor shall examine the Contract Documents and all conditions which affect
the quality of its work. Deviations or unsatisfactory conditions will be reported to the
Architect. No work will proceed until conditions are satisfactory to meet requirements
of the Contract Documents.
PREPARATION
D. Erect a temporary fence containment around all scaffolding consisting of an orange
48" high polypropylene barrier fence secured to metal posts or wood posts resting on
the concrete or other surfaces. Comply with protective measures previously indicated
for this Work.
E. Immediately prior to the application of cleaners and sealers all plant life including trees,
shrubs, flower beds and grass will be thoroughly wet until dripping. The Contractor
will maintain this wet condition on the foliage throughout the application and rinse
cycles of all work.
ANY PLANT LIFE WHICH IS PERMANENTLY DAMAGED BY THE WORK
WILL BE REPLACED AT THE CONTRACTOR'S EXPENSE.
DETERMINATION OF WHAT IS PERMANENTLY DAMAGED SHALL BE
THE DECISION OF THE ARCHITECT.
A neutralizing ditch or barrier trenches may be constructed at the building perimeter to
help protect plant life. These trenches will be no more than 8 in width and 12" in
depth and will be fully backfilled at completion of the work.
04500-8
r�
r
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
3.03 MASONRY CLEANING
CLEANING IN GENERAL:
A. Mask or protect all surfaces not to be cleaned including vegetation protection as listed
earlier. Provide test panels for approval and to determine dilution requirements of
cleaning product.
B. Apply specified cleaning solution diluted as determined in the test panel in liberal
amounts using low pressure spray (50 psi), roller or densely filled (tampico) masonry
washing brush and in strict conformance with the Manufacturer's recommendations.
C. Allow the cleaning solution to remain on the surface for three to five minutes. Re -apply
cleaning solution. Light scrubbing of the surface may be necessary for complete
cleaning. Do not leave cleaning solution unattended on surface; and do not allow it to
"dry in" to the masonry.
D. Begin rinsing with low pressure flood rinse to remove initial acidic residue with
minimum risk of wind drift then rinse the treated area thoroughly using high pressure
spray. Rinse from the bottom of the treated area to the top flushing each section of the
surface with a concentrated stream of water. To avoid streaking on vertical walls, take
care to keep the wall below wet and rinsed free of cleaner and residue. Pressure rinsing
should be accomplished at 600 to 1000 psi with a 15-30 degree fan tip. Care must be
taken to insure that brittle masonry is not damaged under the pressure.
MASONRY & PRECAST STONE ALGAE STAINS:
71 A. Mask or protect all surfaces not to be cleaned including vegetation as listed earlier.
Provide test panels for approval and to determine dilution requirements of cleaning
product.
B. Where test panels dictate apply a heavy coating of the specified prewash using a brush
or roller.
C. Allow the material to remain on the surface for 30 minutes to one hour, longer times
may be required when temperatures are below 71 degrees Fahrenheit.
D. Pressure rinse surface making sure to hit each portion of the surface with concentrated
water pressure. Re -apply the specified prewash and scrub vigorously where stains
persist, rinsing thoroughly with clean water.
04500-9
i•`
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
E. After the prewash process is complete the entire surface will be cleaned with the
specified cleaner.
SURFACE SEALANT OR PAINT STAINS:
A. Mask or protect all surfaces not to be cleaned including vegetation. Plants, trees and
ground covers must be completely covered and the solvent must not come in contact
with these materials. Protect glass using solvent resistant polyethylene held in place
with duct tape. Strippable films are not to be used as protection from this material.
B. Provide test sample panel for inspection and approval prior to proceeding with the
Work.
C. Prepare the surface by dry scraping to remove all peeling and loose paint. Use caution
so as.to not damage the masonry surface in the process.
D. Using a solvent resistant brush or roller, apply a uniformly thick coating of the specified
stripper to the DRY surface.
E. Allow stripper to dwell on the surface for 15-20 minutes or until paint "lifts" or shows
indications of dissolving. Periodic agitation with a stiff bristle brush will improve
stripper penetration. Stripper should not be allowed to dry on the surface. If tests
indicate a longer waiting period, reapply the stripper to prevent drying.
F. Remove the stripper with high pressure water rinsing providing 400 to 1200 psi with
a 25 degree fan tip at a flow rate of 4-6 gallons per minute. Heating of water to
150-180 degrees Fahrenheit may improve stripping efficiency.
G. A general cleaning of the surface is required with the Restoration Cleaner previously
specified. The Contractor will note that the strippable solvent is only to be used
on sealant or paint stains.
3.04 WATER RESISTANT SEALERS
A. All masonry cleaning as described above and joint sealant work as required in
SECTION 07900 - JOINT SEALERS is to be completed prior to the Work of this
Section.
B. Provide test panel for approval prior to beginning overall work.
04500 -IO
t�
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
C. Apply sealer to all masonry surfaces on the building. Surfaces are to be completely dry
and free of all dirt and residue. Insure that leaves, insects and other foreign debris are
not captured by application of the sealer.
D. Protect adjacent surfaces from overspray along with all vegetation as previously
described.
E. Do not dilute or alter the material. Apply with low pressure (20 psi) spray equipment
or brush or roller.
F. Apply to vertical surfaces with two successive "wet -on -wet" applications. Uniformly
apply, working from the bottom-up, sufficient material to produce a 6" to 8" rundown
below the contact point. Allow the first application to penetrate (approximately 5
minutes) and reapply in the same saturating manner. Less material will be required on
the second application.
G. Apply to horizontal surfaces in a single saturating application so the surface remains
wet for a few minutes before penetrating. Broom out surface residues, pools and
puddles until they completely penetrate.
H. Coverage rates depend on the material's surface porosity. Recommended rates for clay
brick are 100-150 sq.ft/gal.
3.05 TUCKPOINTING INSTALLATION
A. Cut out and remove all mortar joints that are cracked or deteriorated to a depth of 1
„
from the face of the masonry wall. A total of 2% of the total masonry surface is to be
used for estimating purposes. Defective joints are described below:
1. Cracked Joints: There are defined as cracks either vertical or horizontal in the
joint mortar itself or between mortar and masonry unit.
2. Missing Mortar: Joints where the mortar is no longer present or what is able to
be removed by the bare fingers.
3. Deteriorated Mortar: Joints in which the mortar has washed away from the face
and is recessed below the average depth of the general existing jointing.
B. Do not install new mortar in freezing weather. No anti -freeze ingredient shall be used.
k
k 04500-11
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
Comply with recommendations of the Brick Institute of America Technical Notes IA,
most current edition.
C. Perform absorption rate test for each type of masonry being tuckpointed using the 20
drop per quarter size area method described in BIA Technical Notes 17C. Conduct —
tests in the presence of the Architect. The rate of absorption at the time of laying shall
not exceed 20 grams (0.7 oz.) per minute for 30 square inches of brick surface
immersed in 1/8 of water. Brick exceeding this shall be wetted by an approved
method prior to tuckpointing.
D. Tuckpointing will completely fill the joint to its fullest depth and span the joint
completely between units.
E. All joints shall be tooled to match existing solid joints. Excess mortar shall be cleaned
from the building daily.
3.06 RE -INSTALLATION OF LOOSE OR MISSING BRICK
A. Do not lay masonry in freezing weather. No anti -freeze ingredient shall be used.
Comply with recommendations of Brick Institute of America Technical Notes 1A, most
current edition. No units which are chipped, moist or frozen will be laid.
B. Tests:
1. Perform absorption tests as described above prior to beginning work.
2. If determined by the Architect the Contractor may be required to perform
absorption tests as its expense per ASTM C-67.
3. Variation of Mortar Joint Thickness: Do not exceed existing average bed joint
thickness by more than plus or minus 1/8", with a maximum thickness limited to
1/2". Do not exceed head joint thickness by more than plus or minus 1/8".
C. Mortar type shall be Type "S".
D. Brick shall be laid plumb, level and true to line, in full beds of mortar. Lay with
completely filled mortar joints. Do not furrow bed joints. Butter ends of brick with
sufficient mortar to completely fill head joints. _
04500-12
r
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
E. All horizontal and vertical joints shall be filled with average 3/8" thick, full mortar
coverage of face and width. Horizontal bed joints shall be filled full depth of unit. If
unit is moved after setting, remove, clean and reset. All joints shall be tooled to match
existing solid adjacent joints.
F. All units shall be laid in bond matching the existing pattern.
3.06 CLEANING
A. Clean all grounds free of patch material debris. Remove scaffolding and tie -backs to
building. Patch holes in surfaces where tie -back anchors were located.
B. Remove strippable film from cleaning and sealing operations.
C.' Remove temporary fence and restore grounds to prior work condition. Replace any
permanently damaged vegetation as required.
3.07 WARRANTY
A. Provide a two-year written warranty against defects in materials and workmanship.
The Contractor shall be required to co-sign this warranty along with the Sub -
Contractor.
B. Provide waterproofing material manufacturer's standard ten-year warranty for all
sealant.
END OF SECTION
04500-13
r
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
SECTION 06100
CARPENTRY
PART 1 - GENERAL
1.01 DESCRIPTION
A. Carpentry required for this specification shall include all additional or replaced wood
nailers or members necessary to achieve proper flashing heights, new or replaced wood
members for roof decking and associated supports, nailers necessary for new edgings,
copings, expansion joints, etc., all other labor, materials equipment and services to do
all carpentry and miscellaneous installation work called for on the drawings, including
but not limited to the following:
B. Wood blocking, nailers, cants, curbs, furring and other wood members necessary for
roof repairs and associated upgrades.
C. New wood curbs and sheathing or plywood sheathing as necessary for protection from
traffic on existing roof areas.
D. Replacement of existing tectum decking as shown in the Drawings and specified herein.
The Base Bid at the Coliseum shall include 600 replacement tectum panels measuring
2'x 4'x 2-1/2". These panels shall be installed where deteriorated tectum panels are
discovered. All unused panels remaining at the end of the job will remain the property
of the Owner if not returnable for credit to the Supplier or Manufacturer.
Unit prices will be provided on the Bid Form for credit of labor for panels which are
not installed, and for panels which are found to be deteriorated beyond the original 600
pieces. The 600 replacement tectum panels do not include those specified for
replacement on the Coliseum Penthouse, nor the new panels required at the Auditorium
Penthouse.
1.02 RELATED REQUIREMENTS
Uniform General Conditions, Supplementary General Conditions, Forms, Specification
06100-1
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
Sections found in Division 1 through Division 16 and all Drawings apply to Work
specified in this Section. ...
1.03 REFERENCES —
A. Section 07220 - Roof Insulation and Removal
B. Section 07510 - Roofing Warranty
C. Section 07560 - Modified Bitumen Roofing System
D. Section 07600 - Flashing and Sheet Metal
E. Reference Authorities
1. PS20 - Softwood Lumber Standards
2. PSI - U.S. Product Standard for Construction and Industrial Plywood
3. APA - Product Guide
4. AWPA - Book of Standards
1.04 SUBMITTALS
A. Submit product data and certificates under provisions of Section 01300 and Shop
Drawings showing the minimum following conditions:
1. Each wood member with its sizing and type.
2. All wood member attachment including size and type of fasteners.
B. Wood Treatment Data submittals are required for all manufacturer's instructions for
proper use of each type of treated material.
C. For each type of pressure treatment specified, include certification by treating plant
stating chemicals and process used, net amount of preservative retained and
conformance with applicable standards.
D. Product data for all wood fasteners including their sizes, material, type and finish. —
06100-2
a
r-`
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
1.05 PRODUCT DELIVERY, STORAGE AND HANDLING
A. Delivery: Materials shall be delivered in bulk as necessary so as to provide continuous
operations and no work slow down. Schedule and coordinate with Owner all necessary
deliveries so as to cause the least amount of inconvenience to Owner's daily activities.
All deliveries and unloading or loading activities shall be the responsibility of the
Contractor and Owner shall in noway be responsible for same.
B. Storage: Store all necessary materials in such a manner so as to keep dry at all times.
Tarps and visqueen are a requirement of this Contract. Stored materials shall be up and
off the ground, roof surface or any other possible damp or wet surfaces, and be stacked
so as to allow circulation within stacks.
Storage of materials on the roof surface shall not overload the existing deck or
structure conditions and all storage areas shall be in designated areas out of the way of
Owner's on-going operations. Materials stored on the roof surface shall not exceed 20
lbs. per square foot of roof surface.
C. Handling: Materials shall be handled in such a manner so as to preclude damage and
contamination with moisture or foreign matter.
1.06 JOB CONDITIONS
A. Coordination: Fit carpentry work to other work; scribe and cope as required for
accurate fit. Correlate locations of nailers, blocking, and similar supports to allow
proper attachment of other work necessary.
PART 2 - PRODUCTS
2.01 MATERIALS
A. Factory mark each piece of lumber with type, grade, mill, and grading agency.
B. Nominal sizes are indicated, except as shown by dimensions. Provide actual sizes as
required by PS 20, for moisture content specified for each use.
C. Provide dressed lumber, sized four sides, unless otherwise indicated.
06100-3
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
D. Provide seasoned lumber with 19% maximum moisture content at time of dressing.
E. Framing, furring, etc. shall be southern yellow pine or coast region douglas fir.
F. Southern Yellow Pine
1. Wolmanized or fire -retardant where indicated.
2. Two inch dimension lumber: No. 1 stress rated Fb 1350. No. 1 common.
G. Douglas Fir
1. 2 x 4 and less, light framing grade No. 1 boards.
2. No. 1 common.
H. Plywood Sheathing shall be exterior grade C -D.
I. Provide wood for support or attachment of other work including cant strips, bucks,
nails, blocking, etc. Provide lumber of sizes indicated, worked into shapes as shown.
J. Moisture Content. 15% Maximum for lumber items +not specified to receive wood
preservative treatment.
K. Preservative Treatment. Where lumber is specified, comply with applicable
requirements of AWPA Standards C2 and of AWPB Standards listed below. Mark
each treated item with the AWPB Quality Mark Requirements.
