HomeMy WebLinkAboutResolution - 5315 - Contract - Allen Roofing Company Inc - Health Department Roof - 10/10/1996RESOLUTION NO. 5315
October 10, 1996
Item #32
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock BE and is hereby authorized and directed to
execute for and on behalf of the City of Lubbock a Contract, attached herewith, by and
between the City of Lubbock and Allen Roofing Company, Inc., of Roswell, N.M., and any
associated documents, to install and furnish all materials and services as bid for the Health
Department Roof, which Contract shall be spread upon the minutes of the Council and as
spread upon the minutes of this Council shall constitute and be a part of this Resolution as if
fully copied herein in detail.
Passed by the City Council this
loth day of October _, 1996.
ALEX "TY" COOXE, MAYOR PRO TEM
ATTEST:
4 1 suit
ayth d
Darnell, City Secretary
APPROVED AS TO CONTENT:
Victor Kilman, rchasing Manager
APPROVED AS TO FORM:
Dbfiald G. Van -diver, First
City Attorney
DG V : da/ccdocs /a11nroof. res
September 30, 1996
5315-
CITY
OF LUBBOCK
SPECIFICATIONS FOR
HEALTH DEPARTMENT RER00F
BID #13680
CITY OF LUBBOCK
Lubbock, Texas
City of Lubbock
P.O. Box 2000
Lubbock, Texas 79457
606-767-2167
MAILED TO VENDOR:
CLOSE DATE:
ITB 013680 - HEALTH DEPARTMENT RE -ROOF
Office of
Purchasing
September 4, 1996
September 12, 199 6 @ 2:00 P.M.
i
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. Please find enclosed the following pages to accompany ITB #13680.
All requests for additional Information or clarification must be submitted in writing and directed to:
Ron Shuffield
Senior Buyer
City of Lubbock
P.O. Box 2000
Lubbock, Texas 79457
Questions may to faxed to: (806)767-2164
THA YOU,
RON SHUFFiE
SENIOR BUYER
PLEASE RETURN ONE COPY WITH YOUR ITB.
RS/ca
Enclosure
rpmc WaA-L&c 9/4% *0 PM
• ADDENDUM NO. t
1iEALM DEPARTMENT R.EROOF
pROJECT#13690
Ci'l<'Y OF LUBBOCK
-�
The following chsngcs and additionsAWetions arc to be included in the bid for the se=0W..ed proicct.
Exch bidder shall acLmowkdge reecipt of this addandum on the space providcd ort the bid forms_
is
�. ITEM 1: Tic ms of construction shall be changed to 120 consecutive calendar days.
I' l�'[ 2: The mwufadlvrces warranty shall be for twenty years as specified in Suction 07540.
The warranty shall be a total system warranty and include the insulation specified in
Section 07220.
ITEM 3: The 314" perlite insmlation shown on the Roof Pian to be installed over the 1=112°
perlitc ina dation slk� bo changed to 118" per foot tapered insulation as specifi«l in
(l JJ Section 07220 and as indicated by the slopes shown on the Drai&ings.
ITEM 4: 1.3" polytisocyanurate insulation board may be substituted for the specified 1-112"
t perlite at the Contractor's option. Pesiite board sixes may' be 2' x 2" or 4' x 4.
ITEM 5: There are no alternates required in the bid. Pdh=vver ars alternate is listed in the
Drawings or Specifications it shall be ignored and that portion of the work: shall be
included in the Base Sid.
XITTI-ltd 6: The north wdstit>,l, HVAC unlit located at Roof Area 133 shall be removed along with
an assomted ductwork, supports and uttilky litres. The existing holes shall be repaired
r with matching metal decking.
ITfiM 7: The crickets shown to be 1/2" per foot shall remain with the resulting total slope
being 3/8" per foot for the finish installation.
ITEM 8: The 8'-U" iugYi plastic rooftop ccmtairmcnt f L-rlcc called for by the Spccificatiorts slsalll
be omitted.
ITEM 9: For Wading purposes the bidders shall assume that the eodsting base flashins contain
non -hazardous, non -friable asbestos and that the field of the roof contains no
asbestos. Ali asbestos shall be handled in accordance with all required ordins:rice.
t iTENi I a: The HVAC. snit fit mA its the northeast corm of Roof Area 81 is new and not shown
on th= Drawings. This unit shall be flashed per the same details as 4avent units and
a new *ondensate pan provided per Detail 81R4.
r
ADDENDUM NO. i - HEALTH DEPARTMENT RE -ROOF
... PAGE 2
ITEM 11: The existing roof system for Roof Area C 1 is es WlOws:
Existing Structurxi Metal Deck to As bait to the Metal Deck
(l.ranule Surfaced Base Street MoppedP
314" Ferrite Insulation Mopped in Asphalt
3 -Pty Asph-4.4 aid fiberghss Built-up Roof with C"Zvrj
ITEM 12: The C dst g roof system for alt other roe- ArMS is as fallow :
Existing Struco mal Metal Deck
1 /2" Wood VBW insulation Beard Mopped to Dom;
4 -Ply Coal Tar Pitch and Organic pelt Built-up Roof
1.5" Composite Board Insulation Mopped in Asphalt
4 -Ply Asphalt and Fiberglass Built-up Roof with Gravel
ITEM 13- Tim nc�► srteW wall panda to be itistallcd at Details 3IR2 and 3/R1 shall be 24 -gauge
pre -finished R -panels. The panels shalt be atta bed with nealwene.-head screws
matching, the color of the panels and spaced horizontally on the new hat cbzmtls at
12" on Center.
ITEM 14. The wan panels located below Roof Area C2 and located ores the built-up roof shall
be removed to the substrate and be em offs re;quired by the dem an the Drawings.
The remainder of the wall panals shall be removed above the existing piaster band and
salvaged for reuse. The existing 7 -trim shall be removed and replaced with a new Z.
flashing which turns down over the face of the plaster 2" and extends benttlt the
panels a minimum of 3" vertical. The joints of the neve metal shall be lapped 3" and
be blind riveted and sealed. The selvaged panels shall be re.installtd-
ITEM 15: U.S. Intec is approved as an equal manufacturer to those specified. The lntec cap
sbeet shall be a 4.5 fiberglass composition-fosystem
ssys I receive
e iv a the same
manufacturer's 20ryear NDL warranty specified for other
END OF ADtiENUXTM
D
i
NJ
CIN OF LUBBOCK
INVITATION TO BID
FOR
TITLE: HEALTH DEPARTMENT REROOF
ADDRESS: LUBBOCK, TEXAS
BID NUMBER: 13680
PROJECT NUMBER: 9825.9211.
CONTRACT PREPARED BY: PURCHASING DEPARTMENT
INDEX
NOTICE TO BIDDERS
GENERAL INSTRUCTIONS TO BIDDERS
BID SUBMITTAL - BID FOR LUMP SUM CONTRACTS
PAYMENT BOND
PERFORMANCE BOND
CERTIFICATE OF INSURANCE
CONTRACT
GENERAL CONDITIONS OF THE AGREEMENT
CURRENT WAGE DETERMINATIONS
SPECIFICATIONS
SPECIAL CONDITION
NOTICE TO BIDDERS
i
NOTICE TO BIDDERS
BID #13680
Sealed bids addressed to Victor Kilman, Purchasing Manager, City of Lubbock, Texas, will be received in the
office of the Purchasing Manager, Municipal Building, 1625 13th Street, Room L-04, Lubbock, Texas, 79401, until 2:00
o'clock p.m. on the 12th day of September, 1996, or as changed by the issuance of formal addenda to all planholders,
to furnish all labor and materials and perform all work for the construction of the following described project:
"HEALTH DEPARTMENT REROOF"
After the expiration of the time and date above first written, said sealed bids will be opened in the office of the
Purchasing Manager and publicly read aloud.
It is the sole responsibility of the bidder to insure that his bid is actually in the office of the Purchasing Manager
for the City of Lubbock, prior to the expiration of the date above first written.
i The City of Lubbock will consider the bids on the 26th day of September. 1996, at the Municipal Building, 1625
13th Street, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or
all bids and waive any formalities. The successful bidder will be required to furnish a performance bond in accordance
with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract
price exceeds $100,000 and the successful bidder will be required to furnish a payment bond in accordance with Chapter
2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds
$25,000. Said statutory bonds should be issued by a company carrying a current Best Rating of B or su erior, as the
rating of the bond company is a factor that will be considered in determination of the lowest responsible bidder.
Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's or certified
check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without
recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the bid submitted as a
guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within 10 days after notice of
award of the contract to him.
It shall be each bidders sole responsibility to inspect the site of the work and to inform himself regarding all local
conditions under which the work is to be done. It shall be understood and agreed that all such factors have been
thoroughly investigated and considered in the preparation of the bid submitted. There will be a pre-bid conference on
3rd day of September, 1996 at 10:00 o'clock a.m., in the Purchasing Conference Room L-04, Lubbock, Texas
Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages
included in the contract documents on file in the office of the Purchasing Manager of the City of Lubbock, which
document is specifically referred to in this notice to bidders. Each bidder's attention is further directed to provision of
Article 5159a, Vernon's Ann. Civil St., and the requirements contained therein concerning the above wage scale and
payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale.
�*+ The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this
r advertisement, minority and women business enterprises will be afforded equal opportunities to submit bids -in response
., to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in
consideration for an award.
F,
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 U BOCK
V
VIC R KI AN
PURCHASI G MANAGER
Bid documents may be obtained upon request from the Purchasing Department 25 13th Street,
Room L-04, Lubbock, Texas 79401; Telephone (806)767-2167/Fax (806)767-2164.
GENERAL INSTRUCTIONS TO BIDDERS
f
l:
GENERAL INSTRUCTIONS TO BIDDERS
1. SCOPE OF WORK
The contractor shall fumish all labor, superintendence, machinery, equipment and all materials necessary to
complete this project in accordance with contract documents for the HEALTH DEPARTMENT REROOF.
2. CONTRACT DOCUMENTS
All work covered by this contract shall be done in accordance with contract documents described in the General
Conditions.
All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for the
construction of this project and shall be responsible for the satisfactory completion of all work contemplated by
said contract documents.
3. PLANS FOR USE BY BIDDERS
CIt is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by
the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without
charge of forfeiture of deposit. The contract documents, may be examined without charge as noted in the Notice
to Bidders.
4.- BIDDER INQUIRIES
No bidder shall request any information verbally. All written requests for additional information or clarification
concerning this bid must be addressed to:
RON SHUFFIELD
SENIOR BUYER
CITY OF LUBBOCK
P.O. BOX 2000
{ LUBBOCK, TX 79457
FAX (806)767-2164
5. TIME AND ORDER FOR COMPLETION
The construction covered by the contract documents shall be fully completed within 75 (SEVENTY FIVE)
consecutive calendar days from the date specified in the Notice to Proceed issued by the City of Lubbock to the
successful bidder.
The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the
City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the
contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by
the City that the progress of the work is not in accordance with the progress schedule so submitted, the City may
direct the Contractor to take such action as the City deems necessary to insure completion of the project within
the time specified.
6. PAYMENT
All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the
contract documents.
D
7. AFFIDAVITS OF BILLS PAID
The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to
execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the
improvements contemplated by the contract documents have been paid in full and that there are no claims
pending, of which the Contractor has been notified.
8. MATERIALS AND WORKMANSHIP
The intent of these contract documents is that only materials and workmanship of the best quality and grade will
be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve
the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until
incorporated into the project. The presence or absence of a representative of the City on the site will not relieve
the Contractor of full responsibility of complying with this provision. The specifications for materials and methods
set forth in the contract documents provide minimum standards of quality which the Owner believes necessary to
procure a satisfactory project.