L. Pressure treat above ground items with water borne preservatives to comply with
AWPB LP -2. After treatment, kiln dry lumber to a maximum moisture content of 19
percent. The following items shall be wolmanized: wood cants, curbs, nailers,
equipment bases and similar members in connection with all roofing and flashing.
M. Kiln dry treated items to maximum moisture content of 19%.
N. All fasteners shall be hot -dipped galvanized steel in the sizes and type indicated. All
screws and nails shall be appropriate for the wood items to connect and shall be
hot -dipped galvanized steel.
06100-4
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
.,. LUBBOCK, TEXAS
O. Expansion anchors shall be of the following types:
1. Expansion Bolts: Rawl Stud or equal in sizes shown on the Drawings.
2. Stainless Steel Masonry Nails: Stainless steel pin and zinc jacketed fastener
equal to Rawl Zamac Nailin #2870.
P. Tectum Decking: All tectum decking shall be Tectum I panels matching the size
of the existing (2' z 4' approximate) and being either 2-1/2" in thickness as field
conditions require. All joints shall be tongue -and -groove. Panels which replace
existing deteriorated pieces at the Coliseum Dome and Penthouse shall rest on the
existing steel framing. Panels installed at the Auditorium Penthouse shall be
attached to.the new steel bar joists with Manufacturer's standard steel clips.
See replacement schedule under 1.01 above and 3.01.1. below for required work.
PART 3 - EXECUTION
3.01 INSTALLATION
A. Discard units of material with defects which might impair quality of work, and units
which are too small to use in fabricating work with minimum joints or optimum joint
arrangement.
B. Set carpentry work accurately to required levels and lines, with members plumb and
true and accurately cut and fitted.
C. Securely attach carpentry work to substrate by anchoring and fastening as shown and
as required by recognized standards. Countersink nail heads on exposed carpentry
work and fill holes. Use common wire nails, except as otherwise indicated. Select
fasteners of size that will notpenetrate members'where opposite side will be exposed
to view or will receive finish materials. Make tight connections between members.
Install fasteners without splitting of wood; pre -drill as required.
D. Provide wood products to size and shape as shown and coordinate closely with all
other scheduled work for continuous operation of all trades.
E. When installing new wood nailers or blocking to masonry walls or concrete, secure
wood members with Rawl Stud or equal expansion anchors spaced as detailed on the
06100-5
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
Drawings.
F. When securely attaching carpentry work, all3/4" and 1" materials shall be attached with
8d hot -dipped galvanized framing nails. All 1 1/2" or 2" materials shall be attached _
with 16d hot -dipped galvanized framing nails. Nail spacing shall not exceed 12" on
center or as detailed, and shall be securely driven in place. All bent or deformed nails
or fasteners shall be removed and disposed of.
G. Spilled nails and fasteners on any roof surface are a constant source of problems.
Therefore, all nails will be picked up not less than three (3) times per day.
H. Protective Walkways - Traffic Area Protection: Install full sheets of 3/4" exterior grade
plywood and min. 1/2" wood fiber insulation over those areas of new roof surface to
be trafficked by personnel and wheeled vehicles. The insulation board will be placed
against the roofing surface.
I. Tectum Panels Installation: Install all panels in accordance with Manufacturer's
recommended standards and as follows.
1. Identify existing deteriorated panels at the Coliseum Dome roof by first visually
observing potentially damaged panels from the interior, then driving the specified
nail fastener from the,outside after removal of the existing shingle roofing. If the
fastener does not provide the minimum pullout resistance of 50# then the subject
panel will be replaced.
2. Remove the existing tectum decking in its entirety over the Coliseum Penthouse
3. Precautions shall be taken in removal of the tectum panels described above by
cordoning off areas on the interior of the building directly below and ten feet in all
directions. The Owner shall be advised each day that work progresses as to what
area will be under construction so that the Owner's personnel can be advised not
to schedule work in the subject area for that day. Any material dropped to the
interior will be picked up prior to the end of the day or when the Owner feels the
material is hampering his operations. Any damage resulting to the interior from
the above operations will be corrected immediately to the Owner's satisfaction.
4. New 2-1/2" thick panels which replace deteriorated material shall rest on the
existing steel bulb T's with anchorage matching the existing. The panels shall be
grouted along the seams with Tectum Grout. Install new plies of 90# mineral cap —
06100-6
r
w RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
sheet attached with tube-lok nails over the replacement panels so as to match the
thickness of the existing roofing materials remaining. The existing roof thickness
is approximately 3/4". Raise the edges of adjacent panels as required to engage the
tongue -and -groove joint at the long edges of each piece. Seal the short edges to
prevent drippage of grout or bitumen to the interior.
5. Install new 3" thick panels at the Auditorium Penthouse with clips attached to the
new steel bar joists. Clip attachment may be by welding or screws as
recommended by the Manufacturer. Uplift resistance shall meet FM I-90. Lay one
ply of red rosin paper over the tectum decking prior to installation of the new
specified roofing system.
CARPENTRY, LIKE ALL OTHER PORTIONS OF A RE -ROOFING PROJECT, IS A
VERY IMPORTANT SUB -ASSEMBLY. IT IS THEREFORE A CONDITION OF THIS
SPECIFICATION THAT SKILLED CARPENTERS BE USED FOR ANY AND ALL
WOOD WORKING NEEDS. ALL CARPENTRY WORK DEEMED
UNSATISFACTORY TO THE OWNER AND ARCHITECT WILL BE REJECTED AS
WILL UNSATISFACTORY PERSONNEL.
END OF SECTION
06100-7
71,
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
SECTION 07220
ROOF INSULATION & REMOVAL PROCEDURES
' ' - e Z" A-"
1.01 WORK INCLUDED
A. Removal and disposal of the existing built-up roofing, insulation, base flashings
and metal accessories if not specified for reuse.
B. Following is a schedule of demolition for each roof area of the project:
1. Coliseum Dome: Remove the existing shingles to the existing red colored granule
surfaced roof system. Remove the existing granular and organic felt system where
required to reach deteriorated tectum decking.
2. Coliseum Dome at Existing Modified Roof Membrane: Remove the existing two
(2) roof systems to the existing red colored granule surfaced roof system. Remove
the existing granular and organic felt system where required to reach deteriorated
tectum decking.
3. Coliseum Penthouse: Remove the existing three (3) roof systems and tectum
decking to the steel structure. Install new 2-112" thick tongue -and -groove Tectum
I planking as noted in the Drawings.
4. Auditorium Roofs: Remove the existing built-up gravel surfaced roofing system
to the lightweight structural concrete deck. All organic material will be removed,
but asphalt which is permanently adhered to the deck may remain.
5. ' Auditorium Penthouse: Remove the entirety of the Penthouse structure to the
level of the structural concrete perimeter curb.
C. Installation of new insulation as specified.
07220-1
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK,TEXAS
1.02 RELATED REQUIREMENTS
Uniform General Conditions, Supplementary General Conditions, Forms, Specification
Sections found in Division 1 through Division 16 and all Drawings apply to Work
specified in this Section.
1.03 SUBMITTALS
A. Submit current catalogs/brochures describing products for review, coordination
and final approval for use in this Project. All submittals shall be delivered to the office
of the Architect per requirements of Section 01300.
B. Submittals shall include shop drawings showing layouts for all tapered insulation
systems.
C. Provide demolition plan indicating at a minimum the following:
1. Schedule of demolition detailed to correspond to re -roofing operations. --
2. Requirements of staging including methods proposed for transport of materials
from the roof to the ground.
3. The written plan shall include details of trash containment, locations for staging
operations and details for disposal of materials off the site.
4. Submit containment fence layout, materials and support structure for all rooftop
and ground locations.
5. Submit containment barrier layout each day for areas on the Coliseum interior
below where the work will occur on that day and where existing tectum panels will
be removed. The containment barrier layout shall be transmitted to Mr. Freddy
Chavez and the Architect at least 48 -hours in advance of the proposed installation
of the barriers and updated as changes occur. Barriers will be removed as soon as
demolition procedures are complete for that day. Debris will be removed daily.
07220-2
y
t RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
1.04 RELATED WORK SPECIFIED ELSEWHERE
A. Section 06100 -Carpentry
B. Section 07510 Roofing Warranty
C. Section 07560 - Modified Bitumen Roof System
D. Section 07600 - Flashing and Sheet Metal
1.05 PRODUCT DELIVERY
A. Delivery: Materials shall be delivered in the manufacturer's original sealed and
labeled shrouds and in quantities to allow continuity of application throughout the
Project. Coordinate shipment receipt as necessary to cause occupant least amount
of interference. Do not expect or anticipate Owner to take responsibility of any
deliveries, etc.
B. Storage: Materials shall be stored out of direct exposure to the elements and on
pallets. All goods which are susceptible to water damage will be stored in fully
enclosed trailers. No materials will be stored on the roof overnight.
C. Handling: All materials shall be handled in a manner which will preclude damage
and contamination with moisture or other harmful/foreign matter.
1.06 JOB CONDITIONS
A. Any portion of the roofing system or its accessories shall not be applied during
precipitation or started in the event precipitation is threatening, unless precautions are
taken for same.
B. The allowable weight distribution for the Auditorium roof area shall not exceed 100
pounds per square foot. The allowable weight distribution for the Coliseum roof area
�.. shall not exceed 20 pounds per square foot.
C.
07220-3
r-+
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
C. The Contractor is advised that the flanges of the metal rib covers at the Coliseum Dome
are anchored to the tectum deck with 1/8" diameter bolts spaced at 12" on center along
each side of the steel trusses. Each bolt has a washer -and nut securing it through the
bottom of the deck. The Contractor is advised that each bolt, nut and washer will be
removed in its entirety. The removal technique employed will be designed by the
Contractor to avoid damage to the roof deck. Extracting the bolts by pulling them
through the deck intact from the top or bottom is unacceptable. The method proposed
for extraction shall be submitted under 1.03.C. above.
PART 2 - PRODUCTS
2.01 MATERIALS
Insulation for use in built-up roofing shall conform to:
A. Perlite Insulation Board: Rigid mineral aggregate insulation board composed of
expanded perlite and cellulose binders meeting F.S. HH -I -529b. Shall be in thickness
as indicated on the Drawings with minimum thickness of not less than 3/4". Board size ~-
shall not exceed 24" x 48",
B. Polyisocyanurate Insulation Board: Rigid polyisocyanurate board insulation meeting
FS HH -I-1972/2. Size to be either 48" x 48" or 48" x 96" by manufacturer's standard
thicknesses as required. Polyisocyanurate insulation board shall be used as fill material
for all tapered insulation systems and shall be covered with a minimum of 3/4" perlite
insulation at all points.
C. Tapered Insulation: At all areas so designated for taper, use tapered perlite as
manufactured by Schuller Roofing Systems, GAF Corporation or approved equal.
Tapered insulation shall have a minimum slope for positive drainage of 1/16", 1/8", 1/4"
or 1/2" per foot as shown on the Drawings. The minimum starting thickness shall be
no less than 3/4". Saddles or crickets shall be as produced by the same manufacturer
as that of the tapered system and have a minimum slope of not less than twice that of
the system over which it is installed. Saddles or crickets shall extend not less than 1/4
the length of the saddle, unless otherwise detailed or shown.
07220-4
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
D. Cant Strip:
1. Tapered cant of wood fiber or perlite meeting ASTM C-78 shall be installed at all
locations where detailed or where applicable.
2. Fire -retardant wood fiber or perlite meeting ASTM C-78. Size will be 4" x 4" with
a 5 3/8" face.
2.02 INSULATION SCHEDULE
The schedule of insulated roofing systems is indicated on the Drawings and as follows:
A. Coliseum Penthouse: Tapered perlite at 1/2" per foot slope.
B. Coliseum Dome At Ends Adjacent to Penthouse: Tapered perlite at 1/8" per foot
slope.
C. Lower Roofs at Coliseum Entrances and Loading Dock: Tapered perlite at 1/2" per
foot slope with crickets at 1" per foot.
D. Mechanical Area Roof Between Stage Tower and Coliseum Dome: Tapered perlite at
1/16" per foot slope with crickets at 1/4 per foot.
E. Lower Auditorium Roofs on North and South Sides of Stage Tower: Tapered perlite
at 1/8" per foot slope with crickets as required.
F. Lower Auditorium Roof at East End of Main Roof: Tapered perlite at 1/8" per foot
slope.
G. Stage Tower Roof: Tapered crickets at 1/4" per foot slope at roof drains.
H. Main Auditorium Roof. Tapered crickets at 1/4" per foot slope between roof drains.
2.03 RELATED MATERIALS
A. Asphalt Primer: Asphalt cut-back type primer manufactured in accordance with
07220-5
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
ASTM D41 standards or as manufactured without asbestos for use on masonry, metal
and other necessary surfaces.
B. Fiberglass Base Sheet:Asphalt-impregnated fiberglass matt approved by or produced
by the roofing membrane manufacturer and equal to ASTM D-4601, Type II.
C. Asphalt: Steep grade or Special Steep grade asphalt manufactured in accordance with
ASTM D-312 standards for Type III or IV. For use as adhesive for second and
additional layer(s) of insulation, for attachment of cant strip where applicable or for
attachment of insulation to nailed base sheet where applicable.
D. Adhesive: The Contractor may choose to install the tapered insulation at the Coliseum
Dome area in the Manufacturer's recommended adhesive in lieu of hot asphalt.
E. Base Sheet Fasteners for Tectum Decking: 21/2" Tube -Lok nails.
2.04 MANUFACTURERS
A. The manufacturer of the insulation shall be approved in writing by the manufacturer of
the roof membrane system.
B. All insulation shall'be included as a part of the l0 -year or 20 -year NDL warranty
required for the respective roofing systems.
PART 3 - EXECUTION
3.01 INSPECTION
A. Contractor to inspect the substrate for. soundness .of the deck or surfaces covered
by new insulation, roof repairs, or roof system. Notify the Architect of any
discrepancies or deficiencies.