9. GUARANTEES
All equipment and materials incorporated in the project and all construction shall be guaranteed against defective
materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written
general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any
and all damages of any nature whatsoever resulting in such defects, when such defects appear within ONE year
from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the
Owner (City of Lubbock).
10. PLANS FOR THE CONTRACTOR
The contractor will be furnished one set of plans and specifications, and related contract documents for his use
during construction. Plans and specifications for use during construction will only be furnished directly to the
Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or
others, as required for proper prosecution of the work contemplated by the Contractor.
11. PROTECTION OF THE WORK
The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials,
supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any
and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the --
date the City issues its certificate of completion to Contractor. The City reserves the right, after the bids have
been opened and before the contract has been awarded, to require of a bidder the following information:
(a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by
the intended contract and all work in progress with bond amounts and percentage completed.
(b) A sworn statement of the current financial condition of the bidder.
(c) Equipment schedule.
12. TEXAS STATE SALES TAX
This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of
Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act.
The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the
materials to be incorporated into the work without paying the tax at the time of purchase.
N
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
I way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or
i 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
rl immediately by Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense.
14. BARRICADES AND SAFETY MEASURES
The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals,
and shall take such other precautionary measures for the protection of persons, property and the work as may be
necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs,
and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and
replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of
barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of
acceptance of the project.
a 15. EXPLOSIVES
4�•
r
r
The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from
the City. In all cases where written permission is obtained for the use of explosives, the Contractor shall assume
full responsibility for all damage which may occur as a direct or indirect result of the blasting. In addition, in all
cases where explosives are authorized to be used, the Contractor shall use utmost care so as not to endanger
life or property and the Contractor shall further use only such methods as are currently utilized by persons, firms,
or corporations engaged in similar type of construction activity.
Explosive materials shall not be stored or kept at the construction site by the Contractor.
In all cases where explosives are to be used during the construction of the project contemplated by this contract,
it shall be the duty of the Contractor to notify each utility company having structures (above or below the ground)
in proximity to the site of the work of Contractor's intention to use explosives, and such notice shall be given
sufficiently in advance to enable the companies to take such steps as they may deem necessary to protect their
property from injury. Such notice, however, shall not relieve the Contractor of responsibility for any damage
resulting from his blasting operations.
16. CONTRACTOR'S REPRESENTATIVE
The successful bidder shall be required to have a responsible local representative available at all times while the
work is in progress under this contract. The successful bidder shall be required to furnish the name, address and
telephone number where such local representative may be reached during the time that the work contemplated
by this contract is in progress.
17. INSURANCE
The Contractor shall not commence work under this contract until he has obtained all insurance as required in the
General Conditions of the contract documents, from an underwriter authorized to do business in the State of
Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of
cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All
policies shall contain an agreement on the part of the insurer waiving the right to subrogation.
The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance
protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such
insurance shall be carried with an insurance company authorized to transact business in the State of Texas and
shall cover all operations in connection with this contract, whether performed by the Contractor or a
subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate
of insurance specifying each and all coverage's shall be submitted prior to contract execution. -
The insurance certificates furnished shall name the City as an additional insured, or in the alternative,
shall be accompanied by a statement from the Contractor to the effect that no work on this particular
project shall be subcontracted. It shall be the contractors responsibility to provide to the owner all
proof of coverage insurance documents including workers compensation coverage for each
subcontractor.
18. LABOR AND WORKING HOURS
Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages
included in these contract documents. The wage rate which must be paid on this project shall not be less than
specified in the schedule of general prevailing rates of per diem wages as above mentioned. The bidders'
attention is further directed to the requirements of Article 5159a, Vernon's Annotated Civil Statutes providing for
the payment of the wage schedules above mentioned and the bidder's obligations thereunder. The inclusion of
the schedule of general prevailing rate of per diem wages in these contract documents does not release the
Contractor from compliance with any wage law that may be applicable. Construction work under this contract
requiring an inspector will not be performed on weekends or holidays unless the following conditions exist:
(1) The project being constructed is essential to the City of Lubbock's ability to provide the necessary
service to its citizens.
(2) Delays in construction are due to factors outside the control of the Contractor. The Contractor is
approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort
to complete the contract within the allotted time.
Before construction work requiring an inspector is to be performed on weekends or holidays, the Contractor must
notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires
to do work and obtain written permission from the Owner's Representative to do such work. The final decision on
whether to allow construction work requiring an inspector on weekends or holidays will be made by the Owner's
Representative.
In any event, if a condition should occur or arise at the site of this projector from the work being done under this
contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work,
regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer
dangerous to property or life.
19. PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS
The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project
under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without
discount, not less often than once each week. The Contractor and each of his subcontractors engaged at the site
of the work shall not later than the seventh day following the payment of wages, file with the Owner's
Representative, or Engineer, a certified, swom, 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
C 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 company or corporate name and business
address must be given, and the bid signed by an official or duly authorized agent. Powers of attorney authorizing
agents or others to sign bids must be properly certified and must be in writing and submitted with the bid. The
bid shall be executed in ink.
Each bid shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and endorsed
on the outside of the envelope in the following manner:
(a) Bidder's name
(b) Bid for (description of the project).
Bid submittals may be withdrawn and resubmitted at any time prior to the time set for opening of the bids, but no
bid may be withdrawn or altered thereafter.
F22. 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.
(1) Insurance Certificates.
Q) 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.
23. QUALIFICATIONS OF BIDDERS
The bidder may be required before the award of any contract to show to the complete satisfaction of the City of —
Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified
therein in a satisfactory manner. The bidder may also be required to give a past history and references in order
to satisfy the City of Lubbock in regard to the bidder's qualifications. The City of Lubbock may make reasonable
investigations deemed necessary and proper to determine the ability of the bidder to perform the work, and the
bidder shall furnish to the City of Lubbock all information for this purpose that may be requested. The City of
Lubbock reserves the right to reject any bid if the evidence submitted by, or investigation of, the bidder fails to
satisfy the City of Lubbock that the bidder is properly qualified to cant' out the obligations of the contract and to
complete the work described therein. Evaluation of the bidder's qualifications shall include:
1. The ability, capacity, skill, and financial resources to perform the work or provide the service required.
2. The ability of the bidder to perform the work or provide the service promptly or within the time specified,
without delay or interference.
3. The character, integrity, reputation, judgment, experience, and efficiency of the bidder.
4. The quality of performance of previous contracts or services. —
7
BID SUBMITTAL
BID SUBMITTAL
LUMP SUM BID CONTRACT
PLACE: Municipal. Building Room L-04
DATE: September 12, 1996
PROJECT NUMBER: 13680 - HEALTH DEPARTMENT REROOF
Bid of Allen Roof incl Co. , 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 Health Department Reroof
!I
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.
i ! MATERIALS rt z <i v -r%,,e,s1..,J -71,,,x. 11,.,J,,I P,, -i.--T1,a— ft
SERVICES: —7AAU5X-1 -�
I
TOTAL BID:7rwo Jeb e"c-&e 51K `rA6kU d s_ "Jecd
(Amount shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.)
Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written
"Notice to Proceed" of the Owner and to fully complete the project within 76 (SEVENTY FIVE) consecutive calendar days
thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner
as liquidated damages the sum of $200.00 (TWO HUNDRED DOLLARS for each consecutive calendar day in excess of
the time set forth hereinabove for completion of this project, all as more fully set forth in the general conditions of the
j contract documents.
Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with
instruction number 21 of the General Instructions to Bidders.
bidding. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the
�
The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days
after the scheduled closing time for receiving bids.
BID SUBMITTAL ATTACHNMNT-
r
Unit Cost per board foot for replacement of deteriorated 2 x 6 blocking
($ —3..QD Bd.Ft)
Unit Cost per board foot for replacement of deteriorated 2 x 8 blocking
/Bd.Ft)
Unit Cost per board foot for replacement of deteriorated 2 x 12 blocking
($_ 7 . /Bd.Ft)
Unit Cost per board foot for installation of new 2 x 6 blocking
($ , oo /Bd.Ft)
Unit Cost per board foot for installation of new 2 x 8 blocking
Bd.Ft)
Unit Cost per board foot for installation of new 2 x 12 blocking
/Bd.Ft)
ss than 20
Unit Cost per square foot of deteriorated 1 1/2 " x 22 guage galvanized men2ZZ=/Sq.Ft)
square feet)
($
Unit Cost per square foot of deteriorated 1 1/2" x 22 guage galvanized metal decyn (for large areas of more than 20
square feet)
($ <�• 00 /
r
7
The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the
plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to
commence work on or before the date specified in the written notice to proceed, and to substantially complete the work
on which he has bid; as provided in the contract documents.
Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or
certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company,
payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5% ) of the total
amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds (if
required) within (ten) 10 days after notice of award of the contract to him.
Enclosed with this bid is a Cashier's Check or Certified Check for
Dollars ($ ) or a Bid Bond in the sum of _ 5% of bid Dollars
which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the bid is accepted by
the Owner and the undersigned fails to execute the necessary contract documents and the required bond (if any) with the
Owner within ten (10) days after the date of receipt of written notification of acceptance of said bid; otherwise, said check
or bond shall be returned to the undersigned upon demand.
Bidder understands and agrees that the contract to be executed byfdder shall be bound �qd include all contract
documents made available to him for his inspection in accordance with t otice to Bidders. / 1
4AotdkW �l- MY1,96
(Seal if Bidder is�a Corporation)
ATTEST:
Secretary
r
1
Authorized Signature
Willard Allen, Vice President
(Printed or Typed Name)
Company
P.O. Box 89
Address
Roswell
Chaves
City,
County
_Flew Mexico
, 88202
State
Zip Code
Telephone: 505
Fax: 505 -6
LIST OF SUBCONTRACTORS
Minority Owned
Yes No
None Received ❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
r
i
e %--
THE AMERICAN INSTITUTE OF ARCHITECTS
AIA Document A310
Bid Bond
KNOW ALL MEN BY THESE PRESENTS, that we
ALLEN ROOFING Co.. INC. (Here insert full name and address or legal title of Contractor)
POST OFFICE BOX 89 ROSWELL NM 88201
as Principal, hereinafter called the Principal, and
CONTRACTORS BONDING AND INSURANCE COMPANY (Here insert full name and address or legal title of Surety)
1213 VALLEY STREET SEATTLE WA 98109
a corporation duly organized under the laws of the State of WASHINGTON
as Surety, hereinafter called the Surety, are held and firmly bound unto
CITY OF LUBBOCK (Here insert full name and address or legal title of Owner)
LUBBOCK, TEXAS
as Obligee, hereinafter called the Obligee, in the sum of
FIVE PERCENT (50%) OF THE AMOUNT BID
Dollars ($ ),
for the payment of which sum well and truly to be made, the said Principal and the.said Surety, bind
ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by
these presents.
WHEREAS, the Principal has submitteda bid for
(Here insert full name, address and description of project)
REROOFING OF HEALTH DEPARTMENT
LUBBOCK, TEXAS
NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract
with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding
or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt
payment of labor and material furnished in the prosecution thereof, or in the Pvent of the failure of the Principal to enter
such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty
hereof between the. amount specified in said bid and such larger amount for which the Obligee may in good faith contract
with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain
In full force and effect.
Signed and sealed this 12TH
day of
ALLEN
(Witness)
NG CO., INC.
19 96
(Seal),
Willard All(enITide) Vice President
CO1ACTORS BONDING AND INSURANCE COMPANY
(Su ty) (Seal)
(Witness) '�
KATHRYN
L. ue)ATTORNEY- I N -FACT
AIA DOCUMENT A310 • BID BOND • AIA ® • FEBRUARY 1970 ED • THE AMERICAN
INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W., WASHINGTON, D. C. 20006 1
Gim
i LIMITED POWER OF ATTORNEY
FOR BID BONDS ONLY
INSURANCE
Not Valid for Bonds Power of Attor99422
Executed On or After: may 30' 1997 Number:
A valid original of this document must be printed on security paper with black, blue, and red ink, and
must bear the raised seal of Contractors Bonding and Insurance Company ( the "Company"). Only an
unaltered original of this power of attorney is valid. If a photocopy, the word "VOID" should appear
clearly in one or more places. This Power of Attorney is valid solely in connection with the execution
and delivery of a bid bond executed on or before the date indicated above.
CERTIFICATE
I, the undersigned secretary of Contractors Bonding and Insurance Company, a
Washington corporation, DO HEREBY CERTIFY that this Power of Attorney remains in full
force and effect and has not been revoked, and, furthermore, that the resolutions of the
Board of Directors set forth on the reverse are now in full force and effect
Signed and sealed this 12TH day of
19 96
k Kevin L. Lybeck, Secretary
CBIC • 1213 Valley Street • P.O. 9x 9271 • Seattle, WA 98109-0271
(206) 622-7053 • (800) ,765-CBIC (National) • (206) 382-9623 FAX
PoaLPAB.02-US031296
Certi fccate of Appointment and Resolutions of the Board of Directors
The undersigned President and Secretary of Contractors Bonding and Insurance Company hereby certify that the —
President has appointed the Attorney(s)-in-Fact identified on the front side of this power of attorney, under and by
the authority of the following resolutions adopted by the Board of Directors of Contractors Bonding and Insurance
Company at a meeting duly held on December 15, 1993:
RESOLVED, that the CEO, President, CFO, any Vice President, Secretary or any Assistant
Secretary, and any ether employee as may be specifically authorized by a particular board resolution
(hereafter "Authorized Officer or Employee") may appoint attorneys -in -fact or agents with authority
as defined or limited in the instrument evidencing the appointment in each case, for and on behalf of
the Company, to execute and deliver and affix the seal of the Company to bonds, undertakings,
recognizances, and suretyship obligations of all kinds; and any Authorized Officer or Employee may
remove any such attorney-in-fact or agent and revoke any power of attorney previously granted to
such person.
RESOLVED FURTHER, that any bond, undertaking, recognizance, or suretyship obligation shall
be valid and binding upon the Company:
(i) when signed by the Authorized Officer or Employee and attested and sealed (if a seal
be required); or
(ii) when signed by the Authorized Officer or Employee, and countersigned and sealed
(if a seal be required) by a duly authorized attorney-in-fact or agent; or
(iii) when duly executed and sealed (if a seal be required) by one or more attorneys -in -
fact or agents pursuant to and within the limits of the authority evidenced by the
power of attorney issued by the Company to such person or persons.
RESOLVED FURTHER, that the signature of any Authorized Officer or Employee and the seal of
the Company may be affixed by facsimile to any power of attorney or certification thereof authorizing
.the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of
the Company (unless otherwise specified in the power of attorney itself); and such signature and seal
when so used shall have the same force and effect as though manually affixed.
RESOLVED FURTHER, that all previous resolutions of the Board of Directors concerning powers
of attorney and attorneys -in -fact remain in full force and effect; that all forms of powers of attorney
previously or in the future approved by the Board of Directors, including, but not limited to, so called
"fax or facsimile powers of attorney", where the entire power of attorney is a facsimile, remain in full
force and effect; and that one form of a power of attorney may be attached to one bond (for example,
the form for which this resolution is a part may be attached to a bid bond), and another form of power
of attorney may be attached to another bond (for example, a fax power of attorney may be attached to
the final bond for a project for which the different form of power was .attached to the bid bond)
without affecting the validity of either power of attorney or bond.
IN WITNESS WHEREOF, Contractors Bonding and Insurance Company has caused these presents to be signed _
by its president and secretary, and its corporate seal to be hereunto affixed this 1st day of January, 1994.
State of Washington Steven A. Gaines Attest:
County of King
Kevin L. Lybeck, Secretary
On January 1st, 1994 before me, Molly A. Hudspeth Notary Public, personally appeared Steven A. Gaines and Kevin L.
Lybeck, personally known to me to be the persons whose names are subscribed to the within instrument, and acknowl-
edged to me all that they executed the same in their authorized capacities and that by their signatures the entity upon _
behalf of which they acted executed the instrument.
WITNESS my hand and official seal NOTARY PUBLIC
STATE OF WASHINGTON
�i MOLLY A. HUDSPETH
Signature ` (seal) MY Appointment Expires JAN 9,1997
Molly A. Hudspeth, Notary Public
PAYMENT BOND
BONA CHECif
BEST RATING
LICENI XAS�
DATE Y
r --
THE AMERICAN INSTITUTE OF ARCHITECTS
AIA Document A311
Labor and Material Payment Bond
THIS BOND IS ISSUED SIMULTANEOUSLY WITH PERFORMANCE BOND IN FAVOR OF THE
OWNER CONDITIONED ON THE FULL AND FAITHFUL PERFORMANCE OF THE CONTRACT
KNOW ALL MEN BY THESE PRESENTS: that ALLEN ROOFING CO., INC.
(Here insert full name and address or legal title of Contractor)
POST OFFICE BOX 89 ROSWELL NM 88201
as Principal, hereinafter called Principal, and, CONTRACTORS BONDING AND INSURANCE COMPANY
(Here insert full name and address or legal title of Surety)
1213 VALLEY STREET SEATTLE WA 98109
as Surety, hereinafter called Surety, are held and firmly bound unto
CITY OF LUBBOCK (Here insert full name and address or legal title of Owner)
P.O. BOX 2000 LUBBOCK TX 79457
as Obligee, hereinafter called Owner, for the use and benefit of claimants as hereinbelow defined, in the
TWO HUNDRED EIGHTY-SIX THOUSAND, THREE HUNDRED NINETY-SEVEN AND 00/100
amount of
(Here insert a sum equal to at least one-half of the contract price) Dollars ($ 286,397.00 �r
for the payment whereof Principal and Surety bind themselves, their heirs, executors, administrators,
successors and assigns, jointly and severally, firmly by these presents.
WHEREAS,
Principal has by written agreement datedOCTOBER 10TH 19 96 entered into a contract with Owner for
(Here insert full name, address and description of project)
HEALTH DEPARTMENT RER.00F
CITY OF LUBBOCK, TEXAS
in accordance with Drawings and Specifications prepared by
(Here insert Lull name and address or legal title of Architect)
which contract is by reference made a part hereof, and is hereinafter referred to as the Contract..
AIA DOCUMENT A311 - PERFORMANCE BOND AND LABOR AND MATERIAL PAYMENT BOND • AIA
FEBRUARY 1970 ED. •THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W., WASHINGTON, D. C. 20006 3
_ 1
CITY OF LUBBOCK
INSURANCE REQUIREMENT AFFIDAVIT
To Be Completed by Appropriate Insurance Agent/Broker
Prior to Award of Contract
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
ontract by the City of Lubbock, I will be able to, within ten (10) days after being notified of such award by
6ontractor, furnish a valid Insurance certificate to the City meeting all of the requirements defined in this
61d/proposal-
JANET L. ELLISON
e (Signature) Agent (Print)
ame of Agent/Broker. DOWNEY AND COMPANY
Address of Agent/Broker 2155 LOUISIANA BLVD NE SUITE 8950
Fcity/State/Zip-
Agent/Broker
Telephone Number. ( 505 ) 881-0300
ALBUQUERQUE, NEW MEXICO 87.110
Date: 10/23/96
CONTRACTOR'S NAME: ALLEN ROOFING CO. INC.
(Print or Type ) -
CONTRACTOR'S ADDRESS: 4200 SE MAIN
ROSWELL, NEW MEXICO .88201
NOTE TO AGENTIBROKER
If this time requirement is not met, the City has the right to reject this bid/proposal and award the
contract to another contractor. ff.you have any questions concerning these requirements, please
contact the Purchasing Manager for the City of Lubbock at (806)767-2165.
BID 6113680 - HEALTH DEPARTMENT REROOF
a
LABOR AND MATERIAL PAYMENT BOND
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Principal shall promptly make payment to all
claimants as hereinafter defined, for all labor and material used or reasonably required for use in the performance of the.
Contract, then this obligation shall be void; otherwise it shall remain in full force and effect, subject, however, to the fol-
lowing conditions:
1. A claimant is defined as one having a direct con-
tract with the Principal or with a Subcontractor of the
Principal for labor, material, or both, used or reasonably
required for use in the performance of the Contract,
labor and material being construed to include that part of
water, gas, power, light, heat, oil, gasoline, telephone
service or rental of equipment directly applicable to the
Contract.
2. The above named Principal and Surety' hereby
jointly and severally agree with the Owner that every
claimant as herein defined, who has not been paid in
full before the expiration of a period of ninety (90)
days after the date on which the last of such claimant's
work or labor was done or performed, or materials were
furnished by such claimant, may sue on this bond for
the use of such claimant, prosecute the suit to final
judgment for such sum or sums as may be justly due
claimant, and have execution thereon. The Owner shall
not be liable for the payment of any costs or expenses
of any such suit.
3. No suit or action shall be commenced hereunder
by any claimant:
a) Unless claimant, other 'than one having a direct
contract with. the Principal, shall have given written
notice to any two of the following: the Principal, the
Owner, or the Surety above named, within ninety (90)
days after, such claimant did or performed the last of
the work or labor, or furnished the last of the materials
for which said claim is made, stating with substantial
accuracy the amount claimed and the name of the party
to whom the materials were furnished, or for whom
the work or labor was done or performed. Such notice
shall be served by mailing the same by registered mail
or certified mail, postage prepaid, in an envelope ad-
dressed to the Principal, Owner or Surety, at any place
where an office is regularly maintained for the trans-
action of business, or served in any manner in which
legal process may be served in the state in which the
aforesaid project is located, save that such service need
not be made by a public officer.
b) After the expiration of one (1) year following the
date on which Principal ceased Work on said Contract,
it being understood, however, that if any limitation em-
bodied in this bond is prohibited by any law controlling
the construction hereof such limitation shall be deemed
to be amended so as to be equal to the minimum period
of limitation permitted by such law.
c) Other than in a state court of competent jurisdiction
in and for the county or other political subdivision of
the state in which the Project, or any part thereof, is
situated, or in the United States District Court for the
district in which the Project, or any part thereof, is sit-
uated, and not elsewhere.
4. The amount of this bond shall be reduced by and
to the extent of any payment or payments made in good
faith hereunder, inclusive of the payment by Surety of
mechanics' liens which may be filed of record against
said improvement, whether or not claim for the amount
of such lien be presented under and against this bond.
Signed and sealed this 21ST day of OCTOBER.
96
19,_
v
ALLEN ROOF CO., INC.