B. Commencement of application of new insulation, where applicable, signifies
Contractor's acceptance of the existing substrate:
07220-6
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
... LUBBOCK, TEXAS
3.02 PREPARATION/DEMOLITION
A. Completely remove all existing shingles, built-up roofing materials, flashings and
insulation to the existing deck or as listed in the schedule above over `the entirety of the
roof areas indicated by the Drawings. Replace or repair any wet decking or decking
damaged to the extent so as to be unable to hold the mechanical fasteners or be mopped
to.
B. Remove and properly dispose of existing roofing, insulation, flashings, unused
accessories and other items as detailed on all areas shown. Coordinate all activities with
Owner. Control dust as much as possible by lightly sprinkling the roof surface with
clean water. Removal procedures shall include the following which will be adhered to
without deviation. It is important that the Contractor be aware that debris will be
policed constantly to prevent its blowing from the site.
A man shall remain on the ground during all tear -off operations for the specific
purpose of maintaining the grounds free of debris at all times.
2. All debris shall be transported to the disposal vehicle/dumpster by means of a fully
enclosed trash chute. The chute shall be designed to deposit debris a maximum
distance of 12" above the sides of the container. No debris shall be stacked above
the top edge of the container. Prior to removing the container from the site it shall
be fully covered by a tarp and contained so that no debris escapes during transport
to the dump site. Cranes with fully enclosed buckets may be used for transport of
materials from the roof level.
3. All roof gravel shall be vacuumed from the surface prior to tear -off of roofing
materials in each area and removed from the site daily.
4. When in the opinion of the Contractor high winds would be hazardous to the
health and safety of its employees, or when debris cannot be controlled in
conducting tear -off operations then work shall be suspended and the roof returned
to a watertight condition.
C. The substrate shall be completely free of debris or foreign matter. Decks shall at this
time be inspected (see 3.01 above). Where deteriorated conditions are found report
same to the Architect writing for direction. Clean deck free of all debris. Remove all
nails used to hold the existing shingles. Do not drive nails tight and leave in place.
07220-7
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM.
LUBBOCK, TEXAS
D. All lightweight structural concrete decking, masonry and/or metal surfaces scheduled
to receive new roofing insulation or flashings (by mopping or setting in bituminous
materials) is to be primed with asphalt cut-back type primer at a minimum rate of 3/4
gallon per 100 square feet of area.
E. Accessories which are no longer deemed necessary shall be brought to the attention of
the Owner or his representative. Removal and deck repair procedures shall not take _
place until written authorization is obtained from the Architect. Any and all removed
accessories are to be considered the property of the Owner who reserves the right to
retain possession of same. Equipment and/or any materials removed and not used, and
not claimed by the Owner, will be removed from the site and disposed of by the
Contractor.
F. Resulting debris is to be promptly removed from the roof surface and lowered through
chute or by hoist. Debris shall be lowered to proper receptacle at ground level and
removed from the job site on daily or as needed basis so as not to cause hazard and to --
comply with all safety regulations.
G. New required wood nailers and any cut or corrected wood nailers shall be installed at
all areas where detailed. See Carpentry - Section 06100.
H. Debris and bitumen are to be restricted from entering the existing roof drains and
interior of the building. The Contractor is responsible for proper operation of the roof
drains. All drains shall be tested for water flow prior to tear -off beginning. All drains
shall be covered during tear -off operations and uncovered prior to the Contractor _
leaving the site at the end of the day. All clogs or malfunctions shall be immediately
reported to the Owner.
I. Holes or deficiencies in roof deck shall be corrected before the new roof system is
installed.
J. Dispose of all existing lead soil pipe flashings.
K. The Contractor is advised that the existing roofing flashings on the Auditorium and
lower Coliseum roof areas contain non -friable Category II asbestos containing
materials. The Contractor will adhere stringently to all current State and Federal laws —
pertaining to the handling and disposal of these materials.
07220-8
r
rol-
RE-ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
L. The Contractor is advised that the shingles on the Coliseum are attached with either
tube-lok, 2" aluminum ring -shank or 2" steel ring -shank nails. Nails which cannot be
driven solid into the substrate shall be removed. In no case shall the Contractor's
method of nail removal prove to be detrimental to the existing tectum decking. If nail
removal becomes detrimental to the decking the Contractor shall. consult the Architect
for further direction.
3.03 INSULATION INSTALLATION
A. General application shall be in accordance with the insulation and membrane
manufacturer(s) instructions and the following requirements. These instructions are
to include the installation of necessary wood nailers or other insulation "stops" as
j required by existing conditions.
B. The first layer of insulation at the Auditorium and lower Coliseum roof areas shall be
installed in Type III or IV asphalt, or Manufacturer's recommended adhesive over the
primed cementitious decking in solid moppings of not less than 25 pounds per square.
The Contractor is advised that the deck is lightweight structural concrete and has been
determined to be dry over the majority of the roof area. The Contractor is also advised
that this deck is very hard and will not accept fasteners. All boards shall be walked in
to ensure solid adhesion of all parts of the boards. Fill all gaps in excess of 1/2".
Stagger joints between adjacent boards by at least 12".
C. Where insulation is to be installed at tectum decks mechanically fasten one ply of the
specified fiberglass base sheet over the deck surface running each sheet perpendicular
to the slope or drainage direction of the roof. Lap sides 2" and end laps 6". Fasten
with specified fasteners and disks spaced at 9" on center at side laps and in two rows
spaced 12" apart down the center of the sheet with fasteners spaced at 18" on center
staggered. The pattern of attachment is that required to meet FM I-90 for wind uplift
resistance. Install the first layer of insulation over the new base sheet in hot asphalt as
outlined above.
D. Install any second and/or all subsequent layers of specified insulation in solid moppings
of Type III or IV asphalt, or the Manufacturer's recommended adhesive applied at the
rate of not less than 25 lbs. per square. All moppings shall be solid with no voids
remaining. Walk in all boards to insure solid adhesion. Fill all gaps in excess of 1/2
inch. Stagger joints between adjacent boards and to those below.
07220-9
r-
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
E. All insulation shall be laid in full sheets wherever possible, and carefully fitted and
pushed against the adjoining sheets or nailers so as to form a tight joint. Edges of _
insulation boards shall be mitered at all ridges or elsewhere to prevent open or irregular
joints. All open joints shall be filled with cut pieces of matching roof insulation.
F. Cant strips, whether tapered or standard, shall be adhered in hot asphalt or plastic
cement at all vertical terminations as detailed.
G. All appropriate measures shall be taken to prevent asphalt bitumen bleed and drip
through.
H. In all cases where multiple layers of insulation are to be installed, all joints between
layers shall be broken and staggered to present a more thermally efficient insulation
substrate.
END OF SECTION
07220-10
r
i RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
SECTION 07510
ROOFING WARRANTY
WHEREAS
of (Address)
herein called the "Contractor", has performed roofing and associated work for the RE -ROOF
p LUBBOCK MUNICIPAL COLISEUM AND AUDITORIUM as owned by:
Owner: THE CITY OF LUBBOCK
Address: P.O. Box 2000, LUBBOCK, TEXAS 79457
` Address of Buildings: TEXAS TECH FREEWAY LUBBOCK TEXAS
Area of Work: ALL ROOFS Date of Acceptance:
Warranty Period: TWO (2) YEARS Date of Expiration:
AND WHEREAS the Contractor has contracted with Owner to warrant said work against leaks
and faulty or defective materials and workmanship for designated Warranty Period.
NOW THEREFORE the Contractor hereby warrants, subject to terms and conditions herein set
forth, that during Warranty Period he will at his own cost and expense, make or cause to be made
such repairs to or replacements of said work as are necessary to correct faulty and defective
work, and as are necessary to maintain said work in watertight condition.
This Warranty is made subject to the following terms and conditions:
1. Specifically excluded from this Warranty are damages to work and other parts of the
building, and to building contents, caused by: (a) lightning, windstorm, hailstorm, and other
1 unusual phenomena of the elements; (b) fire; (c) failure of roofing system substrate including
cracking, settlement, excessive deflection, deterioration, and decomposition; (d) faulty
construction of vents, equipment supports, and other penetrations of the work; (e) repeated
vapor condensation on bottom of roofing; and (f) activity on roofing by other persons
including construction contractors and maintenance personnel, whether authorized or
unauthorized by Owner. When work has been damaged by any of the foregoing causes,
Warranty shall be null and void until such damage has been repaired by the Contractor, and
r until cost and expense thereof has been paid by the Owner or by another responsible party
so designated.
07510-1
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
2. The Contractor is responsible: for work covered by this Warranty, but is not liable for
consequential damages to building or building contents resulting from leaks or faults or
defects of work.
3. During Warranty Period, if the Owner allows alterations of work by anyone other than the
Contractor, including cutting, patching and maintenance in connection with penetrations,
attachment of other work, and positioning of anything on roof, this Warranty shall
become null and void upon date of said alterations, but only to extent said alterations affect
work covered by this Warranty. If the Owner engages the Contractor to perform said
alterations, warranty shall not become null and void, unless the Contractor, prior to
proceeding with said work, shall have notified the Owner in writing that said alterations
would likely damage or deteriorate the work, thereby reasonably justifying a limitation or
of this Warranty.
4. During Warranty Period, if original use of roof is changed and it becomes used for, but was
not originally specified for, a promenade, work deck, spray cooled surface, flooded basin,
or other use or service more severe than originally specified, this Warranty shall become null
and void upon date of said change, but only to extent said changes affect work covered
by this Warranty.
5. The Owner shall promptly notify the Contractor of observed, known, or suspected
leaks, defect or deterioration, and shall afford reasonable opportunity for the Contractor to
inspect the work, and to examine evidence of such leaks, defects or deterioration.
b. This Warranty is recognized to be the only Warranty of the Contractor on said work,
and shall not operate to restrict or cut off the Owner from other remedies and resources
lawfully available to him in cases of roofing failure. Specifically, this Warranty shall not
operate to relieve the Contractor of responsibility for performance of original work.
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
IN WITNESS THEREOF, this instrument has been duly executed this
OF , 19
Signature
Typed name and Title
Telephone Number
Firm Name
Address
END OF SECTION
07510-3
DAY
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
SECTION 07560
MODIFIED BITUMEN ROOFING
PART 1- GENERAL
1.01 WORK INCLUDED
Install new SBS modified bitumen roofing systems with flashings in accordance with
the following schedule:
Auditorium Roof Areas: Two-ply SBS modified bitumen roofing system with
granular surface set in Type IV asphalt.
Coliseum Roof Areas (slopes of 1/2" per foot or more): Two-ply SBS modified
bitumen roofing system with colored foil surface applied by open flame torch as
manufactured by Siplast Corporation..
Coliseum Roof Areas at East & West Entries: Two-ply SBS modified bitumen
roofing system with granular surface set in adhesive or asphalt (as determined by
Manufacturer).
1.02 RELATED DOCUMENTS
Uniform General Conditions, Supplementary General Conditions, Forms, Specifications
Sections found in Division I through Division 16 and all Drawings apply to Work
specified in this Section.
1.03 SUBMITTALS
A. Submit under provisions of Section 01300.
B. Shop Drawings: Provide sheet layout indicating location of sheet laps, slope of roof
surface and/or insulation along with locations of all scuppers and roof penetrations
within the Work area(s).
07560-1
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK,TEXAS
C. Product Data: Indicate membrane and bitumen materials (including Equiviscous
temperatures for manual and machine applications), base flashing materials, mechanical
fasteners and all other proposed materials and accessories as required for materials in
this Work.
D. Test Reports: Provide delivery tickets for each batch of bitumen, stating type,
equiviscous temperature (EVT), flashpoint (FP), and finished blowing temperature
(FBT).
E. Manufacturer's Installation Instructions: Include installation sequence, special
instructions, and Material Safety Date Sheets (MSDS) for all materials.
F. Manufacturer's Certificate: Certifying that products meet or exceed specified
requirements. Certification letter shall be on the manufacturer's letterhead and be signed _
by a duly authorized employee of the corporation. The letter shall further certify
that all materials used in the system, whether manufactured by that company or
not, are acceptable to the manufacturer for use in the system. The letter will also
state that the proposed system meets all criteria for the issuance of the required
Manufacturer's warranty.
G. Project Record Documents: Record exact location of all roof penetrations.
1.04 RELATED WORK SPECIFIED ELSEWHERE
A. Section 06100 - Carpentry Work
B. " Section 07220 - Insulation & Roof Removal
C. Section 07510 -Roofing Warranty
D. Section 07600 - Flashing and Sheetmetal
1.05 PRODUCT DELIVERY
A. Delivery: Materials shall be delivered in the Manufacturer's original sealed and
labeled shrouds, on pallets and in quantities to allow continuity of application
throughout the Project. Coordinate shipment receipt as necessary to cause Owner the
07560-2
r
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
least amount of interference. Do not expect or anticipate Owner to take responsibility
for signing for or unloading any delivery.
B. Storage: Materials shall be stored out of direct exposure to the elements and on
pallets. All roll goods shall be stored vertically.All goods which are susceptible to
water damage will be stored in fully enclosed watertight trailers. No materials will be
stored on the roof overnight.
C. Handling: All materials shall be handled in a manner which will preclude damage and
contamination with moisture or other harmful/foreign matter.
D. Roof Loading: Evenly distribute roll goods on Auditorium and other low slope roof
surfaces so as to not exceed 100 lbs. per square foot. Materials may be distributed on
the low slope portions of the Coliseum so long as they are secured adequately at all
times so as to prevent their rolling off the roof.
1.06 JOB CONDITIONS
A. Any portion of the roofing system or its accessories shall not be applied during
precipitation or started in the event precipitation is threatening, unless precautions are
taken for same. The Contractor shall have the final decision as to whether to chance
roofing operations in the event of the likelihood of rain. The Contractor shall also
consider wind speed as a determinate factor as to whether roofing operations can be
safely accomplished under those conditions. The Contractor shall suspend work if in
its opinion the wind speed will impede the proper installation of the roofing work or
cause a danger to its personnel or to the building's occupants or the Owner's property.
B. Do not tear -off the membrane and leave overnight without the application of the
complete insulation and modified bitumen base sheet.
C. Roofing membrane and flashings shall prevent water migration into building. At no
time shall the building be left in an open state that would allow water penetration.
1.07 REFERENCES
A. ASTM D41 - Asphalt Primer Used in Roofing.
07560-3
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK,TEXAS
B. ASTM D312 - Asphalt Used in Roofing.
C. ASTM D2178 - Asphalt Glass Felt Used in Roofing.
D. ASTM D4586 Asphalt Roof Cement (asbestos free).
E. FM - Roof Assembly Classifications.
F. NRCA - Manual of Roof Maintenance and Roof Repair.
G. NRCA - Roofing and Waterproofing Manual.
H. UL - Fire Hazard Classifications.
1.08 QUALITY ASSURANCE
A. Work of this Section shall conform to the NRCA Roofing and Waterproofing Manual,
latest edition, Manufacturer's Installation Instructions and these Construction
Documents. Maintain one copy of each document on site during operations.
B. The Manufacturer's Representative shall make a minimum of two (2) site visits to the
project per month at critical stages of the roof installation, and forward written reports
of the observations and instructions given to the Contractor during these visits to the
Architect within ten (10) calendar days of the date of the visit. The visits shall be
coordinated to take place at the time of the Architect's visits with one occurring at the
monthly pay application meeting.
C. The Contractor shall keep a daily log with the minimum following information:
1. Nature of operation and quantity of work and materials and areas installed.
2. Personnel on site by job function and task. Also a list of all site visitors.
3. Kettle temperatures taken three (3) times average per eight (8) hour shift.
4. Material deliveries identifying quantity and type.
5. Daily weather conditions including percentages of rain forecast, wind conditions
07560-4
r
RE -ROOF LUBBOCK MUNICIPAL COLISEUM &. AUDITORIUM?
LUBBOCK, TEXAS
and daily temperatures.
1.09 QUALIFICATIONS
A. Manufacturer for the Granular Surfaced Modified System: Company specializing
in the manufacture of products in this Section with a minimum five (5) years
documented experience and at least three (3) jobs within the State of Texas of the same
type system installed and size of project within that five-year period.
B. Manufacturer for the Foil Surfaced Modified System: Company specializing in the
manufacture of products in this Section with a minimum five (5) years documented
experience and at least three (3) jobs within the State of Texas of the same type system
being installed for this project.
C. Applicator: Company specializing in applying the Work of this Section with a
minimum of three (3) years documented experience in the application of the specified
system, and certified by the roofing material manufacturer as an approved
no -dollar -limit warranty applicator of the specified material. The Manufacturer
approval shall have been in effect no later than January 1, 1993. Also provide
evidence of the successful completion of at least three (3) projects of the same size and
type of system being installed on the Auditorium within that time period. The
applicator shall have installed the same type roof system as proposed for the Coliseum
on at least three (3) previous projects. As a clarification to this requirement it is
recognized that the system proposed for the Coliseum is highly specialized and rare.
The applicator may show experience on systems using aluminum or copper foil faced
systems in lieu of the colored product specified herein.
1.10 REGULATORY REQUIREMENTS
A. Fire hazard Classification: LTL Class A.
B. Roof Assembly Classification: FM Class 1-90 construction'' in accordance with FM
Construction Bulletin 1-28.
07560-5
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
1.11 PRE -INSTALLATION CONFERENCE
A. Attend a pre -installation conference among the parties directly affecting the Work of
this Section a minimum of three days prior to commencing Work.
B. I Those in attendance shall be the Contractor's Project Manager and Superintendent,
Subcontractors, Material Manufacturer's Representatives, Owner and Owner's
Maintenance and Security Staff Representatives, Architect and his designated
representative.
C. The agenda shall cover a review of procedures for the work in general, demolition and
installation procedures, and coordination with related work.
1.12 ENVIRONMENTAL REQUIREMENTS
A. Do not apply roofing during inclement weather. Temperatures must be a minimum of
forty degrees Fahrenheit and rising.
B. Do not apply roofing material to damp or frozen deck or substrate.
C. Do not undertake roofing operations when the wind is determined to be detrimental to
safe installation practices.
1.13 SEQUENCING AND SCHEDULING
A. Coordinate Work under provision of Section 01041.
B. Coordinate installation of associated metal flashings and roof -related items as Work of
this Section proceeds.
C. A schedule of events planned inside the facility during the course of the Work will be
provided to the Contractor each month as the Work progresses. The Contractor is
advised that work may be suspended by the Owner for periods when it may be
distracting or pose problems with the events planned inside the facility. The Contractor
will receive no additional compensation for these suspension times.
07560-6
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
r
1.14 WARRANTY
A. Auditorium: The roofing material Manufacturer shall provide a 10 -year
No -Dollar -Limit (NDL) type warranty covering all materials and workmanship. The
warranty shall include all membrane roofing, base flashings and insulation.
B. Coliseum: The roofing material Manufacturer shall provide a 20 -year No -Dollar -Limit
(NDL) type warranty covering all materials and workmanship. The warranty shall
include all membrane roofing, base flashings and insulation.
C. The Contractor shall provide a two-year written warranty covering defects in the
roofing materials and/or labor on the form in Specification Section 07510 for both roof
systems.
PART 2 - PRODUCTS
2.01 MANUFACTURERS - GRANULAR SURFACED MEMBRANE SYSTEMS
AUDITORIUM - BASE BID NO. 1
A. Siplast - Paradiene 20/30FR.
B. Soprema - 2047 FR.
C. Tamko Asphalt Products - System 107 FR.
2.02 SHEET MATERIALS
A. Modified Bitumen Base Sheet: Fiberglass matt coated with SBS modified Asphalt.
1. Siplast - Paradiene 20.
2. Soprema - Elastophene 180 Sanded.
3. Tamko - Versa -Base FR.
B. Granular Surfaced Modified Bitumen Cap Sheet: Fiberglass and/or polyester
reinforced, SBS modified bitumen with white granular surfacing.
1. Siplast - Paradiene 30FR.
07560-7
N
7
11
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
2. Soprema - Sopralene 250 FR
3. Tamko - Awaplan Premium FR.
C. Fiberglass Felt: Produced .or approved by the modified bitumen membrane
manufacturer and equal to ASTM D-2178, Type VI.
D. Fiberglass Base Sheet: Produced or approved by the modified bitumen membrane
manufacturer and equal to ASTM D-4601, Type IL
2.03 FOIL SURFACE MODIFIED BITUMEN ROOFING SYSTEM
COLISEUM - BASE BID NO.2
A. Modified Bitumen Base Sheet: Siplast Irex 40HT.
B. Modified Bitumen Cap Sheet: Siplast Veral Spectra Series with a
high-performance fluorocarbon color system. The finish color shall be red.
2.04 GRANULAR SURFACE MODIFIED BITUMEN ROOFING SYSTEM
COLISEUM - BASE BID NO.2 AT EAST AND WEST ENTRIES
A. Modified Bitumen Base Sheet: Siplast Irex 40HT fiberglass reinforced, SBS
modified bitumen with white granular surfacing.
B. Modified Bitumen Cap Sheet: Siplast Parafor 50 fiberglass reinforced, SBS modified
bitumen with white granular surfacing.
2.05 BITUMINOUS MATERIALS - GRANULAR SYSTEM
A. Asphalt Bitumen: ASTM D312, Type III.
B. Asphalt Primer: ASTM D41.
C. Plastic Cement: ASTM D4586, Type I, asbestos free.
D. Flashing Cement: Matrix type only, compatible for use with SBS modified bitumen
roof system.
07560-8 "
. RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
2.06 BITUMINOUS MATERIALS -FOIL SURFACED SYSTEM
A. This system will install with open flame torch. Asphalt and adhesive products are not
L recognized for this installation. The following products produced by Siplast are to be
used where applicable and required by the Manufacturer. Alternate materials other than
those specifically approved in writing by the Manufacturer are not allowed.
B. Adhesive: Siplast PA -311
C. Plastic Cement: Siplast PA -1021.
D. Primer: Siplast PA -1125.
2.07 FLEXIBLE FLASHINGS
A. Sheet Flashing: Fiberglass or polyester mat coated with modified bitumen and
granular or metal foil surface. The flashing system is to be approved by the membrane
manufacturer for use with his respective system and be equal to one of the following:
1. Siplast - Aluminum Veral - aluminum color at granular surfaced roof systems
and matching red color at the Coliseum Dome.
2. Soprema - Mammoth Aluminum Flam (Torch)
3. Tamko - Awaplan Premium
B. Backer Sheet: Sheet flashings shall be installed in all cases with the manufacturer's
recommended backer ply, fiberglass felt or fiberglass base sheet.
I. 2.08 ACCESSORIES
A. Base Sheet Fasteners over Tectum Decking: 21/2" Tube -Lok nails with disks.
B. Roofing Nails: Hot -dipped galvanized 11 -gauge wire nails with 3/8" diameter heads,
` length as required to penetrate substrate a minimum of 3/4".
C. Mechanical Fasteners for Flexible Flashing:
1. Masonry or Concrete: 1/4" x 1 1/2" nylon- jacketed stainless steel pin masonry
w
07560-9
f
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
drive pin equal to Rawl Zamac Nailin #2543.
2. Wood Blocking: High carbon, zinc -coated steel, annular threaded, 1" shank nails
with minimum I" x I" x 16 -gauge metal disk cap nail as manufactured by Simplex
Nails, Inc. or approved equal.
D. Wood Framing Nails: Hot -dipped galvanized box nails in lengths as required to
penetrate substrate a minimum of 1 ".
E. Termination Bar: 12 -gauge x 1" hot -dipped galvanized steel bar stock.
F. Sheet Edge Sealant: One -part polyurethane sealant. See Section 07600. Color to be
medium bronze.
G. Substitutions: Under provisions of Section 01600. ~
2.09 ` SOURCE QUALITY CONTROL
A. Require asphalt bitumen supplier to provide source, batch and test data on each
shipment and submit for Architect's approval.
B. Include EVT for all asphalt. ---
1. IndividualContainers: Label legibly marked with EVT temperature range,
batch number and asphalt type.
2. Bulk Shipment: Provide duplicate delivery ticket with data at time of delivery.
C. Deliver asphalt to site ten (10) days prior to beginning of installation. Testing may be
performed at the Owner's option to confirm compliance.
PART 3 - EXECUTION
3.01 INSPECTION
A. Verify that site conditions and surfaces are ready to receive the work of this Section.
07560-10
E
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
B. Verify that deck is clean and smooth, free of depressions, waves, or other projections,
t and is properly sloped to drains or eaves.
C. Verify that deck surfaces are dry and free of moisture. Utilize NRCA Deck Dryness
Test as follows:
1. Use approximately one (1) pint of bitumen specified for use in membrane,
heated to application temperature of 400 degrees F.
2. Pour bitumen on deck surface. If bitumen foams, the deck is not dry enough to
roof.
3. After bitumen has cooled, an attempt shall be made to strip the bitumen
from the deck surface. If the bitumen strips clean from the deck, the deck is
not dry enough to roof.
D. Verify that roof openings, curbs, pipes, sleeves, ducts, and vents through roof are
solidly anchored and wood nailers are in place.
E. Start of installation shall constitute acceptance of existing conditions by the Contractor.
3.02 PREPARATION
A. Protect all building surfaces against damage from roofing work.
B. Prevent debris and bitumen from entering scuppers, downspouts, drains, underside of
roof deck or other openings. Remove temporary closures in all drainage devices prior
to leaving the job each day.
C. Clean surfaces of roof deck and maintain dust and debris free during roofing operations.
D. Work hours will be from TGOAM to 6:OOPM on workdays Monday through Friday.
Prior approval must be obtained from the Architect and Owner's representative prior
to working days or times other than those specified. Work may be suspended due to
certain events taking place inside the buildings. A schedule of events will be provided
with monthly updates.
07560-11
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
3.03 APPLICATION OF GRANULAR SURFACED ROOFING SYSTEM
A. Equiviscous Temperature (EVT) at point of application shall not exceed 25 degrees F.,
high or Iow, from bitumen temperature rating indicated on container label for
application method used (either manual mopping or mechanical spreading).
B. Upon completion of tear -off of the roof to the lightweight structural concrete deck the
exposed deck will be broomed clean then be primed with asphalt primer at the specified
rate. The primer will be allowed to fully dry prior to application of the new roofing
system. Correct all deck deficiencies and install carpentry and insulation per Sections
06100 and 07220, respectively.
C. Roll out base ply and cap sheets approximately 30 minutes prior to application and
allow rolls to relax. -Re-roll sheets just prior to application. Weight the rolled out sheet
on the roof to prevent winds from blowing them across or off the roof.
D. Starting at low point of roof (eaves or roof drains), lay modified bitumen base ply
perpendicular to roof slope in uniform and solid moppings of hot asphalt applied at a
rate of 20 to 25 lbs/square, providing 4" side and end laps.
E. Mop and seal additional ply of base sheet around roof penetrations prior to installation
of cap sheet.
F. Apply cap sheet parallel to base ply in accordance with manufacturer's instructions.
Embed sheet into uniform and solid moppings of hot asphalt applied at a rate of 20 to
25 lbs/square, providing 4" side and end laps. Stagger lap joints between base ply and
cap sheet. Stagger lap joints between adjacent plies of cap sheet by a minimum of 12".
Where cap sheet must be applied over granule surface of previously installed sheet
apply asphalt primer to surface of granular sheet and allow to dry prior to mopping.
Use dry laid sheets or other approved bleed containment system to control
overrmoppings at end laps and sides as required.
G. Apply sheets smooth, free of air pockets, wrinkles, fishmouths, or tears. Install sheets
so as to not "buck" or impede the flow of water.
H. Extend membrane above top edge of cant strips a minimum of 2" onto vertical surfaces.
Mop one additional base ply as initial base flashing ply over roofing membrane at cant,
extending onto flat membrane surface a minimum of 4".