(Prins' I)
n
(Witness)
Willard Allen, (T`tt`') Vice President
BONDING AND INSURANCE COMPANY
AIA DOCUMENT A311 - PERFORMANCE BOND AND LABOR AND MATERIAL PAYMENT BOND - AIA 40
FEBRUARY 1970 ED. - THE AMERICAN INSTITUTE OF ARCHITEC75, 173S N.Y. AVE., N.W., WASHINGTON, D. C. 20006
Y 1
CBIU
CONTRACTORS BONDING
AND INSURANCE COMPANY
11nmr Off Ice:
17.13 valley 511"1
T.o. sox 9271
b,cNttie. WA 9R109.0271
(20fi) 622.7(153
(MU) 765-t'11IC Na11-%31
(71%) 3R2-9621 TAX
F IMPORTANT NOTICE
'1'o obtain information or make a complaint:
You may contact the Texas Department of Insurance to obtain information on comprnics,
coverages, rights or complaints at.
PM 1 (800) 252-3439
You may write the Texas Department of Insurance at:
7. P.0 Box 149104
Austin, TX 78714-9104
FAX # (512) 475-1771
PREMIUM OR CLAIM DISPUTES
Should you have a dispute concerning your premium or about a claim you should contact the
r agent or the company first. If the dispute is not resolved, you may contact the Texas hepartment
4 of Insurance.
ATTACH THIS NOTICE TO YOUR POLICY:
This notice is for information only and does not become a part or condition of The attached
document.
Fr
PERFORMANCE BOND
BOND CHECK
BES( RATING
LICE.Nwy
AS
DATE
7
THE AMERICAN INSTITUTE OF ARCHITECTS
AIA Document A312
Performance Bond
Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable.
CONTRACTOR (Name and Address): SURETY (Name and Principal Place of Business):
ALLEN ROOFING CO.. INC. CONTRACTORS BONDING AND INSURANCE COMPANY
POST OFFICE BOX 89 1213 VALLEY STREET
ROSWELL NM 88201 SEATTLE WA 98109
OWNER (Name and Address):
CITY OF LUBBOCK
P.O. BOX 2000
LUBBOCK TX 79457
CONSTRUCTION CONTRACT
Date: 10/10/96 286,397.00
Amount: TWO HUNDRED EIGHTY-SIX THOUSAND, THREE HUNDRED NINETY-SEVEN AND 00/100
Description (Name DlEPARand WENTaREROOF
BOND CITY OF LUBBOCK, TEXAS
Date (Not earlier than Construction Contract Date): 10/21/96 286,397.00
Amount: TWO HUNDRED EIGIM-SIX THOUSAND, THREE HUNDRED NINETY-SEVEN AND 00/100
Modifications to this B,@nd: ❑ None ❑ See Page 3
CONTRACTOR ASP CIPAL
SURETY
Coriny
Fi rp to eal)
Compan •
CONTRA
(Corporate Seal)
AND INSURANCE COMPANY
Signature:
ignature:
:BONDING
`
4
Name an Title:
Willard Allen, Vice President
Name and Title:
KATHRYN L.
CORCORAN, ATTORNEY-IN-FACT
(Any additional signatures appear on page 3)
(FOR INFORMATION ONLY—Name, Address and Telephone)
r
AGENT or BROKER:
OWNER'S REPRESENTATIVE (Architect, Engineer or
j
other party):
ALA DOCUMENT A312 • PERFORMANCE BOND AND PAYMENT BOND •
DECEMBER 1984 ED. • AIA
A312-1984 1
THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W., WASHINGTON, D.C. 20006
F
THIRD PRINTING • MARCH 1987
I 1—M-1996 5104PH FROM DOWNEY AM COWAW ' P. 1
The undersIgned surety companifrapraserds that R Is duty quaSAsd to do busbness In Texas. and hereby
devilarmAcm I#51tARt) rQyCAtI es cNrart a0anl ralirlad IA Lubbodt CamAy toMAtatn any regWslta IN►t be
delivered and an whom aervlce of primm may be W in awfiers srW bV out of such auretyahtp.
CONTRACTORS BONDING AND INSURANCE CDMPAKY
ttumty /
•et': Gcau:z,
FTKTHR* . CORCORAN
ATTORNEY-IN-FACT
Approved as to (aria:
Cay of do
a►M,y
`Nets: K atoned by an Wow of the Curacy Cont 4ny there must be on Cts a ceruned extract fn m Ills by-Twm e3widno
that thl6 person hes authmny to sign such oM%mflon. tf sipped by an A torasy In Fad, W& MWI have Capt' Cf power of
sftomay for am toes.
..
r
1 The Contractor and the Surety, jointly and severally,
bind themselves, their heirs, executors, administrators,
successors and assigns to the Owner for the performance
of the Construction Contract, which is incorporated herein
by reference.
2 If the Contractor performs the Construction Contract,
the Surety and the Contractor shall have no obligation
under this Bond, except to participate in conferences as
provided in Subparagraph 3.1.
3 If there is no Owner Default, the Surety's obligation
under this Bond shall arise after:
3.1 The Owner has notified the Contractor and the
Surety at its address described in Paragraph 10 below
that the Owner is considering declaring a Contractor
Default and has requested and attempted to arrange a
conference with the Contractor and the Surety to be
held not later than fifteen days after receipt of such
notice to discuss methods of performing the Construc-
tion Contract. If the Owner, the Contractor and the
Surety agree, the Contractor shall be allowed a reason-
able time to perform the Construction Contract, but
such an agreement shall not waive the Owner's right, if
any, subsequently to declare a Contractor Default; and
3.2 The Owner has declared a Contractor Default and
formally terminated the Contractor's right to complete
the contract. Such Contractor Default shall not be de-
clared earlier than twenty days after the Contractor and
the Surety have received notice as provided in Sub-
paragraph 3.1; and
3.3 The Owner has agreed to pay the Balance of the
Contract Price to the Surety in accordance with the
terms of the Construction Contract or to a contractor
selected to perform the Construction Contract in accor-
dance with the terms. of the contract with the Owner.
4 When the Owner has satisfied the conditions of Para-
graph 3, the Surety shall promptly and at the Surety's ex-
pense take one of the following actions:
4.1 Arrange for the Contractor, with consent of the
Owner, to perform and complete the Construction
Contract; or
4.2 Undertake to perform and complete the Construc-
tion Contract itself, through its agents or through inde-
pendent contractors; or
4.3 Obtain bids or negotiated proposals from
qualified contractors acceptable to the Owner for a
contract for performance and completion of the Con-
struction Contract, arrange for a contract to be pre-
pared for execution by the Owner and the contractor
selected with the Owner's concurrence, to be secured
with performance and payment bonds executed by a
qualified surety equivalent to the bonds issued on the
Construction Contract, and pay to the Owner the
amount of damages as described in Paragraph 6 in ex-
cess of the Balance of the Contract Price incurred by the
Owner resulting from the Contractor's default; or
4.4 Waive its right to perform and complete, arrange
for completion, or obtain a new contractor and with
reasonable promptness under the circumstances:
.1 After investigation, determine the amount for
.which it may be liable to the Owner and, as
soon as practicable after the amount is deter-
mined, tender payment therefor to the
Owner; or
.2 Deny liability in whole or in parl and notify the
Owner citing reasons therefor.
5 If the Surety does not proceed as provided in Paragraph
4 with reasonable promptness, the Surety shall be deemed
to be in default on this Bond fifteen days after receipt of an
additional written notice from the Owner to the Surety
demanding that the Surety perform its obligations under
this Bond, and the Owner shall be entitled to enforce any
remedy available to the Owner. If the Surety proceeds as
provided in Subparagraph 4.4, and the Owner refuses the
payment tendered or the Surety has denied liability, in
whole or in part, without further notice the Owner shall be
entitled to enforce any remedy available to the Owner.
6 After the Owner has terminated the Contractor's right
to complete the Construction Contract, and if the Surety
elects to act under Subparagraph 4.1, 4.2, or 4.3 above,
then the responsibilities of the Surety to the Owner shall
not be greater than those of the Contractor under the
Construction Contract, and the responsibilities of the
Owner to the Surety shall not be greater than those of the
Owner under the Construction Contract. To the limit of the
amount of this Bond, but subject to commitment by the
Owner of the Balance of the Contract Price to mitigation of
costs and damages on the Construction Contract, the Sure-
ty is obligated without duplication for:
6.1 The responsibilities of the Contractor for correc-
tion of defective work and completion of the Construc-
tion Contract;
6.2 Additional legal, design professional and delay
costs resulting from the Contractor's Default, and re-
sulting from the actions or failure to act of the Surety
under Paragraph 4; and
6.3 Liquidated damages, or if no liquidated damages
are specified in the Construction Contract, actual dam-
ages caused by delayed performance or non-perfor-
mance of the Contractor.
7 The Surety shall not be liable to the Owner or others for
obligations of the Contractor that are unrelated to the Con-
struction Contract, and the Balance of the Contract Price
shall not be reduced or set off on account of any such
unrelated obligations. No right of action shall accrue on
this Bond to any person or entity other than the Owner or
its heirs, executors, administrators or successors.
8 The Surety hereby waives notice of any change, includ-
ing changesof time, to the Construction Contract or to
related subcontracts, purchase orders and other obliga-
tions.
9 Any proceeding, legal or equitable, under this Bond
may be instituted in any court of competent jurisdiction in
the location in which the work or part of the work is located
and shall be instituted within two years after Contractor
Default or within two years after the Contractor ceased
working or within two years after the Surety refuses or fails
to perform its obligations under this Bond, whichever oc-
curs first. If the provisions of this Paragraph are void or
prohibited by law, the minimum period of limitation avail -
ASA DOCUMENT A312 - PERFORMANCE BOND AND PAYMENT BOND - DECEMBER 1984 ED. - AIA
THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W., WASHINGTON, D.C. 20006 x3112 -19M 2
THIRD PRINTING • MARCH 1957
r�
r
r
li
able to sureties as a defense in the jurisdiction of the suit
shall be applicable.
10 Notice to the Surety, the Owner orthe Contractor shall
be mailed or delivered to the address shown on the sig-
nature page.
11 When this Bond has been furnished to comply with a
statutory or other legal requirement in the location where
the construction was to be performed,.any provision in this
Bond conflicting with said statutory or legal requirement
shall be deemed deleted herefrom and provisions con-
forming to such statutory or other legal requirement shall
be deemed incorporated herein. The intent is that this
Bond shall be construed as a statutory bond and not as a
common law bond.
12 DEFINITIONS
12.1 Balance of the Contract Price: The total amount
payable by the Owner to the Contractor under the
Construction Contract after all proper adjustments
have been made, including allowance to the Con -
MODIFICATIONS TO THIS BOND ARE AS FOLLOWS:
tractor of any amounts received or to be received by
the Owner in settlement of insurance or other claims
for damages to which the Contractor is entitled, re-
duced by all valid and proper payments made to or on
behalf of the Contractor under the Construction Con-
tract.
12.2 Construction Contract: The agreement between
the Owner and the Contractor identified on the,sig-
nature page, including all Contract Documents and
changes thereto.
12.3 Contractor Default: Failure of the Contractor,
which has neither been remedied nor waived, to per-
form or otherwise to comply with the terms of the
Construction Contract.
12.4 Owner Default: Failure of the Owner, which has
neither been remedied nor waived, to pay the Con-
tractor as required by the Construction Contract or to
perform and complete or comply with the other terms
thereof.
(Space is provided below for additional signatures of added parties, other than those appearing on the cover page.)