07560-12
r
` RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
L Install two (2} p or ass felt set in hot asphalt and glaze coat with
hes of organic or fiberglass
hot asphalt for temporary water cut-off at end of each day's operation. Completely
r remove cut-off before resuming roofing. Seal top of base flashings with plastic cement
each day.
J. Immediately cover all asphalt spills or overmopped areas on granular surfaced
cap sheet with matching granules. Limit overmopping to no more than 1"
outside of line of felt.
K. Prohibit it foot and cart traffic over newly applied roof membrane until asphalt has
PM sufficiently cooled. Do not stack or store materials or equivalent on finished
membrane.
3.04 FLASHINGS
A. Apply flexible base flashings over specified backer felt to seal membrane to vertical
elements. Embed both backer felt and flashing sheet into a uniform mopping of hot
Type IV asphalt at a rate of not less than 25 lbs/square, or Manufacturer's
recommended adhesive, or torch apply as required. Secure top of flashing assembly to
wood substrate with specified cap nails spaced at 4" on center. Secure top of flashing
assembly to masonry or concrete substrates with specified termination bar and masonry
drive pins spaced at 8" on center.
B. Apply base flashing cap sheet in a manner to prevent bleed in excess of that specified
r"" for the field sheets by back -mopping or other Manufacturer approved techniques.
3.05 APPLICATION OF FOIL SURFACED ROOFING SYSTEM
A. Apply new system directly over the existing granular surfaced roof system which
remains after removal of the existing composition shingles. Repair -all deteriorated
tectum decking prior to application.
B. Lay the first ply of Irex 40HT base sheet perpendicular to the roof slope lapping sides
of sheet 3" and ends 6" minimum. Nail the base sheet to the deck with the specified
Tube -Lok fasteners spacing at 6" on side laps and in a 12" on center in all directions
staggered pattern in the field of each sheet. Stagger end laps at fifty percent of the roll
length. Torch seal all laps after the nailing is complete. Extend the ply beneath the
07560-13
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
flanges of all metal flanged penetrations and set the primed penetration flange in with
the specified plastic cement. Cut and patch all fishmouths and/or voids as they occur.
Where the first ply is to be applied over insulation the Contractor may opt to install the
sheet with the specified adhesive or by torch application.
C. Install a second ply of Irex 40HT by torch application where the roof slope is less than
1/2" per foot. See Drawings for application area.
D. Install Irex 40HT base sheet over new tapered insulation by torch application.
E. Install all metal flanged penetrations nailing all flanges as specified in Section 07600 and
as shown on the Drawings. Prime all flanges top and bottom with the specified primer.
Strip in the flange with one torch applied strip of the Irex 40HT. Cut and patch all
fishmouths and/or voids as they occur.
F. Install the finished cap sheet by open flame torch running all plies perpendicular to the
roof slope. Lap sheets in the pattern shown on the Drawings. Seal all edges with torch
and trowel taking care not to burn or scorch the finished sheet. Stagger sheet seams
fifty percent to that of the base ply below. No seams of the new cap sheet shall occur
directly over a seam of the base sheet. Terminate sheet edge one-quarter inch from
penetration flashings. Seal edge of sheet to flashings with specified sealant. Cover
bleed at sheet edges with matching color powder. Back nail the side and end laps as
required by the Manufacturer.
G. Install matching finish base flashing system by torch application as specified in 3.04
above.
3.06 FIELD QUALITY CONTROL
A. Install the complete foil surfaced system in one bay prior to proceeding to the next.
Obtain Architect's and Owner's approval for each bay completed before moving to the
next.
B. Field inspection and testing will be performed under provisions of Section 01400.
C. At any point during application or upon Substantial Completion the Architect with
Owner's approval may have Work inspected and tested using applicable methods to
establish conditions in the new roof assembly. Roof cuts may be taken at the rate of
one per fifty (50) roofing squares. The Contractor will assist in securing the roof cuts
r
07560-14
r
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
and will patch the roof as required to finished condition at no cost to the Owner.
D. The Contractor will promptly correct all identified defects and irregularities. All
membrane defects called to the attention of the Roofing Superintendent will be repaired
prior to the end of each day unless directed otherwise.
l
E. Demolition operations will not be performed during application of the new roofing
system.
3.07
3.08
3.09
MANUFACTURER'S FIELD SERVICES
The Contractor will arrange to provide Manufacturer's field services under
provisions of Article 1.08. B. above.
CLEANING
A. Remove bituminous markings from all finished surfaces.
B. In areas where finished surfaces are soiled by asphalt or any other source of soiling
caused by work of this Section, consult Manufacturer of surfaces for cleaning advise
and conform to their documented instructions. Replace any materials or surface
finishes which cannot be cleaned to the satisfaction of the Owner.
3.10
PROTECTION OF FINISHED WORK
A. Protect finished Work under Section 01500.
B. Where traffic must continue over finished roof installation protect the membrane with
plywood sheets secured to a layer of 1/2" wood fiber insulation board and laid loose
over the membrane with the insulation board side to the roof surface. Loose boards or
insulation will not be allowed to rest unsecured on the Coliseum roof surfaces.
SPECIAL PROVISION
Polyester matt products are allowed in this Specification with the special provision that
07560-15
RE-ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
shrinkage will not be permitted. Any system exhibiting cap sheet shrinkage in excess
of 1/2" at any end or side lap will be removed and replaced. Should shrinkage occur
beyond this measure the Manufacturer at his cost will maintain a granular covering over
the shrinkage area each year for the duration of the warranty period.
END OF SECTION
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
SECTION 07600
FLASHING AND SHEET METAL
PART 1 -GENERAL
1.01 DESCRIPTION
A. Flashing and sheet metal shall be of the materials indicated and installed to provide a
permanent watertight condition.
B. Work includes removal of existing metal flashings with replacement of the existing
metal where indicated so as to integrate into the new roof system.
C. Related Work
1. Section 06100 - Carpentry
2. Section 07220 - Roofing Insulation
3. Section 07510 -Roofing Warranty
4. Section 07560 - Modified Bitumen Roofing System
D. Scope: Labor and materials necessary for this Section of work is to include, but not
be limited to, all gravel guard, coping, gutter, downspouts, scuppers, conductor heads,
expansion joints, plumbing and air vent flashings, roof drain leads, counterflashings and
receivers, pitch pans, flange and umbrella flashings, metal wall panels, etc.
1.02 RELATED DOCUMENTS
Uniform General Conditions, Supplementary General Conditions, Forms, Specification
Sections found in Division 1 through Division 16 and all Drawings apply to Work
specified in this Section.
1.03 QUALITY ASSURANCE
A. Installation shall comply with current SMACNA Architectural Sheet Metal Manual as
applicable.
07600-1
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
B. All sheet metal fabrication and installation shall be performed only by qualified sheet
metal mechanics familiar and competent in their trade.
C. Provide shop drawings of all intended sheet metal items prior to job
commencement for review by the Architect. Provide sample installation in field
of each condition for approval prior to proceeding with remainder of work.
Promptly remove and replace any sample proving to be unsatisfactory to the
Architect. The Architect's Drawings may not be reproduced in any form for the
purpose of the required Shop Drawings.
PART 2 - PRODUCTS
2.01 MATERIALS
A. Galvanized Metals.
Galvanized steel shall be lock forming quality G90 in following gauges and meeting
ASTM A-525. Fasteners for these metals must be hot -dipped galvanized or stainless
steel as applicable.
1. Pitch Pans: Minimum 24 -gauge galvanized with all joints fully soldered.
2. Vent Flashings: Minimum 24 -gauge galvanized with all joints fully soldered.
3. Termination Bar: 12 -gauge x 1" hot -dipped galvanized bar stock fastened with
nylon drive pins spaced at 12" on center.
4. Continuous Cleat for Pre -Finished Metal: Minimum 22 -gauge galvanized
nailed at 8" on center.
5. Rib Termination: Minimum 24 -gauge galvanized with all joints fully soldered.
See Drawings for locations. Each of these will cover with pre -finished metal as
shown on the Drawings.
B. Pre -finished Metal:
Pre -finished metals shall be 24-gauge,G90 hot -dipped galvanized steel or galvalume,
treated, primed and pre -finished under precision conditions. Exposed finish will be
Kynar 500 fluorocarbon coating. Bottom or unexposed side will be manufacturer's
07600-2
0
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
4 standard primer coat. Use for all metals indicated on the Drawings to be exposed to
view and not designated for other metal types. All Kynar 500 finished metal is subject
r to receiving a twenty (20) year no -fade warranty. Fasteners for these metals must be
hot -dipped galvanized or stainless steel as applicable. All metal will be delivered with
a factory applied protective film. The film must be stripped as soon after the metal is.
!" installed as possible to prevent permanent bonding under high heat.
The color of the pre -finished metal will be matched as close as possible to the
existing stone masonry coping over which it is to be installed. A special color
will be selected by the Owner other than those which are standard for metals at
the Auditorium and the following sheets to be delivered to the Base Bid No. 2
Contractor. The Contractor providing work under Base Bid No. 1 shall order an
additional 10 sheets of pre -finished metal in 48" a 120" sheet sizes and deliver
them to the Contractor providing work under Base Bid No. 2 for use at the
Mechanical Roof Area copings and counterflashings along the west side of the
Stage Tower Roof.
Metals which are selected by the Owner to match the foil -clad modified bitumen
sheet specified for the Coliseum shall be the Colonial Red color which matches
that sheet. This color is the same as that produced by MBCI and others. All
other pre -finished metals for the Coliseum shall be a standard color as selected
from a standard range of 16 colors.
Pre -finished metals are to be installed on the Auditorium and Coliseum where shown
on the Drawings.
1. Gravel Guard and Cover Plates: 24 -gauge pre -finished. Hook at face on
continuous 22 -gauge galvanized cleat and nail flange at 3" on center staggered
with hot -dipped galvanized roofing nails.
k
2. Coping and Cover Plates: 24 -gauge pre -finished. Hook at exposed face on
continuous 22 -gauge galvanized cleat and at opposite side with neoprene -head
{ screws spaced at 12" on center.
F- 3. Counterllashing and Receiver: 24 -gauge pre -finished. Attach as shown in
Drawings and noted hereafter.
t-
4. Metal Wall Panels: Standing seam series SS 12 as manufactured by AEP- Span,
P.O. Box 150449, Dallas, Texas 75315-0449,1-800-527-2503 or approved equal..
07600-3
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
5. Downspouts: Minimum 24 -gauge pre -finished. Transition from downspout to
gutter with 24 -gauge fully -soldered drops. Attach downspouts to masonry walls
with 12 -gauge x 1" galvanized steel straps with two (2) zinc jacketed masonry
drive pins per strap. Anchor straps to downspouts ,with three (3) stainless steel
sheetmetal screws, 1/2" maximum length, per strap. Space straps uniformly at 60"
on center and cover each joint in the downspout.
6.. Expansion Joint Hook Strips: Minimum 24 -gauge pre -finished. Attach with
neoprene -head screws spaced at 12" on center or as shown on the Drawings.
7. Expansion Joint Cover: Minimum 24 -gauge pre -finished hooked on both sides.
S.' Gutters:, Minimum 24 -gauge fastened at 6", on center with stainless steel wood
screws and having 12 -gauge x 1" galvanized steel straps spaced at 30" on center.
Straps will be anchored with stainless steel sheetmetal screws to gutter front edge
and back face. .
9. Rib Covers: Minimum 24 -gauge pre -finished.
C. Copper:
Sheetmetal indicated to be copper shall be cold drawn copper sheet in 20 -ounce weight
or as shown on the Drawings. Fasteners for these metals must be copper, brass or
stainless steel. Upon completion of the work all metal will be cleaned and wiped with
a uniform coating of raw linseed oil to facilitate a uniform change in the patina as the
metal ages.
1. Scuppers and Wall Plates: Minimum 20 -ounce with all joints soldered. Nail
flanges to wood cant where shown by the Drawings.
D. Fasteners:
1. Copper Roofing Nails: 11 -gauge hard copper roofing nails with minimum 3/8"
diameter heads.
2. Steel Roofing Nails: 11 -gauge hot -dipped galvanized nails with annular threaded
rings.
3. Neoprene -Head Screws: #12 stainless steel or brass self -tapping screws with
hexagonal heads and matching color metal jacketed neoprene rubber washer. —
07600-4
r
1100
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
4. Nylon Masonry Nails: Nylon jacketed drive pin equal to Rawl Nylon Nailin
#2543. Only use in concealed conditions.
5. Stainless Steel Masonry Nails: Stainless steel pin and zinc jacketed fastener
equal to Rawl Zamac Nailin #2870.
6. Stainless Steel Masonry Nailer Washer: EPDM sealing washer bonded to Type
304 stainless steel jacket equal to Rawl EPDM Sealing Washer, 1" diameter.
7. Blind Rivets: Stainless steel or copper Series 44. Both rivet and mandrel are to
be stainless steel or copper, respectively. A mixture of materials will not be
permitted.
All exposed fasteners to receive metal jacketed neoprene or EPDM washers. Where
fasteners attach counterflashing to receivers, straps to gutters, downspouts to walls, the
washers may be omitted. Exposed horizontal surface fasteners are not permitted,
recognized or acceptable unless directed otherwise.
Other cleats, screws, rivets, bolts, etc. shall be of matching material to which they
attach or be galvanically compatible to the surface to which they are secured.
E. Miscellaneous Sheetmetal-Related Materials.
1. Plastic Cement: Trowel grade roofing cement confornung to ASTM D4586
(non -asbestos containing). See Section 07560.
2. Sealant: Equal to Sonneborn NP- 1. One component urethane gun -grade sealant
meeting F.S. TT -S -00230-C, Type II, Class A and ASTM C-920-79.
3. Pitch Pan Sealer: Equal to Sonneborn SL -1 one -part polyurethane sealant.
Sealer shall be poured to one -inch depth over non -shrink grout.
4. Solder: 50% Pig lead and 50% black tin as per ASTM B32.
5. Lead Vent Flashings: 4# sheet lead preformed vent flashing with 4" wide roof
flange and minimum height of 8" above roof surface.