CONTRACTOR AS PRINCIPAL SURETY
Company: (Corporate Seal) Company: (Corporate Seal)
Signature:
Name and Title:
Address:
Signature:
Name and Title:
Address:
AIA DOCUMENT A312 - PERFORMANCE BOND AND PAYMENT BOND - DECEMBER 1984 ED. - AIA
THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W., WASHINGTON, D.C. 20006
THIRD PRINKING • MARCH 1987
A312-1984 3
�W((��o�o�
0
LIMITED POWER OF ATTORNEY
ekic
INISURANCE
Not Valid for Bonds Power of Attorney
Executed On or After: May 30, 1998 Number: 509675
A valid original of this document must be printed on security paper with black, blue, and red ink, and
must bear the raised seal of Contractors Bonding and Insurance Company ( the "Company"). Only an
unaltered original of this power of attorney is valid. If a photocopy, the word "VOID" should appear
clearly in one or more places. This Power of Attorney is valid solely in connection with the execution and
delivery of the bond bearing the number indicated below, provided the bond is of the type indicated
below, and is valid only if the bond is executed on or before the date indicated above.
CERTIFICATE
I, the undersigned secretary of Contractors Bonding and Insurance Company, a
Washington corporation, DO HEREBY CERTIFY that this Power of Attorney remains in full
force and effect and has not been revoked, and, furthermore, that the resolutions of the
Board of Directors set forth on the reverse are now in full force and effect.
fond Number 1.1C3509
Signed and sealed this 21ST ,,,day of / OCTOBER 19 96
t Kevin L. Lybeck, Secretary
CBIC • 1213 Valley Street • P. ox 9271 • Seattle, WA 98109-0271
(206) 622-7053 • (800) 765-CBIC (National) • (206) 382-9623 FAX
PoaLPOA.02-US031296
.:::.,,�.......fir........��,......���-......_�-..,...-� ......-
I
eerti ficate of Appointment and Resolutions of the Board of Directors
The undersigned President and Secretary of Contractors Bonding and Insurance Company hereby certify that the
President has appointed the Attorney(s)-in-Fact identified on the front side of this pov:-er of attorney, under and by
the authority of the following resolutions adopted by the Board of Directors of Contractors Bonding and Insurance
Company at a meeting duly held on December 15, 1993:
RESOLVED, that the CEO, President, CFO, any Vice "resident, Secretary or any Assistant
Secretary, and any other employee as may be specifically authorized by a particular board resolution
(hereafter "Authorized Officer or Employee") may appoint attorneys -in -fact or agents with authority
as defined or limited in the instrument evidencing the appointment in each case, for and on behalf of
the Company, to execute and deliver and affix the seal of the Company to bonds, undertakings,
recognizances, and suretyship obligations of all kinds; and any Authorized Officer or Employee may
remove any such attorney-in-fact or agent and revoke any power of attorney previously granted to
such person.
RESOLVED FURTHER, that any bond, undertaking, recognizance, or suretyship obligation shall
be valid and binding upon the Company:
(i) when signed by the Authorized Officer or Employee and attested and sealed (if a seal
be required); or
(ii) when signed by the Authorized Officer or Employee, and countersigned and sealed
(if a seal be required) by a duly authorized attorney-in-fact or agent; or
(iii) when duly executed and sealed (if a seal be required) by one or more attorneys -in -
fact or agents pursuant to and within the limits of the authority evidenced by the
power of attorney issued by the Company to such person or persons.
RESOLVED FURTHER, that the signature of any Authorized Officer or Employee and the seal of
the Company may be affixed by facsimile to any power of attorney or certification thereof authorizing
the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of
the Company (unless otherwise specified in the power of attorney itself); and such signature and seal
when so used shall have the same force and effect as though manually affixed.
RESOLVED FURTHER, that all previous resolutions of the Board of Directors concerning powers
of attorney and attorneys -in -fact remain in full force and effect; that all forms of powers of attorney
previously or in the future approved by the Board of Directors, including, but not limited to, so called
"fax or facsimile powers of attorney", where the entire power of attorney is a facsimile, remain in full
force and effect; and that one form of a power of attorney may be attached to one bond (for example,
the form for which this resolution is a part may be attached to a bid bond), and another form of power
of attorney may be attached to another bond (for example, a fax power of attorney may be attached to
the final bond for a project for which the different form of power was attached to the bid bond)
without affecting the validity of either power of attorney or bond.
IN WITNESS WHEREOF, Contractors Bonding and Insurance Company has caused these presents to be signed
by its president and secretary, and its corporate seal to be hereunto affixed this I st day of Janylary, 1994. _
State of Washington Steven A. Gaines+
County of King
Attest:' / / Kevin L. Lybeck, Secretary
On January 1st, 1994 before me, Molly A. Hudspeth Notary Public, personally appeared Steven A. Gaines and Kevin L.
Lybeck, personally known to me to be the persons whose names are subscribed to the within instrument, and acknowl-
edged to me all that they executed the same in their authorized capacities and that by their signatures the entity upon
behalf of which they acted executed the instrument.
WITNESS my hand and official seal.
Signature
Molly A. Hudspeth, Notary Public
NOTARY PUBLIC
STATE OF WASHINGTON
MOLLY A. HUDSPETH
(seal) My Appointment Expires JAN 9. 1097
CERTIFICATE OF INSURANCE
j
11-12-1996 9 e 02AM t• HUM UUANt Y ANU QUMf'AN Y r. e
E,
C61kTIFICATE OF INSURANCE
oaTE: OCTOBER 23, 1996
TO: clTy Or LUBBOCK yYY�pE p�pp• pp p� T
LuSSOCK. TX 79467 REtiUOFIN t1 lT�i OEPARTH+IE{VT
ALLEN ROOFING.CO., INC.
4200 SE MAIN ROSWELL, NM 88201 (Name and Address of,nstxed) Is. at
Tats is To cF-RTIFY THAtac to the business operations hereinafter described, for the
tbov date at this certlneate,1=111ed by this Company onith rem
typed at In and in acCorda to �a tired paftayr nolod hereon.�$� poretas used by tt31a compatrY. the turtlTer
hereinafter described. Except a
t
-
1 000'000
t:FNERAt UABN rI Y
ca,nnmcr.t GwwM WAY Y
OOL2 32339
5/ 1196 5/ 1 / 97
ptodu�ts��CmnprOD t]
s �--
ashm Mods
rerawat a Adv.
each oaoum"C s
a ana:.1
Owner's i 1,nitectors ProtwrliVa
rise D+rneo• (Any elm rat
Med (A� ens person) 3
100
�
Catnhk tai Ts Wit f
AtlroMOINE UAetU t y
AnyAueo
1983200
5/1/96 5/1!97
g,yrw (as�alde �--.
tt An C,nled Awt(m
properly Dams$ s
ached" Aute+
trhedANet
�oh.ownsd Autos{JSF1)
.
6
cl
Aute
eeAee'dartAterOtheA
ARAGE LtA"f 7 y
Ao QMr:
B"h
=
Eccident —
t I.
Q
_
eUXDE 's
Ica% at the Toter Contract Prtcs
O1MI1 04
5/1/96 5/1!97
•
WMSTALL/tr(OweLOATER
eXCESSu L11
EsehOceutrenes
A97"916Qst.
1P wnbrana aerie
UNDER
0/23/96 5/1/97
o ORW Then untnu roan
BINDER
1
7
r
EAM0VERB'LI &t"im WC5852041
oftets an:
rmy{
THE CITY OF LU'BSOCK, tEXAS IS
LIABILITY POLICY. WAIVER OF
Canceled e ed tit the kwateratn'lesss thehan the {69si 11m
or cancettatlon. or to case there Is nC I0wove-001 rNquti
FIVE A'mCOP)E8 Or THE CER fIFICATE OF 11N9t
MUST BE SENT TO THE CITY OF LUBBOCK
1/ 96 • 15/1/97 1 z1vmaq umns =
Each Aedldw t
ohm* Pdier I" t
015es2e•Esch EmDis =
IZED AS DITIONAL NSURED IN RESPECTS TO THE GENERA.
TION IN VOR OF TH CITY OF LUBSOCK
p roptiste endorconmegt provide th.11 they may not be :hanged cr
%htroni9m than five d its in fiss advtkmm ed of cancellatio( ice n- suds chan0e
CERTIFICATE OF INSURANCE
DATE: OCTOBER 23, 1996
TO: CITY OF LUBBOCK
P.O. BOX 2000 pE �+ROJ CL:
-{'
LUBBOCK, TX 79457 MBFING HE�LTH DEPARTMENT
_I ALLEN ROOFING CO., INC.
THIS is To CERTIFY THAT 4200 SE MAIN• ROSWELL, NM 88201 (Name and Address of Insured) Is, at
the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for the
typed of Insurance and in accordance with the provisions of the standard policies used by this company, the further
hereinafter described. Exceptions to standard policy noted hereon.
O
r
O
4
EMPLOYERs'UABIIITY
The Proprletor/ O
PsrtnenifF ecutive 4
officers ere.,
Hired Autos
Non -Owned Autostisrii
:E LIABILITY Auto only- Each Aerldent S
Any Auto Other than Auto Oniy:
Each Accident E
Aggregate S
100% of 1he Total contract Price 1,01MI106404 15/1/96 1 5/1/97
1NSTALLAr/ON FLOATER
Umbrella Form
Other Then Umbraft Form
11 111
-ii Gid
Each Occurrence E 1 nnn _nnn
UNDER10/23/96 5/1/971
/1/97 Aggregate -
BINDER
Included I WC5852041
Excluded
1/96.. 5/1/97 statutory Limits
Each Accident =
Disease Policy Limit 5
Disease -Each Employee E
v.THE CITY OF LUBBOCK, EXAS IS RECD IZED AS
LIABILITY POLICY. WA VER OF-SUBROGPTION IN
The above
yypolicies either in the body thereof or by appropriate
or caerieetiati n or in case therelis no legal arequtrement, in less
FIVE COPIES OF THE CERTIFICATE OF INSURANCE
MUST BE SENT TO THE CITY OF LU1313OCK
DITIONAL INSURED IN RESPECTS TO THE GENERAL
VOR OF TH CITY OF LUBBOCK
orsement provide that they may not be changed or
n fiive days In �dvence of clan el{tationf such change
ALLEN R IMG CO. V1It
By:
General Aggregate s 1 � 000, 000
i General Liability DOL232339 5/1/96 5/1/97
Products—comp/op AtiO
Claimsade
Personal d. Adv. ltq S
n.
�xriractors Protecttvo
Each Occurrence Sb
rite Damage (Airy one Ire) SMed
qA
Exp (Any one Person)UeIUI
Limit S1 °000,000
Y
combined Single
1983200 5/1/96 5/1/97
eadityin]"(PerPerson S
d Autea
Bodity injury (Per Accident) S
d Autos
Property Damage $——
Hired Autos
Non -Owned Autostisrii
:E LIABILITY Auto only- Each Aerldent S
Any Auto Other than Auto Oniy:
Each Accident E
Aggregate S
100% of 1he Total contract Price 1,01MI106404 15/1/96 1 5/1/97
1NSTALLAr/ON FLOATER
Umbrella Form
Other Then Umbraft Form
11 111
-ii Gid
Each Occurrence E 1 nnn _nnn
UNDER10/23/96 5/1/971
/1/97 Aggregate -
BINDER
Included I WC5852041
Excluded
1/96.. 5/1/97 statutory Limits
Each Accident =
Disease Policy Limit 5
Disease -Each Employee E
v.THE CITY OF LUBBOCK, EXAS IS RECD IZED AS
LIABILITY POLICY. WA VER OF-SUBROGPTION IN
The above
yypolicies either in the body thereof or by appropriate
or caerieetiati n or in case therelis no legal arequtrement, in less
FIVE COPIES OF THE CERTIFICATE OF INSURANCE
MUST BE SENT TO THE CITY OF LU1313OCK
DITIONAL INSURED IN RESPECTS TO THE GENERAL
VOR OF TH CITY OF LUBBOCK
orsement provide that they may not be changed or
n fiive days In �dvence of clan el{tationf such change
ALLEN R IMG CO. V1It
By:
CITY OF LU138aCK
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.