6. Lead Drain Flashings: 4# sheet lead sized to a minimum of 12" larger in each
direction than roof drain bowl.
07600-5
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
PART 3 -EXE _UTION
3.01 INSPECTION
Coordinate all sheetmetal work with other roofing work and other trades on this
Project for correct sequencing of items which make up the entire Project.
3.02 PREPARATION -"
A. All sheet metal flanges connected or contacting the roof shall be primed with uniform
coating of asphalt primer and set into a full bed of mastic.
B. All joints in copper sheetmetal edgings or accessories, and galvanized steel pitch pans,
flanges and umbrellas, etc. shall be connected by copper or stainless steel blind rivets
spaced at 2" on center and fully soldered completely watertight.
Expansion joint covers, expansion breaks or other devices so needing same, shall be
fitted with watertight standing seam joints allowing for lateral expansion as dictated by
gauge of metal, "stretch out" or exposure, and latest printed SMACNA guidelines and —
criteria.
C. Fabricate new metal in longest practical lengths up to ten feet so as to minimize joints,
solder points, welds and seal -offs.
D. Counterflashing and receiver joints shall be lapped a minimum of 4" and have a 1/4"
bead of sealant pressed between the pieces. The sealant shall not be visible from the
exterior. The bottom hemmed edge of the counterflashing shall be neatly hooked in
bayonet fashion.
E. Cover plates shall be installed at all copings. The joints in the ribs of the Coliseum roof
shall be lapped 3" to drain with every third joint being locked for expansion control.
3.03 INSTALLATION r
Includes plumbing vent stack and drain flashings, flange and umbrellas, expansion joint
covers, slip flashings, counterflashings, gravel guards, pitch pans, copings, conductor
heads, downspouts, gutters, etc.
A. All joints to be locked, sealed, welded or soldered as required.
07600-6
I RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
B. Provide for thermal movement of all exposed sheet metal devices.
C. All metal flanges, flashings and other metal items coming in contact with bituminous
built-up roof assembly are to be completely primed with asphalt cut back type primer
and, as applicable, set in uniform bed of plastic cement for horizontal surfaces or
flashing cement for vertical surfaces.
D. Metal counterflashings shall completely cover all fasteners used to hold in
place top terminations of composition base flashings.
E. If and when pitch pans are required, they shall be filled with 3" starter course of
non -shrink grout and be topped with V of pourable pitch pan sealant as specified.
Consult Manufacturer for primer as required. Cut oily residue from galvanized metal
prior to installation of sealer. No other material than that specified may be used for this
installation. The penetration and pan's interior sides must be completely cleaned of
rust, scale, grout, bituminous materials or other foreign matter in order to achieve a
proper seal with the specified filler. Pyrofil or other gypsum based fillers are not
allowed.
PITCH PANS MUST BE FABRICATED AS COMPLETE WATERTIGHT
ASSEMBLIES. BOTTOM FLANGES SHALL BE 4 IN ALL DIRECTIONS,
INCLUDING CORNERS. ALL SEAMS SHALL BE WELDED OR SOLDERED
WATER -TIGHT AND COMPLETE.
F. Install all sheetmetal flashings and accessories in accordance with the latest printed
SMACNA guidelines and in accord with recognized roofing and sheet metal industry
standards. Fit flashings tightly in place using square and true mitered corners. Surfaces
shall be true and straight and lines accurate to profiles encountered.
G. Install new 6" wide cover and backer plates at all new copings and gravel guards,
fabricated of matching metal and suitable profile so as to ensure complete and
permanent water tight integrity of metal joint. Fasten adjoining 10' metal gravel guard
sections as per most current SMACNA requirements. New cover plates shall be set in
specified sealant. Mastic shall not be used in the jointing of coping or gravel
guard corners or cover and backer plates.
COVER PLATE JOINTS SHALL BE SYMMETRICALLY LAID OUT SO
THAT OPPOSITE END STICKS OF METAL ARE OF THE SAME LENGTH
WITH ALL LENGTHS IN BETWEEN BEING THE SAME. SAMPLE
LAYOUTS WILL BE REQUIRED IN THE FIELD FOR THE ARCHITECT'S
07600-7
RE -ROOF LUBBOCK MUNICIPAL COLISEUM& AUDITORIUM
LUBBOCK, TEXAS
APPROVAL PRIOR TO PROCEEDING WITH THE WORK
H. Gravel guards shall be nailed in place not more than 3" o.c. with staggered pattern.
AS SHEET METAL IS AN IMPORTANT PORTION OF ANY ROOF ASSEMBLY,
ONLY THOSE PERSONNEL SKILLED IN THE TRADE SHALL BE ALLOWED TO
FABRICATE AND INSTALL SUCH PRODUCTS ON THESE PROJECTS. OWNER
AND ARCHITECT RETAIN THE RIGHT TO REJECT ANY AND ALL SHEET
METAL WORK AND ANY AND ALL PERSONS SENT TO THIS PROJECT IF
DEEMED UNSATISFACTORY IN ANY WAY.
END OF SECTION
4
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
SECTION 07700
ROOFING ACCESSORIES
PART 1 - GENERAL
1.01 DESCRIPTION
A. Furnish and install four (4) smoke relief vents at the Auditorium Stage Penthouse.
Include this work under Base Bid No. 1.
B. Related Work:
1. Section 06100 - Carpentry
2. Section 07560 - Modified Bitumen Roofing System
3. Section 07600 - Flashing and Sheet Metal
1.02 RELATED DOCUMENTS:
Uniform General Conditions, Supplementary General Conditions., Forms, Specification
Sections found in Division 1 through Division 16 and all Drawings apply to Work
specified in this Section.
1.03 SUBMITTALS
Subrrat product data and certificates under provisions of Section 01300 for all materials.
1.04 PRODUCT DELIVERY, STORAGE AND HANDLING
A. Delivery. Materials shall be delivered in bulk as necessary so as to provide continuous
operations and without hindrance of the work. Schedule and coordinate with Owner
all necessary deliveries so as to cause the least amount of inconvenience to Owner's
daily activities. All deliveries and unloading or loading activities shall be the
responsibility of the Contractor and Owner shall in no way be responsible for same.
07700-1
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
B. Storage. Store all necessary materials in such a manner so as to keep from damage by
elements or construction or other traffic at all times. Storage of materials on the roof
surface is prohibited without adequate blocking to prevent damage to the existing or
new roof surfaces.
1.05 JOB CONDITIONS
Coordination. Fit accessory work to other work; scribe and cope as required for
accurate fit. Correlate locations .of nailers, blocking, and similar supports to allow
proper attachment to other work as necessary.
PART 2 - PRODUCTS
2.01 MATERIALS
Smoke Relief Vents: All smoke relief vents shall be equal to Bilco DSH Series
Automatic Fire Vents. The vents shall be custom manufactured to a size of 48" x
12'-0". Each vent shall be constructed of aluminum and have a mill finish exterior with
an 11 -gauge aluminum cover. Each vent shall have an EPDM gasket, heavy duty
hardware and all welded construction. The cover insulation shall be 1" fiberglass with
an 18- gauge aluminum interior liner panel. Vents shall be complete with a positive
hold/release mechanism designed to hold the covers in the closed position against
30lb/sq.ft. wind uplift forces without overstressing the fusible link. The vent doors shall
open automatically when heat breaks the 165 degrees F. UL -Listed fusible link and shall
be labeled as being UL Listed.
PART 3 - EXECUTION
3.01 INSTALLATION
A. The Contractor shall inspect existing conditions to determine that all work preceding
this installation is as -intended and sound. Proceeding with the work of this Section
indicates the Contractor's acceptance of all conditions. Proceed with installation only
after all demolition, new steel construction and blocking are in place.
07700-2
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
B. All installations shall be in accordance with the Manufacturer's printed instructions and
as shown on the Drawings.
C. Anchorage shall be secure and able to withstand the loads intended.
D. Install roofing flashings per Section 07560.
E. Establish the height of the inside pull cable at 6-0" above the catwalk above the stage.
F. Ensure that all mechanical parts are working at the time of completion.
G. Provide a manufacturer's five-year warranty covering defects in materials and
workmanship.
3.02 TESTING & CLEANING
A. The Contractor shall fuse the link of each unit and test for proper operation. The fuse
shall be replaced and the vents shall be left in the closed position with the fuse intact
after the work is complete.
B. Clean all items provided and .installed under this Section in accordance with
Manufacturer's instructions.
END OF SECTION
07700-3
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
SECTION 07900
JOINT SEALERS
PART 1 -GENERAL
1.01 DESCRIPTION OF WORK
A. The extent of each form and type of joint sealer is indicated on the Drawings and/or by
provisions of this Section of the Specifications.
B. Provide sealant joints where shown on Drawings. This work shall provide for the
removal of existing sealant and the installation of new backer rod and sealant.
C. Provide backup materials in joints to assure that the depth of the sealant in joints does
not exceed one-half of the width, except that the minimum depth shall be 3/8". Rake
joints as required. In certain conditions as shown on the Drawings the depth to width
ratio may exceed this requirement. In no event though shall the ratio be less than
indicated above.
D. Joints shall include those in existing brick masonry walls and precast stone copings.
E. Work shall also include installation of sealants at roofing pitch pan applications.
1.02 RELATED REQUIREMENTS
The requirements of this Section are an extension and are in addition to the
requirements of the Uniform General Conditions, Supplementary General Conditions,
Forms, Specification Sections found in Division 1 through Division 16 and all Drawings.
1.03 REFERENCE STANDARDS
A. ASTM D412 - Test Methods for Rubber Properties in Tension
B. ASTM D1056 -Flexible Cellular Materials -Sponge or Expanded Rubber
07900-1
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
C. FS TT -S-00230 - Sealing Compound Silicone, Single Component.
1.04 SUBMITTALS
A. Submit product data and samples under provisions of Submittal Section 01300.
B. Product Data. Submit Manufacturer's product specifications, surface preparation,
handling/ installation/curing instructions, and performance tested data sheets for each
elastomeric product required.
C. The Contractor shall provide 24" long samples in the field of each of the following
sealant types for the Architect's approval. Each sample shall be marked and remain in
place throughout the project and will be gauged as the standard by which all other work
will be judged.
1) Brick to brick at corner joint.
2) Stone coping to stone coping joint.
1.05 ENVIRONMENTAL CONDITIONS
A. Weather Conditions. Do not proceed with installation of liquid sealants under
unfavorable or wet weather conditions.
B. Install elastomeric sealants when temperature is in lower third of temperature range
recommended by Manufacturer for installation.
1.06. WARRANTY
A. Provide two year warranty covering defects in labor and materials for all sealants
installed under this contract.
B. Warranty shall cover complete replacement of sealant which fails because of loss of
cohesion or adhesion, or does not cure. -
07900-2
k,
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
tl PART 2 - PRODUCTS
4 2.01 MATERIALS
General Sealant Performance Requirements: Provide colors as selected by the
Architect and Owner from Manufacturer's standard colors. Select materials for
compatibility with joint surfaces and other indicated exposures and, except as
�^ otherwise indicated, select modulus of elasticity and hardness of grade recommended
by Manufacturer for each application indicated.
Sealants
General Sealant: Equal to Sonneborn NP -2. Two component urethane gun -grade
sealant meeting F.S. TT- S -00230-C, Type II, Class A and ASTM C-920-79.
Pitch Pan Sealer: Equal to Sonneborn SL -1. One component urethane pourable
sealant meeting ASTM C- 920, Type S, Grade P, Class 225, Use T.M.
Hot Vent Pipe Sealant: Equal to Sonneborn "Omniseal".
2.02 RELATED MATERIALS
A. Primer. Non staining type, recommended by sealant manufacturer to suit applications
as found under this contract.
B. Joint Cleaner. Non -corrosive and non -staining type, recommended by sealant
manufacturer and compatible with joint forming materials.
C. Joint Filler. ASTM D1056; round, closed cell polyethylene foam rod; oversized 30%
to 50%.
f
D. Bond Breaker. Pressure sensitive tape recommended by sealant manufacturer to suit
applications.
PART 3 - EXECUTION
3.01 Manufacturer's Instructions. Comply with manufacturer's latest printed instructions
07900-3
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK,TEXAS
except where more stringent requirements are shown or specified, and except where
Manufacturer's technical representative directs otherwise.
3.02 PREPARATION
A. Clean joint surfaces immediately before installation of sealant or caulking compound.
Remove dirt, insecure coatings,'moisture and other substances which would interfere
with bond of sealant or caulking compound. Etch masonry joint surfaces as
recommended by sealant manufacturer.
B. Prime or seal joint surfaces where indicated, and where recommended by sealant
manufacturer, Do not allow primer/sealer to spill or migrate onto adjoining surfaces.
C. Examine joint dimensions and size materials to achieve required width/depth ratio.
D. The Contractor is to clean and reseal all existing exterior masonry wall and joints which
are currently filled with sealant throughout the entirety of the project and as shown on
the Drawings. The Contractor is also required to remove the existing mortar, clean and
reseal all existing stone coping joints throughout the project and as shown on the
Drawings.
3.03 INSTALLATION
A. Set joint filler units at proper width to depth ratio or as shown on the Drawings or
position in joint to coordinate with other work, including installation of bond breakers,
backer rods and sealants. Do not leave voids or gaps between ends of joint filler units.
B. Install sealant backer rod for liquid elastomeric sealants, except where shown to be
omitted or recommended to be omitted by sealant manufacturer for application
indicated.
C. Install bond breaker tape where indicated and where required by manufacturer's
recommendations to ensure that elastomeric sealants will perform properly.
D. Employ only proven installation techniques, which will ensure that sealants are
deposited in uniform, continuous ribbons without gaps or air pockets, with complete
"wetting" .of joint bond surfaces equally on opposite sides. Except as otherwise
07900-4
i
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
indicated, fill sealant rabbet to a slightly concave surface, slightly below adjoining
surfaces. Where horizontal joints are between a horizontal surface and vertical surface,
fill joint to form a slight convex finish, so that joint will not trap moisture and dirt.
E. For normal moving joints sealed with elastomeric sealants fill joints to a depth equal to
50% of joint width, but neither more than 3/8" deep nor less than 1/4" deep.
F. Spillage. Do not allow sealants or compounds to overflow or spill onto adjoining
surfaces, or to migrate into voids of adjoining surfaces. Clean adjoining surfaces by
whatever means may be necessary to eliminate evidence of spillage.
3.04 CURE AND PROTECTION
Cure sealants and caulking compounds in compliance with Manufacturer's instructions
and recommendations, to obtain high early bond strength, internal cohesive strength and
surface durability. Advise Architect of procedures required for cure and protection of
joint sealers during construction period, so that they will be without deterioration or
damage (other than normal wear and weathering) at time of substantial completion.
3.05 PITCH PAN FILLERS
Pitch pans shall be galvanized metal and constructed in accordance with provisions
of Section 07600. Penetrations are to be completely cleaned to bare metal or plastic,
and void of paint, rust, scale or other foreign material prior to application of sealant.
The bottom of the pan will be filled with a non -shrink non-metallic grout to a point 1"
below the top of the pan. When this material has fully dried the final one -inch will be
filled with the specified sealant and allowed to self -level at the top of the metal lip.
Care will be taken so as to not allow the sealant to drip over the edge of the pan.
Where recommended by the manufacturer a primer will be applied to all metal surfaces.
END OF SECTION
07900-5
u
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
SECTION 15100
GENERAL MECHANICAL REQUIREMENTS
PART 1 - GENERAL
1.01 WORK INCLUDED
A. The Work shall include all heating, air conditioning and ventilation work shown in
the Drawings and as indicated or implied herein.
B. Lifting, moving, re -setting and/or modifications to existing equipment, curbs, service
lines, etc.
N
C. Installation of all sleeves and the cutting and patching of all holes necessary for the
convenient and proper installation or disconnects and reconnections of the Work.
�,. D. Any Work installed without regard to the work of other trades which must, in the
opinion of the Architect, be relocated to permit the installation of other Work, shall be
moved and reinstalled as a part of this work without additional cost to the Owner.
E. Existing conditions such as pavements, sidewalks, interior and exterior finishes and
other work shall be restored to its original or better condition where disturbed by the
work of this Section.
F. Includes all rough -ins for plumbing piping, disconnects and reconnections where
equipment may be indicated in the Drawings to be supplied by the Owner.
1.02 RELATED REQUIREMENTS
Uniform General Conditions, Supplementary General Conditions, Forms, Specification
Sections found in Division 1 through Division 16 and all Drawings apply to Work
specified in this Section.
15100-1
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
1.03 QUALITY CONTROL
A. The Contractor(s) performing work under this Section shall be qualified in their
respective trade(s) with a minimum of five (5) years documented experience in working
with the systems currently existing or herein specified.
B. The Mechanical Contractor shall carry a State of Texas Class "A" license which shall
be in effect at the time the project is bid and shall be maintained throughout the
duration of the project. All requirements of the license and its administration shall be
met in full.
C. All work shall be in strict conformance to the requirements of the latest accepted
edition of the Uniform Mechanical and Plumbing Codes and any other codes which
might be in force in the jurisdiction in which the Work is performed. —
1.04 PLANS AND SPECIFICATIONS
A. Plans and Specifications or these Construction Documents are to be consi6ered as
mutual complements or both. If conflicting requirements are indicated, the most
restrictive requirements shall apply as determined by the Architect. Information
provided herein and on the Drawings is as accurate and complete as could be secured
at the time of preparation of this design, but complete and timely accuracy is not
represented as being wholly accurate.
B. The intent of the Work is to provide complete functioning systems in every respect.
The Contractor shall furnish all material and equipment and shall perform all labor to
achieve this intent, whether or not such material or equipment is indicated by the Plans
and Specifications. Whenever the term "provide" is used, it shall mean "furnish and
install".
C. Errors or discrepancies in the Plans and Specifications shall be referred to the Architect
prior to submission of a bid to the Owner. Requests for extra costs due to failure to
advise of design errors, omissions or interferences prior to bidding shall be denied and
the Contractor shall complete the installation in an acceptable manner without
additional compensation.
- 15100 - 2
r
a RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
D. Routing of pipe and ductwork and location, disconnect and reconnection of existing
equipment, apparatus and other devices shown on the Drawings are for general
guidance. The Contractor shall coordinate his work with other Contractors and shall
provide necessary deviations in routing as far as 10'-0" from those shown or referred
to in this Section to provide systems as specified or implied, without interference and
pursuant to these requirements at no additional cost to the Owner.
1.05 PRODUCT DELIVERY, STORAGE AND HANDLING
A. Materials shall be delivered in bulk as necessary so as to provide continuous operations
and no delay in the progression of the work. Schedule and coordinate with the Owner
all necessary deliveries so as to cause the least inconvenience to the Owner's daily
activities. All deliveries and unloading or loading activities shall be the responsibility of
the Contractor with the Owner in no way responsible for same.
B. Store all products in accordance with manufacturer's instructions, with seals and labels
intact and legible. Store materials subject to weather and water damage in fully
enclosed watertight trailers. Maintain all materials within temperature and humidity
ranges required by manufacturer's instructions.
�- C. For exterior storage of products, place on sloped supports above ground. Cover
l
products subject to deterioration with impervious sheet covering. Provide ventilation
and any required heating to avoid condensation.
! D. Store flammable products away from the building with all cans having lids sealed.
Provide manufacturer's safety data sheets for all products delivered to the jobsite. Band
together all loose pipe sections and stack no more than one pallet high. Store all loose
fittings in marked boxes by size and type.
E. Arrange storage to provide access for inspection. Periodically inspect to assure
products are undamaged, and are maintained under required conditions.
F. Advise the Owner's maintenance personnel a minimum of forty-eight (48) hours in
advance of the shutdown of any equipment or service.
15100-3
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
1.06 SUBMITTALS
A. Submit product data and certificates under provisions of Section 01300. Provide
manufacturers printed data on all materials provided including, but not limited to the
following:
1. Piping and fittings.
2. Pipe insulation.
3. Pipe sealers, adhesives and insulation.
4. Ductwork.
5. Duct insulation.
6. Hangers and fasteners for piping and ductwork.
B. Submit shop drawings indicating the following at a minimum. Shop Drawings shall be
to scale and shall show all materials, fittings, new and/or existing equipment and all
incidentals to the work required.
1. Layout of ductwork and/or piping.
2. Riser diagrams.
3. Hanger diagrams indicating proposed attachment and locations.
4. Ductwork jointing and all special sheetmetal and insulating conditions.
C. Submit a schedule indicating proposed time of disconnect and reconnection of existing
condition and proposed time each piece of equipment shall be out of operation.
D. Submit a plan of equipment removal and reinstallation indicating all procedures
including method of evacuation and capture of fluorocarbons, controls maintenance,
start-up after reinstallation, hoisting and lifting, and any other items specific to the
equipment being affected.
1.07 CLOSEOUT PROCEDURES AND WARRANTY
A. Prior to substantial completion submit operation and maintenance instructions in
accordance with the provisions of Section 01700.
B. Maintain record drawings of conditions throughout construction indicating deviations
from the original Construction Documents and/or Shop Drawings. Prior to Substantial
15100-4
sem,
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
Completion submit two (2) record copies of redmarked prints of the original Drawings
and Shop Drawings to the Owner indicating all changes.
C. All work provided under this Section shall be warranteed for a period of not less than
one-year from the date of Substantial Completion of the overall project.
PART 2 - PRODUCTS
2,01 PIPING SYSTEMS
A. Piping Materials
1. Copper Tubing: ASTM B75-76.
2. Wrought Copper Solder Fittings: ANSI B16.22.
3. Steel Pipe: ASTM A53B.
4. Malleable Iron Threaded Fittings: ANSI B 16.3.
5. PVC Piping: Schedule 40.
6. PVC Fittings: Schedule 40.
7. Unions in Copper or Brass Lines: 125 pound all brass, screwed pattern,
ground joint, equal to Chase, Crane or Mueller.
8. Mechanical Couplings: Victaulic Style 77.
B. Rooftop Pipe Support Systems
1. All piping supported on the roof shall be on one of the two following systems with
the hardware for each system being provided by this Contractor. The Roofing
Contractor shall be responsible for all curbs and flashings, traffic support pads,
sheetmetal flashings, etc., as required for the proper and final installation of these
support systems.
2. Miro Industries, Inc. or equal Support No. 48R: For support of single gas lines
1-1/4" diameter and less and single electrical conduit 2 diameter and less and all
PVC condensate lines. Space so as to not allow appreciable sagging in any line.
3. Roller Assemblies as shown on Drawings: Comprised of a Unistrut channel
mounted with galvanized steel bolts through neoprene washers into metal capped
curb assemblies. Wedge type galvanized steel inserts with 3/8" galvanized steel
15100-5
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK,TEXAS
all -thread and a steel roller assembly designed for the unimpeded movement of
larger single pipes. Provide with upper roller assemblies to prevent the pipe from
lifting from the lower rollers. Install upper and lower rollers so as to not bind pipe
and prevent movement. Adjust assemblies to provide for horizontal support of pipe
at spacings not exceeding 10'-0" apart and within 12" of all corners and tees.
Provide for gas piping in excess of 1-1/2" diameter and larger and electrical conduit
of 2" diameter and larger.
PART 3 - EXECUTION
3.01 PIPING INSTALLATION
A. Install piping as indicated on the Drawings or where it currently exists and as is
necessitated by the moving of associated mechanical units. The location of rooftop lines
are shown on the Drawings. The Contractor shall be responsible for determining the
extent of work required below deck for any piping relocation or modifications.
B. All systems shall be straight and true and properly graded for correct flow of contained
materials and to provide drainage. Cut pipes accurately to measurements established
at the building and work into place without forcing or springing.
C. Make all changes in pipe sizes with reducing fittings. Use no long screws or bushings.
3.02 HOISTING
The Contractor shall be responsible for hoisting all materials and equipment to be
furnished, modified, relocated or installed under this Section. All hoisting shall be
compliant with all city, state and federal codes and regulations.
3.03 ACOUSTICS AND VIBRATION
A. All items, new or reinstalled under this Section, which are a source of noise and/or
mechanical vibration generation shall be installed with proper attenuation provisions
including absorbers, isolators or mufflers as required to prevent objectionable noises
and vibrations within the building.
11 15100-6
d RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
B. Where absorbers or isolators are found to be deteriorated or damaged prior to
equipment relocation, such conditions shall be called to the attention of the Architect
and work shall not proceed until such time as the issue is addressed. Where these
devices are determined to be in good condition they shall be reinstalled in working
order.
3.04 REMOVED MECHANICAL EQUIPMENT
All mechanical equipment, wiring, copper components and controls determined to not
be reused remains the property of the Owner and shall be delivered to its designated
storage location on the same day as its removal. Any materials lost in transit shall have
its value restored to the Owner. Any equipment designated to be removed and not
returned to the Owner and any conduit or steel piping not reused by the Contractor
shall be disposed of as part of this contract.
3.05 TESTING OF RELOCATED MECHANICAL EQUIPMENT AND LINES
A. All equipment which is moved or disturbed shall have testing conducted.
B. Pressure testing shall be as follows:
1. The refrigerant piping shall be tested before any covering is applied, ush.g
carbon dioxide or dry nitrogen, and Freon under pressure as hereinafter
specified.
a. The high side shall be tested at 300 psig for R-12 and 450 psig for R-22.
b. The low side shall be tested at 150 psig.
2. Tests shall be accomplished in accordance with procedures recommended by the
equipment manufacturer. The Owner shall be notified 24 -hours in advance of any
testing.
3. With the test pressure in the system, all joints shall be sharply tapped with a rubber
or rawhide mallet sufficiently hard to break loose any defective joints. Every joint
shall then be swabbed with a soap solution. After testing, the solution shall be
15100-7
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
wiped off each joint.
4. If any leaks are found, the pressure shall be relieved from the system, the leaking
Joint shall be disassembled, thoroughly cleaned, and remade as a new joint. Tests
shall then be conducted again in the same order as listed above.
5. After the system is found to be leak -free by the aforementioned process, Freon shall
be introduced with an inert gas at the same pressures, hereinbefore specified, at a
rate of 1/2 lb. per ton of refrigeration. All joints shall then be carefully tested with
a halide torch or electronic leak detector and any leaks found shall be repaired as
specified above. After the system is found to be tight, it shall be allowed to stand
under test pressure, disconnected from the pressure source, for, a period of 24
hours. If the system loses pressure, other than that caused by temperature changes,
then further tests for leaks shall be made.
C. System Evacuation shall be in accordance with the following procedures.
1. After completion of the above pressure tests, the system shall be evacuated using
an approved auxiliary vacuum pump.
2. Connections for evacuation shall be in accordance with manufacturer's
recommendations.
3. A' vacuum dehydration indicator shall be used. Dial -type gauges are not
. acceptable.
4. The vacuum pump shall be operated until a vacuum in excess of 150 microns is
obtained and has been maintained for a period of at least four hours. The vacuum
shall then be broken with Freon and the system shall again be evacuated as
specified.
5. Evacuation shall not be undertaken when the ambient temperature around the
equipment is lower than 70 degrees F.
D. Charging of the systems shall be given through the charging valve in the high side
passing all the liquid refrigerant through a charging dehydrator. All charging lines and
gauges shall be purged of air prior to connection with the system. The refrigerant shall
be unused and shall be delivered in clean drums. After the system is fully charged, it
15100-8
PM
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
shall be started and while in operation tested again for leaks with a halide torch or
electronic leak detector. After successful completion of all these: tests, the piping can
be insulated and the system placed in full operation.
E. All existing gas lines, whether moved, disturbed, or worked around shall be pressure
checked per applicable city and other governing codes. All leaks shall be repaired
immediately to the Owner's satisfaction.
r"
F. The Contractor shall keep accurate records of all testing and charging of the system and
deliver the records to the Owner upon completion of the charging of each unit.