JANET L. ELLISON
e (Signature)
"— rAgent (Print)
Name of Agent/Broker. DOWNEY AND COMPANY
Address of Agent/Broker. 2155 LOUISIANA BLVD NE SUITE 8950
I- -• City/State/Zip.
ALBUQUERQUE, NEW MEXICO 87110
Agent/Broker Telephone Number. ( 505 ) 881-0300
Date: 10/23/96
CONTRACTOR'S NAME: ALLEN ROOFING CO., INC.
(Print or Type )
w,
CONTRACTOR'S ADDRESS: 4200 SE MAIN
ROSWELL, NEW MEXICO .88201
NOTE TO AGENTIBROKER
If this time requirement Is not met, the City has the right to reject this 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 013680 - HEALTH DEPARTMENT REROOF
F A CONTRACTOR SHALL: CONTRACTOR CHECKLIST
(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;
low (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity
prior to beginning work on the project;
r�
(3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage
^" showing extension of coverage, if the coverage period shown on the contractor's current certificate of
!; coverage ends during the duration of the project;
(4) obtain from each person providing services on a project, and provide to the governmental entity:
r
y
i
(A) a certificate of coverage, prior to that person beginning work on the project, so the governmental
entity will have on file certificates of coverage showing coverage for all persons providing
services on the project; and
(B) no later than seven days after receipt by the contractor, a new certificate of coverage showing
extension of coverage, if the coverage period shown on the current certificate of coverage ends
during the duration of the project;
(5) retain all required certificates of coverage on file for the duration of the project and for one year
thereafter;
(6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after
the contractor knew or should have known, of any change that materially affects the provision of
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
J;
REQUIRED WORKERS' COMPENSATION COVERAGE
"The law requires that each person working on this site or providing services related to this construction project must (see
reverse) be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering
equipment and materials, or providing labor or transportation or other service related to the project, regardless of the
identity of their employer or status as an employee."
"Call the Texas Workers' Compensation Commission at (512)440- 3789 to receive information on the
legal requirement for coverage, to verify whether your employer has provided the required coverage, or
to report an employer's failure to provide coverage." and
(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
l 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 rale;
(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;
t-° (E) obtain from each other person with whom it contracts, and provide to the contractor:
(i) a certificate of coverage, prior to the other person beginning work on the project; and
(ii) prior to the end of the coverage period, a new certificate of coverage showing extension of
the coverage period, if the coverage period shown on the current certificate of coverage ends
during the duration of the project;
(F) retain all required certificates of coverage on file for the duration of the project and for one year
" thereafter,
(G) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10
days after the person knew or should have known, of any change that materially affects the
provision of coverage of any person providing services on the project; and
r�
(H) contractually require each other person with whom it contracts, to perform as required by
paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they
are providing services.❑
A
I
CONTRACT
r
CONTRACT
STATE OF TEXAS
COUNTY OF LUBBOCK
THIS AGREEMENT, made and entered into this 10th day of October, 1996, by and between the City of
Lubbock, County of Lubbock, State of Texas, acting by and through Ty Cooke, Mayor Pro Tem, thereunto authorized to
do so, hereinafter referred to as OWNER, and ALLEN ROOFING COMPANY, INC. of the City of Roswell, County of
Chaves, and the State of New Mexico, hereinafter termed CONTRACTOR.
WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and
performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the
CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements
described as follows:
BID # 15680 - HEALTH DEPARTMENT REROOF - $286,397.00
and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own
proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor,
Insurance and other accessories and services necessary to complete the said construction in accordance with the
contract documents as defined in the General Condition of Agreement.
The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have
been given to him and to substantially complete same within the time specified in the contract documents.
The OWNER agrees to pay the CONTRACTOR In current funds for the performance of the contract in accordance
with the bid submitted therefore, subject to additions and deductions, as provided in the contract documents and to make
payment on account thereof as provided therein.
IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County,
Texas in the year and day first above written.
ATTEST:
SecretgrA �....
n V<
APAROVED Al _R i NTENT:
Owner's Representative
APP:• • •ditVAttomey
-
6" ATTEST:
Corporate Secretary
6 , XLH
7.1
CITY OF
By:
ALLEN
COMPLETE ADDRESS:
Allen Roofing Company, Inc.
PO Box 89
Roswell, New Ni adoo 88202
GENERAL CONDITIONS OF THE AGREEMENT
r
GENERAL CONDITIONS OF THE AGREEMENT
1. OWNER
Whenever the word Owner, or the expression Party of the First Part, or First Party, are used in this contract, it
shall be understood as referring to the City of Lubbock, Texas.
2. CONTRACTOR
Whenever the wont Contractor, or the expression Party of the Second Part, or Second Party, Is used, It shall be
understood to mean the person, persons, co -partnership or corporation, to wit ALLEN ROOFING COMPANY.
INC., who has agreed to perform the work embraced in this contract, or to his or their legal representative.
3. OWNER'S REPRESENTATIVE
Whenever the wont 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 GEORGE LISENBE. BUILDING & ENERGY ADMINISTRATOR, who will
Inspect constructions; or to such other representative, supervisor, or inspector as may be authorized by said
Owner to act in any particular under this agreement. Engineers, supervisor or Inspectors will act for the Owner
under the direction of Owner's Representative, but shall not directly supervise the Contractor or men acting in
behalf of the Contractor.
4. CONTRACT DOCUMENTS
The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Bid, Signed
Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the
Agreement (if any), Specifications, Plans, Insurance Certificate, and all other documents made available to
Bidder for his inspection in accordance with the Notice to Bidders.
5. INTERPRETATION OF PHRASES
Whenever the words "Directed," "Permitted," "Designated," "Required.* "Considered Necessary," "Prescribed," or
words of like import are used, it shall be understood that the direction, requirement, permission, order,
designation or prescription of the Owner's Representative is Intended; and similarly, the words "Approved"
"Acceptable" "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the
Owner's Representative.
6. SUBCONTRACTOR
The 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.
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.
D
r
g. 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
r 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 Pians 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 b
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 necessary for the
commencement of the work contemplated by these contract documents or the completion of the work
contemplated by these contract documents. Whenever necessary, Contractor shall suspend his work in order to
permit 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.
r
14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY
Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's
Representative shall review all work included herein. He has the authority to stop the work whenever such
stoppage may be necessary to insure the proper execution of the contract. in order to permit delays and
disputes and to discourage litigation, it is further agreed that the Owner's Representative shall, in all cases,
determine the amounts and quantities of the several kinds of work which are to be paid for under this contract.
He shall determine all questions in relation to said work and the construction thereof, and shall, in all cases,
decide every question which may arise relative to the execution of this contract on the part of said Contractor.
The Owner's Representatives' estimates and findings shall be conditions precedent to the right to any action on
the contract, and to any rights of the Contractor to receive any money under this contract.
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.
15. SUPERINTENDENCE AND INSPECTION
It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from
f
time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may
deem proper to inspect the materials fumished and the work done under this Agreement, and to see that said
material is furnished and said work is done in accordance with the specifications therefore: The Contractor shall
furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the
proper inspection and examination of the work. The Contractor shall regard and obey the directions and
instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and
instructions are consistent with the obligations of this Agreement and accompanying plans and specifications
provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or
inspector, the Contractor may within six (6) days make written appeal to the Owner's Representative for his
decision.
16. CONTRACTOR'S DUTY AND SUPERINTENDENCE
The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall
keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory
to Owner's Representative. The superintendent shall represent the Contractor in his absence and all directions
given to him shall be binding as if given to the Contractor. Adequate supervision by competent and reasonable
representatives of the Contractor is essential to the proper performance of the work and lack of such supervision
shall be grounds for suspending operations of the Contractor.
The work, from its commencement to completion, shall be under the exclusive charge and control of the
}
Contractor and all risk in connection therewith shall be borne by the Contractor.
The Owner or Owner's Representatives will not be responsible for the acts or omissions of the Contractor, or any
subcontractors, or any of his agents or employees, or any other persons performing any of the work.
2 _
17. CONTRACTOR'S UNDERSTANDING
It is understood and agreed that the Contractor has, by careful examination, satisfied himself as to the nature and
location of the work, the confirmation of the ground, the character, quality and quantity of materials to be
encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the
work, and the general and local conditions, and all other matters which in any way effect the work under this
contract. No verbal agreement or conversation with any officer, agent, or employee of the Owner, either before
or after the execution of this contract, shall effect or modify any of the terms or obligations herein contained.
i
r
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 r
completion or the time or place of discovery of such errors and regardless of whether Owner's Observer has
previously accepted the work through oversight or otherwise. If any work should be covered without approval or
consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination
at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location
where it is not convenient for Owner or Owner's Representative to make observations of such work or require
testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish
Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to
perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests
will be in accordance with the methods prescribed by the American Society for Testing and Materials or such
other applicable organization as may be required bylaw or the contract documents. ...
If any work which is required to be inspected, tested, or approved is covered up without written approval or
consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative,
be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and
approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the
requirements of any such tests, inspections or approval, and any work which meets the requirements of any such
tests or approval but does not meet the requirements of the contract documents shall be considered defective.
Such defective work shall be corrected at the Contractor's expense.
R
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
t
It is further agreed that if the work or any part thereof, or any material brought on the site of the work for use in
the work or selected for the same, shall be deemed by the Owner or Owners' Representative as unsuitable or not
in conformity with plans, specification and contract documents, the Contractor shall, after receipt of written notice
thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such
work so that it shall be in full accordance with this contract. It is further agreed that any remedial action
contemplated as hereinabove set forth shall be at Contractor's expense.
23. CHANGES AND ALTERATIONS
The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit,
in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof,
either before or after the beginning of the construction, without affecting the validity of this contract and the
accompanying bond.
If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for
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
,o• covered by Contractor's bid, except as provided under Changes and Alterations herein.
I
i 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
Fshall apply and the "actual field cost" Is hereby defined to include the cost of all workmen, such as foremen,
timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment,
for the time actually employed or used on such extra work, plus actual transportation charges necessarily
incurred, together with all expenses incurred directly on account of such extra work, including Social Security,
Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all
other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative,
or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost
shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's
Representative may also specify in writing, before the work commences, the method of doing the work and the
type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the
Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be
determined by using 100°/x, 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 r
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 pay any judgment with costs which may be obtained
against the Owner or any of its officers, agents, or employees including attorney's fees.
The safety precautions taken shall be the sole responsibility of the Contractor, in his sole discretion as an
Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given
by the Owners or the Owner's Representative concerning omissions under this paragraph as the work
progresses, are intended as reminders to the Contractor of his duty and shall not be construed as any assumption
of duty to supervise safety precautions by either the Contractor or any of his subcontractors.
28. CONTRACTOR'S INSURANCE
The Contractor shall not commence work under this contract until he has obtained all insurance as required in the
General Conditions of the contract documents, from an underwriter authorized to do business in the State of
Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of
cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All
policies shall contain an agreement on the part of the insurer waiving the right to subrogation.
The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance
protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such
insurance shall be carried with an insurance company authorized to transact business in the State of Texas and
shall cover all operations in connection with this contract, whether performed by the Contractor or a
subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate
of insurance specifying each and all coverages shall be submitted prior to contract execution.
The insurance certificates furnished shall name the City as an additional insured, or in the alternative,
shall be accompanied by a statement from the Contractor to the effect that no work on this particular
project shall be subcontracted. It shall be the contractors responsibility to provide to the owner all
proof of coverage insurance documents including workers compensation coverage for each
subcontractor.
A. - Comprehensive General Liability Insurance
The contractor shall have Comprehensive General Liability Insurance with limits of $1.000.000
Combined Single Limit in the aggregate and per occurrence to include:
Premises and Operations
Explosion .& Collapse Hazard
Underground Damage Hazard
Products & Completed Operations Hazard
Contractual Liability
Independent Contractors Coverage
Personal Injury
a Advertising Injury
B. Owner's Protective or Contingent Public Liability Insurance and Property Damage Liability Insurance.
For bodily injuries, including accidental death and or property damage, $1.000.000 Combined Single
Limit. This policy shall be submitted prior to contract execution.
C. Comprehensive Automobile Liability Insurance
The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than;
Bodily Injury/Property Damage, $500.000 Combined Single Limit,
to include all owned and nonowned cars including: Employers Nonownership Liability Hired and
Nonowned Vehicles. The City is to be named as an additional insured on this policy for this
specific job and copy of the endorsement doing so is to be attached to the Certificate of
Insurance.
D. installation Floater Policy
The Contractor shall obtain a Builder's Risk policy in the amount of 100% of the total contract once
(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 'r
Worker's Compensation Insurance covering all employees whether employed by the Contractor or any
Subcontractor on the job with Employers Liability of at least $500.000.
1. Definitions:
Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of r -
authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-
82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for
the person's or entity's employees providing services on a project, for the duration of the project.
Duration of the project - includes the time from the beginning of the work on the project until the
contractor's/person's work on the project has been completed and accepted by the governmental
entity.
Persons providing services on the project ("subcontractor" in ❑
entities performing all or part of the services the contractor has undertaken to perform on the
project, regardless of whether that person contracted directly with the contractor and regardless
of whether that person has employees. This Includes, without limitation, independent
contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of
any such entity, or employees of any entity which furnishes persons to provide services on the
project. "Services" include, without limitation, providing, hauling, or delivering equipment or
materials, or providing labor, transportation, or other service related to a project. "Services"
does not include activities unrelated to the project, such as food/beverage vendors, office supply
deliveries, and delivery of portable toilets.
a
2. The contractor shall provide coverage, based on proper reporting of classification codes and
payroll amounts and filing of any coverage agreements, which meets the statutory requirements
4
of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services
on the project, for the duration of the project.
3. The Contractor must provide a certificate of coverage to the governmental entity prior to being
awarded the contract.
4. If the coverage period shown on the contractor's current certificate of coverage ends during the
duration of the project, the contractor must, prior to the end of the coverage period, file a new
certificate of coverage with the governmental entity showing that coverage has been extended.
5. The contractor shall obtain from each person providing services on the project, and provide to
the governmental entity:
(a) a certificate of coverage, prior to that person beginning work on the project, so the
governmental entity will have on file certificates of coverage showing coverage for all
persons providing services on the project; and
(b) no later than seven days after receipt by the contractor, a new certificate of coverage
showing extension of coverage; if the coverage period shown on the current certificate of
coverage ends during the duration of the project.
6 The contractor shall retain all required certificates of coverage for the duration of the project and
for one year thereafter.
7. The contractor shall notify the governmental entity in writing by certified mail or personal
delivery, within 10 days after the contractor knew or should have known, of any change that
materially affects the provision of coverage of any person providing services on the project.
tI
8. The contractor shall post on each project site a notice, in the text, form and manner prescribed
by the Texas Workers' Compensation Commission, informing all persons providing services on
the project that they are required to be covered, and stating how a person may verify coverage
and report lack of coverage.
.w
9. The contractor shall contractually require each person with whom it contracts to provide services
I
on the project, to:
(a) provide coverage, based on proper reporting of classification codes and payroll amounts
and filing of any coverage agreements, which meets the statutory requirements of Texas
j .
Labor Code, Section 401.011(44) for all of its employees providing services on the
project, for the duration of the project;
(b) provide to the contractor, prior to that person beginning work on the project, a certificate
of coverage showing that coverage is being provided for all employees of the person
providing services on the project, for the duration of the project;
'Polk
(c) provide the contractor, prior to the end of the coverage period, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the current
certificate of coverage ends during the duration of the project;
(d) obtain from each other person with whom it contracts, and provide to the contractor:
(1) a certificate of coverage, prior to the other person beginning work on the project;
and
(2) a new certificate of coverage showing extension of coverage, prior to the end of
the coverage period, if the coverage period shown on the current certificate of
coverage ends during the duration of the project;
(e) retain all required certificates of coverage on file for the duration of the project and for
one year thereafter,
(f) notify the governmental entity in writing by certified mail or personal delivery, within 10
days after the person knew or should have known, of any change that materially affects
the provision of coverage of any person providing services on the project; and
(g) contractually require each person with whom it contracts to perform as required by
paragraphs (1) - (7), with the certificates of coverage to be provided to the person for
whom they are providing services.
10. By signing this contract or providing or causing to be provided a certificate of coverage, the
contractor is representing to the governmental entity that all employees of the contractor who will . .
provide services on the project will be covered by worker's compensation coverage for the
duration of the project, that the coverage will be based on proper reporting of classification codes
and payroll amounts, and that all coverage agreements will be filed with the appropriate
insurance carrier or, in the case of a self-insured, with the commission's Division of Self -
Insurance Regulation. Providing false or misleading information may subject the contractor to
administrative penalties, criminal penalties, civil penalties, or other civil actions.
11. The contractor's failure to comply with any of these provisions is a breach of contract by the
contractor which entities the governmental entity to declare the contract void if the contractor
does not remedy the breach within ten days after receipt of notice of breach from the
governmental entity.
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: r--
(1) The name and address of the insured.
(2) The location of the operations to which the insurance applies.
(3) The name of the policy and type or types of insurance in force thereunder on the date bome by
such certificate. �-
(4) The expiration date of the policy and the limit or limits of liability thereunder on the date bome by
such certificate.
(5) A provision that the policy may be canceled only by mailing written notice to the named insured
at the address shown in the bid specifications.
(6) A provision that written notice shall be given to the City ten days prior to any change in or
cancellation of the policies shown on the certificate.
(7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the
job specifications. No substitute of nor amendment thereto will be acceptable.
(8) if policy limits are paid, new policy must be secured for new coverage to complete project.
(9) A Contractor shall:
(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;
71,
(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
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;
(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 are required to be covered, and stating how a person may verify current
coverage and report failure to provide coverage. This notice does not satisfy other
posting requirements imposed by the Act or other commission rules. This notice must
be printed in at least 19 point normal type, and shall be in both English and Spanish and
any other language common to the worker population. The text for the notices shall be
the following text provided by the commission on the sample notice, without any
additional words or changes:
REQUIRED WORKERS' COMPENSATION COVERAGE
"The law requires that each person working on this site or providing services
related to this construction project must be covered by workers' compensation
Insurance. This Includes persons providing, hauling, or delivering equipment and
materials, or providing labor or transportation or other service related to the
project, regardless of the identity of their employer or status as an employee."
"Call the Texas Workers' Compensation Commission at 5121440-3789 to receive
information on the legal requirement for coverage, to verify whether your
employer has provided the required coverage, or to report an employer's failure to
provide coverage." and
(h) contractually require each person with whom it contracts to provide services on a project,
to:
t,
r
(i) provide coverage based on proper reporting of classification codes and payroll
amounts and filing of any coverage agreements for all of its employees
providing services on the project, for the duration of the project;
(ii) provide a certificate of coverage to the contractor prior to that person beginning
work on the project;
(iii) include in all contracts to provide services on the project the language in
subsection (e) (3) of this rule;
(iv) provide the contractor, prior to the end of the coverage period, a new certificate
of coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project;
(v) obtain from each other person with whom it contracts, and provide to the
contractor:
(1) a certificate of coverage, prior to the other person beginning work on the
project; and
(2) prior to the end of the coverage period, a new certificate of coverage
showing extension of the coverage period, if the coverage period shown
on the current certificate of coverage ends during the duration of the
project;
(vi) retain all required certificates of coverage on file for the duration of the project
and for one year thereafter;
(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 furnishers of machinery and parts
thereof, equipment, power tools, all suppliers, including commissary, incurred in the furtherance of the
performance of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all
obligations of the nature hereinabove designated have been paid, discharged or waived.
If during the progress of the work, Contractor shall allow any indebtedness to accrue for work furnished by any of
those designated in the preceding paragraph and shall fail to pay and discharge any such indebtedness within
five (5) days after demand is made, then Owner may, during the period for which such indebtedness shall remain
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
1 The contractor shall pay all royalties and license fees, and shall provide for the use of any design, device,
material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or
Owner thereof. The Contractor shall defend all suits or claims for infringement of any patent or copyrights and
shall indemnify and save the Owner harmless from any loss on account thereof, except that Owner shall defend
all such suits and claims and shall be responsible for all such loss when a particular design, device, material or
process or the product of a particular manufacturer or manufacturers is specified or required in these contract
documents by Owner, provided, however, if choice of altemate design, device, material or process is allowed to
the Contractor, then Contractor shall indemnify and save Owner harmless from any loss on account thereof. If
the material or process specified or required by Owner is an infringement, the Contractor shall be responsible for
,•» such loss unless he promptly gives written notice to the Owner of such infringement.
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. If the Contractor performs any work knowing it to
be contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's
Representative, he shall bear all costs arising therefrom.
The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar
as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner
may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect
as though embodied herein.
33. ASSIGNMENT AND SUBLETTING
The Contractor further agrees that he will retain personal control and will give his personal attention to the
+� fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or
i materials required in the performance of this contract, shall not relieve the Contractor from his full obligations to
t' the Owner, as provided by this contractual agreement.
7 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 time for completion as specified in the contract of work to be done hereunder are essential
conditions of this contract; and it is further mutually understood and agreed that the work embraced in this
contract shall be commenced on a date to be specified in the Notice to Proceed.
r
If the Contractor should neglect, fail, or refuse to complete the work within the time herein specified, or any
proper extension thereof granted by the Owner, then the Contractor does hereby agree as part of the
consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total
! compensation, the sum of $200.00 (TWO HUNDRED DOLLARS) PER DAY, not as a penalty, but as liquidated
! damages for the breach of the contract as herein set forth for each and every calendar day that the Contractor
shall be in default after the time stipulated for completing the work.
It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the
completion of the work described herein is reasonable time for the completion of the same, taking into
consideration the average climatic change and conditions and usual industrial conditions prevailing in this
Iocality.The amount is fixed and agreed upon by and between the Contractor and the Owner because of the
impracticability and extreme difficulty in fixing and ascertaining actual damages the Owner would in such event
sustain, and the amount is agreed to be damages the Owner would sustain and shall be retained by the Owner
from current periodical estimates for payments or from final payment.
It is further agreed and understood between the Contractor and Owner that time is of the essence of this contract.
35. TIME AND ORDER OF COMPLETION
It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor
shall be allowed to prosecute his work at such time and sessions, in such order of precedence, and in such
manner as shall be most conductive to economy of construction; provided, however, that the order and time of
prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance
with this contract, the plans and specifications, and within the time of completion designated in the bid; provided,
also, that when the Owner is having other work done, either by contract or by his own force, the Owner's
Representative may direct the time and manner of constructing work done under this contract so that conflicts
will be avoided and the construction of the various works being done for the Owner shall be harmonized.