3.06 EQUIPMENT CURBS
A. All new equipment curbs shall be as shown on the Drawings.
B. Pre -manufactured sheetmetal curbs shall be equal to those produced by Thycurb, Inc.
and shall be constructed of 18 -gauge galvanized sheetmetal with all joints fully welded.
Where the curbs are used to separate interior and exterior spaces the curbs shall be
insulated. Each curb will be fitted with a 2 x wolmanized wood block securely fastened
to the top with galvanized or stainless steel screws. Where indicated on the Drawings
a sheetmetal cap of 24 -gauge galvanized metal with fully soldered or welded joints shall
be provided. The caps shall be fastened with galvanized or stainless steel screws with
neoprene -head washers and shall be spaced at a maximum of 16" on center with a
minimum of two screws on each side. Sides with dimensions of less than 8" require one
fastener per side.
C. See the Drawings and Specification Section 06100 for wood curbs to be installed.
END OF SECTION
15100-9
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
SECTION 15200
ROOF DRAINS
PART 1 - GENERAL
1.01 DESCRIPTION
A. Installation of new roof drains and associated cast-iron piping.
B. Install two (2) new cast-iron roof drains and associated piping on the Main Auditorium
Roof where shown on the Drawings.
1.02 RELATED REQUIREMENTS
Uniform General Conditions, Supplementary General Conditions, Forms, Specification
Sections found in Division 1 through Division 16 and all Drawings apply to work
specified in this Section.
1.03 RELATED SECTIONS
A. Section 01045 - Cutting and Patching
B. Section 07560 - Modified Bitumen Roofing System
C. Section 07600 - Sheetmetal and Flashing
D. Section 15100 -General Mechanical Provisions
1.04 REFERENCES
A. ANSI - American National Standards Institute
B. ASME - American Society of Mech. Engineers.
C. ASTM - American Society of Testing Materials.
15200-1
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
D. Uniform Plumbing Code..
1.05 SUBMITTALS
A. Submit under provisions of Section 01300.
B. Shop Drawings: Provide dimensioned utility piping layouts, clearly indicating profiles,
sizes, connections and attachments.
C. Product Data: Provide manufacturer's product data for all fixtures, piping, fittings,
hangers, -and required accessories.
D. Record Drawings: Indicate locations of all roof penetrations for Work of this Section.
1.05 PRE -CONSTRUCTION CONFERENCE
A. Convene pre -construction conference a minimum of five working days prior to start of
Work of this Section.
1.07 REGULATORY REQUIREMENTS
A. Conform to applicable local codes for plumbing and mechanical requirements.
B. Provide certification of inspection confirming approval of design and installation by
authority having jurisdiction.
1.08 QUALIFICATIONS
A. Work of this Section is to be performed by a commercially licensed Plumbing
Contractor with three (3) years documented experience.
1.09 PLANS AND SPECIFICATIONS
A. Plans and Specifications are to be considered as mutual complements of both. If
conflicting requirements are shown, the most restrictive shall apply as ascertained by
15200-2
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
the Architect. Information given herein and on plans is as accurate and complete as
could be secured at the time of preparation of this design, but complete and timely
accuracy cannot be guaranteed.
B. The intention of the Plans and Specifications is to provide complete functioning systems
in every respect. The Contractor shall furnish all material and equipment and shall
perform all labor to achieve this intent, whether or not such material or equipment is
indicated herein. Whenever the term "provide" is used, it shall mean "furnish and
install".
C. Errors or discrepancies on Plans or in Specifications shall be referred to the Consultant
prior to submittal of bid to the Owner. Requests for extra costs due to failure to advise
of design errors, omissions or interferences prior to the bidding shall be denied and
Contractor shall complete the installation in an acceptable manner without extra
compensation.
D. Routing of"piping shown on Plans is for general guidance. The Contractor shall
coordinate his work with the Owner's Representative and shall provide necessary
deviations in routing as far as ten (10) feet from those shown or referred to in this
Section to provide systems as specified or implied, without interference and pursuant
to these requirements at no additional cost to the Owner.
PART 2 - MATERIALS
2.01 MATERIALS
A. Cast -Iron Roof Drain: Equal to ZC-100 R -C as manufactured by Zurn Industries, Inc.
Each drain will be 6" in diameter as shown on the Drawings and be complete with
cast-iron strainer, DCCI drain body, gravel stop flange and sleeve, steel clamping
assembly.
B. Cast -Iron Piping: Provide full-body black cast-iron piping and fittings required by the
Drawings for all roof drain lines. Pipe and fittings will be equal to No -Hub as
manufactured by Tyler Pipe and Foundry Company utilizing No -Hub or Clamp -All
fittings as the situation dictates.
C. Piping Hangers: Grinnell No. 260, Elcen No. 12 or Fee & Mason No. 86, with
accompanying threaded rod and hardware as necessary.
15200-3
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK,TEXAS
D. Pipe Insulation: 1" pre -formed fiberglass pipe wrap as specified in Section 15100.
E. Substitutions: In accordance with Section 01600.
PART 3 -EXECUTION
3.01 EXAMINATION
A. Verify existing equipment conditions, dimensions, roof openings, wall penetrations and
existing utility services are acceptable to receive Work of this Section.
B. Verify conditions of existing utility piping, penetration, points and connections are
acceptable to receive Work of this Section.
3.02- PREPARATION
A. Where indicated on the Drawings install roof drains and piping as required.
B. Cut the drain holes in the existing lightweight structural concrete roof deck where
shown on the Drawings. The hole shall be of adequate size to accommodate the drain
body with clearance not exceeding 1/2" on all sides. Fill at the sides with USG
"Pyrofil" or equal to a smooth finish at the existing deck level. Provide support
channels as necessary to prevent deflection of the deck at the drain.
C. Neatly cut or core drill holes in the existing lightweight concrete roof deck.
Jack -hammering or other means of removal requiring extreme vibration other than
drilling will not be permitted. Cut or core drill each hole at a diameter adequate to
maintain a maximum of 1/2" clearance on all sides of the cast-iron drain body.
D. Core drill holes for piping through the exterior masonry walls. Leave neat finished hole
with 1/2" to 3/4" clearance on all sides of new pipe penetration. Fit with new conductor
heads and downspouts per Section 07600 and/or as shown on the Drawings. Close the
gap between the piping and masonry with closed cell backer rod and polyurethane
sealant.
3.03 EXECUTION
15200-4
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
A. Drain Piping Installation:
1.: Access for installation may be gained through the building into the attic space.
Temporary catwalks are required to be installed by the Contractor to provide safe
access from the existing walkways to the new drain pipe locations. Do not walk
on the tops of the ceilings.
2. Layout route of piping on the bottom of the deck with locations marked for each
i support bracket. Support brackets shall be spaced at no more than 8'-0" on center
and at each pipe bend. Where hangers run perpendicular to the existing steel joists
they shall be placed at the point where the top of the steel webbing of the joists
meets the upper chord of the truss.
3. Install each support bracket hanging securely from the existing steel roof structural
system using specified hangers, all -thread rods, unistrut and structural steel
channels or angles as required. Anchoring from the deck will not be permitted.
4. Install new cast-iron piping with all bends, elbows, traps, cleanouts, etc., in each
support cradle. Adjust hanger rods so as to provide for a slope of 1/8" per foot
where possible. Hang piping as close to the bottom of the deck as possible. Install
all joints watertight. Connect to drain assemblies. Water test per 3.04 below.
Correct any teaks found. Where the drain pipe passes through the outside of the
exterior wall seal between brick and pipe with closed cell backer rod and specified
sealant. Make all necessary adjustments in the existing piping where the new
piping will intersect.
5. Install new pipe insulation at all new pipe, fittings and drain bowls. Run insulation
continuous and tightly butt all ends. Tape and seal all joints.
B. Drain Installation at Existing Lightweight Structural Concrete Roof Decking:
After hole is cut and all burrs or jagged edges are trimmed from the form set drain
flange and secure to deck.
2. Set the drain with its bowl secure using the new underdeck clamp and bolts.
Secure drain in a watertight condition to the new piping.
3. Install new roofing and flashing per Section 07560.
4. Install new clamping ring as required.
15200-5
7
1
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
5. Install cast-iron strainer.
6. Do not leave the drain or hole open overnight without the complete installation of
the new piping and roof flashing.
7. Install new pipe insulation at all new pipe, fittings and drain bowls. Run insulation
continuous and tightly butt all ends. Tape and seal all joints.
3.04 CLEANING AND TESTING
A. After all components of the drainage and pipe system are installed all drains will be
water tested. Flood each assembly with water in the presence of the Architect for a
period of not less than one (1) hour.
B. Remove temporary catwalks and access devices. Repair any damage to interior. _
END OF SECTION
15200-6
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
SECTION 16000
ELECTRICAL
PART 1- GENERAL
1.01 SCOPE OF WORK
A. These specifications include all labor, materials, equipment and related items required
to disconnect and re -connect all equipment, electrical relocations as required and to
complete the work within the intent of the Drawings and Specifications, whether or not
specifically mentioned. For this reason, the Contractor shall visit the site before
submitting his bid and familiarize himself with the areas in which work is to be done.
Electrical work necessary for this project includes but is not limited to the resetting of
conduit for building and HVAC units, removal of unused conduits, the disconnecting
and reconnecting of electrical supply to HVAC units scheduled to receive new curbs,
etc., all in accordance and necessary to achieve proper flashing heights and details as
set forth.
B. Set all sleeves and cut and patch all miscellaneous holes necessary for the convenient
and proper installation of the Work according to Sections as applicable. Required holes
through existing masonry construction with an area of less than 35 square inches shall
be considered miscellaneous holes.
C. Any work installed without regard to the work of other crafts which must, in the
opinion of the Architect, be moved to permit the installation of other work, shall be
moved and replaced as a part of this work without extra charge.
D. Removed conduits shall have all associated wire and cables taken back to associated
circuit breaker, fuse box or other such junction so as to allow for complete removal
i with no exceptions taken with regards to safety or code requirements.
1.02 RELATED REQUIREMENTS
Uniform General Conditions, Supplementary General Conditions, Forms, Specification
Sections found in Division 1 through Division 16 and all Drawings apply to Work
specified in this Section.
16000-1
RE -ROOF LUBBOCK MUNICIPAL.COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
1.03 PLANS AND SPECIFICATIONS
A. Plans and Specifications are to considered as mutually complementary, and
requirements of one shall be considered as requirements of both. If conflicting
requirements are shown, the most restrictive requirement shall apply as ascertained by
Architect.
B. The intention of the Plans and Specifications is to provide complete functioning systems
in every respect. Contractor shall finish all materials and equipment and shall perform
all labor required to achieve this intent, whether or not such material and equipment is
indicated herein. Wherever the term "provide" is used, it shall mean furnish and install.
C. All Plans and Specifications shall be examined by the Contractor prior to submission
of quotations to determine systems interface and conditions which could cause interface
of deviations in equipment locations and routing. Errors or discrepancies on the plans
or in specifications shall be referred to the Architect prior to submittal of bid to the
Owner. Requests for extra costs due to failure to advise of design errors, omissions or
interferences prior to bidding shall be denied ;and Contractor shall complete the
installation in an acceptable manner without extra compensation.
D. Routing of conduit on roof surface with extensions for flashing devices is shown on
plans for general guidance. The Contractor shall coordinate his work with all trades
and shall provide necessary deviations in routing as far as 10 feet from those shown to
provide systems as specified or implied, without interference and pursuant to these
requirements at no additional cost to the Owner.
E. Manufacturer's latest printed instructions and recommendations are to be followed at
all times regarding all equipment disconnects and re -connects and covering points not
listed or shown on the Drawings or described in the Specifications.
F. Layout and installation of electrical work shall be coordinated with the overall re-
roofing work and other trades to prevent delay in completion of the project. Complete
Drawings and Specifications for the entire job shall be available at the job site.
G. Conduit shall be installed or relocated to allow for the installation of the proper
supports.
1.04 SHOP DRAWINGS AND PRODUCT DATA
16000-2
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
The Contractor shall submit shop drawings for all Work required by this Section of the
Specifications along with Manufacturer's data for all products proposed for the Work..
1.05 RELATED
Contractor shall follow and be responsible for all necessary contract closeouts, hoisting,
caulking and sealants, hangers and related items pertaining to this contract as dictated
by the specification contract documents.
PART 2 - MATERIALS
2.01 MATERIALS
A. Where mechanical items must be disconnected and re -connected as necessary by the
re -roofing of the specified areas at these facilities, all wires, conduits, panels, motor
starters, raceways, switches, stations, etc. shall be replaced or renewed to match
existing if damaged, cut or needing extension, etc. All materials shall meet the
minimum standards of the National Electrical Code, 1992 edition.
B. Prior to installation, coordinate all necessary work with Architect for proper approval.
C. Replace two existing flood lights on the south parapet wall along with all related
conduit and junction boxes with all new materials and wiring. The lights shall be as
follows:
Manufacturer:
Lithonia or equal.
Model Number:
TFS Mini -Flood
Voltage:
120 V.
Luminair:
150 W. Quartz
Accessories:
CRA Cross Arm Adaptor
TFSVG Vandal Guard
CWA Autotransformer
PE Photoelectric Cell - Button Type
Color:
DBR Bright Red
PART 3 -EXECUTION
3.01 Work shall be performed by a qualified electrical contractor, licensed to do work in the
16000-3
RE -ROOF LUBBOCK MUNICIPAL COLISEUM & AUDITORIUM
LUBBOCK, TEXAS
City of Lubbock, Texas in which the work is located and the County of Lubbock and
the State of Texas. All workmanship shall be in compliance with all code requirements
and shall be inspected as required by all governing authorities. All work will meet the
minimum standards of the National Electrical Code, 1992 edition.
All work necessary shall be in compliance with Owner's requests for proper
scheduling and so that the least amount of interference with daily production
and administration duties is required.
END OF SECTION
16000-4