The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative,
schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the "-
Contractor will start the several parts of the work and estimated dates of completion of the several parts.
36. EXTENSION OF TIME
The Contractor agrees that he has submitted his bid in full recognition of the time required for the completion of
this project, taking into consideration the average climatic range and industrial conditions prevailing in this
locality, and has considered the liquidated damage provisions of paragraph 33 hereinabove set forth and that he
shall not be entitled to, nor will he request, an extension of time on this contract, except when his work has been
delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors
employed by the owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public
enemy, fire or flood. The Contractor may apply in writing for an extension of time, submitting therewith all written
justification as may be required by Owner's Representative for such an extension as requested by Contractor.
The Owner's Representative within ten (10) days after receipt of a written request for an extension of time by the
Contractor supported by all requested documentation shall then consider such written request and respond to
Contractor in writing granting or rejecting the request for an extension of time to complete the project.
37. HINDRANCE AND DELAYS
In executing the contract agreement, the Contractor agrees that in undertaking to complete the work within the
time herein fixed, he has taken into consideration and made allowances for all hindrances and delays incident to
such work, whether growing out of delays in securing material or workmen or otherwise. No charge shall be
made by the Contractor for hindrance or delays from any cause during the progress of any part of the work
embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for
the Owner's convenience, in which event, such expense as in the judgment of the Owner's Representative that is
caused by such stoppage shall be paid by Owner to Contractor.
38. QUANTITIES AND MEASUREMENTS
No extra or customary measurements of any kind will be allowed, but the actual measured or computed length,
area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the
event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the
specifications, plans and other contract documents are intended to show clearly all work to be done and material
to be furnished hereunder. Where the estimated quantities are shown for the various classes of work to be done
and material to be furnished under this contract, they are approximate and are to be used only as a basis for
estimating the probable cost of the work and for comparing their bids offered for the work. It is understood and
agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ
l
t
somewhat from these estimates, and that where the basis for payment under this contract is the unit price
method, payment shall be for the actual amount of work done and materials fumished 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 fully protect all adjacent property. The Contractor
agrees to indemnify, save and hold harmless the Owner against any claim or claims for damages due to any
injury to any adjacent or adjoining property, arising or growing out of the 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.
Inconsideration of the furnishing of all necessary labor, equipment and material and the completion of all work
,.� by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the
specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the
L 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
t, 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
j 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.
The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of
the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be
retained until final payment, and further, less all previous payments and all further sums that may be retained by
Owner under the terms of this agreement. It is understood, however, that in case the whole work be near to
completion, and this fact is certified to by Owner's Representative and some unexpected and some unusual
delay occurs due to no fault or negligence on the part of the Contractor, the Owner may upon written
recommendation of Owner's Representative pay a reasonable and equitable portion of the retained percentage
due Contractor.
0
43. FINAL COMPLETION AND ACCEPTANCE
Within thirty-one (31) days after the Contractor has given the Owner's Representative written notice that the work
has been completed or substantially completed, the Owner's Representative and the Owner shall inspect the
work and within said time, if the work be found to be completed or substantially completed in accordance with the
contract documents, the Owner's Representative shall issue to the Owner and Contractor his certificate of
completion, and thereupon it shall be the duty of the Owner within thirty-one (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
31 st day after the date of certificate of completion, the balance due Contractor under the terms of this
agreement, provided he has fully performed his contractual obligations under the terms of this contract; and said
payment shall become due in any event upon said performance by the Contractor. Neither the certificate of
acceptance nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of
the obligation for fulfillment of any warranty which may be required in the special conditions (if any) of this
contract or required in the specifications made a part of this contract.
45. CORRECTION OF WORK BEFORE FINAL PAYMENT FOR WORK
Contractor shall promptly remove from Owners' premises all materials condemned by the Owner's
Representative on account of failure to conform to the contract, whether actually incorporated in the work or not,
and Contractor shall at his own expense promptly replace such condemned materials with other materials _
conforming to the requirements of the contract. Contractor shall also bear the expense of restoring all work of
other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any
such condemned work within a reasonable time after a written notice by the Owner or the Owner's
Representative, Owner may remove and replace it at Contractor's expense.
46. CORRECTION OF WORK AFTER FINAL PAYMENT
Neither the final payment nor certificate nor any provision in this contract shall relieve the Contractor of -
responsibility for faulty materials or workmanship, and he shall remedy any defects due thereto and pay for any
damage to other work resulting therefrom, which shall appear within a period of one (1) year from the date of
substantial completion. The Owner or the Owner's Representative shall give notice of observed defects with
reasonable promptness.
47. PAYMENT WITHHELD
The Owner may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any
certificate to such extent as may be necessary to protect himself from loss on account of: --
(a) Defective work not remedied.
(b) Claims filed or reasonable evidence indicating possible filing of claims. -
(c) Failure of the Contractor to make payments promptly to subcontractors or for materials or labor.
(d) Damage to another contractor.
When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, which
will protect the Owner in the amount withheld, payment shall be made for -amounts withheld because of them.
C
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 any materials and equipment
under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or
another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore
(except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph
24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the
cost to complete the work and be reflected in the final settlement.
In case the Surety should fail to commence compliance with the notice for completion hereinbefore provided for
within ten (10) days after service of such notice, then the Owner may provide for completion of the work in either
of the following elective manners:
(a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and
supplies as said Owner may deem necessary to complete the work and charge the expense of such
labor, machinery; equipment, tools, materials and supplies to said Contractor, and the expense so
charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may
thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such
expense is less than the sum which would have been payable under this contract, if the same had been
completed by the Contractor, then said Contractor shall receive the difference. In case such expense is
greater than the sum which would have been payable under this contract, if the same had been
completed by said Contractor, then the Contractor and/or his Surety shall pay the amount of such excess
to the Owner; or
(b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspaper
having a general circulation in the County of location of the work, may let the contract for the completion
of the work under substantially the same terms and conditions which are provided in this contract. In
case of any increase in cost to the Owner under the new contract as compared to what would have been
the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and
remain bound therefore. However, should the cost to complete any such new contract prove to be less
than that which would have been the cost to complete the work under this contract, the Contractor or his
Surety shall be credited therewith.
When the work shall have been substantially completed, the Contractor and his Surety shall be so notified and
certificates of completion and acceptance, as provided in paragraph 42 hereinabove set forth, shall be issued. A
complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct
shall then be prepared and delivered to Contractor and his Surety, whereon the Contractor or his Surety, or the
i. .
Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date
of certificate of completion.
In the event the statement of accounts shows that the cost to complete the work is less than that which would
have been the cost to the Owner had the work been completed by the Contractor under the terms of this
contract, or when the Contractor and/or his Surety shall pay the balance shown to be due by them to the Owner,
then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the
Contractor and/or his Surety. Should the cost to complete the work exceed the contract price, and the Contractor
and/or his Surety fail to pay the amount due the Owner within the time designated hereinabove, and there
remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together
with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety at the
respective addresses designated in this contract; provided, however, that actual written notice given in any
manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the
risk of the Contractor and his Surety subject only to the duty of the Owner to exercise ordinary care to protect
such property. After fifteen (15) days from the date of said notice the Owner may sell such machinery,
equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the
Contractor and his Surety. Such sale may be made at either public or private sale, with or without notice, as the
Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies which remain
on the *jobsite and belong to persons other than the Contractor or his Surety, to their proper owners.
50. ABANDONMENT BY OWNER
In case the Owner shall fail to comply with the terms of this contract, and should fail or refuse to comply with said
terms within ten (10) days after written notification by the Contractor, then the Contractor may suspend or wholly
abandon the work, and may remove therefrom all machinery, tools, and equipment, and all materials on the
ground that have not been included in payments to the Contractor and have not been incorporated into the work.
Thereupon, the Owner's Representative shall make an estimate of the total amount earned by the Contractor,
which estimate shall include the value of all work actually completed by said Contractor at the prices stated in the
attached bid, the value of all partially completed work at a fair and equitable price, and the amount of all Extra
Work performed at the prices agreed upon, or provided for by the terms of this contract, and a reasonable sum to
cover the cost of any provisions made by the Contractor to carry the whole work to completion, and which cannot
be utilized. The 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 100% of the total contract price in the event that said contract price exceeds
$25,000. All bonds, if required, shall be submitted on forms supplied by the Owner, and executed by an
approved Surety Company authorized to do business in the State of Texas. And it is further agreed that this
contract shall not be in effect until such bonds are so 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
j to direct, supervise, and control his own employees and to determine the method of the performance of the work
J covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's
work during his performance and to carry out the other prerogatives which are expressly reserved to and vested
in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect
the status of the Contractor as an independent contractor with respect to either the Owner or Owner's
Representative or to the Contractor's own employees or to any other person, firm, or corporation.
7 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
f and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case
of dispute Owner may remove the debris and charge the cost to the Contractor.
0
CURRENT WAGE DETERMINATIONS
hesolution No. :)12-1
March 14, 1996
Item #19
i
WHEREAS, the City Council has heretofore established the general prevailing rate of
per diem wages for each craft or type of workmen or mechanics needed to execute public
works contracts for the City of Lubbock in accordance with the provisions of Vernon's
11 Ann.Civ.St., Art. 5159a; and
iWHEREAS, such wage rates were established by Resolution No. 719 enacted February
i 12, 1981, updated by Resolution No. 1590 enacted February 23, 1984, and further updated by
j Resolution No. 2502 enacted January 8. 1987; and
WHEREAS, such rates need to be updated at the present time in order to reflect the
current prevailing rate of per diem wages; NOW THEREFORE:
;i
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
1; a part hereof for all intents and purposes:
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
wages in all localities where public works are undertaken on behalf of the City of Lubbock and
as provided by law.
such wage rates shall be included in all public works contracts
i
,
Passed by the City Council this 14th
ATTEST:
Betty M. jdfinson, City Secretary
APPROVED AS TO CONTENT:
w6w avllz�
Mary AndrVws, Managing Director of
Human Resources
APPROVED AS TO FORM:
Aafold Willard, Assistant City Attorney
H W : da kcdocs/pubwork s. res
February 14, 1996
2
1:11:
City of Lubbock
Building Construction Trades
Prevailing Rates
Acoustical Ceiling Installer
Air Conditioner Installer
Air Conditioner Installer -Helper
Asbestos Worker
Asbestos Supervisor
Bricklayer
Bricklayer -Helper
Carpenter
Carpenter -Helper
Cement Finisher
Drywall Hanger
Electrician
Electrician -Helper
Equipment Operator -Heavy
Equipment Operator -Light
Floor Installer
Glazier
Insulator-Piping/Boiler
Insulator -Helper
Iron Worker
Laborer -General
Mortar Mixer
Painter
Plumber
Plumber -Helper
Roofer
Roofer -Helper
Sheet Metal Worker
Sheet Metal Worker -Helper
Welder -Certified
sourly Rate
10.00
11.00
5.50
8.00
11.00
11.00
6.00
11.00
6.00
?.50 -
10.00
13.00
6.00
8.50
7.50
8.50
8.00
9.00
5.50
8.00
5.50
5.50
9.50
10.50
6.00
8.00
5.50
8.75
5.50
10.00
1:11:
Paving and Highway Construction
Prevailing Wage Rates
Craft
Asphalt Heaterman
Asphalt Shoveler
Concrete Finisher
Concrete Finisher -Helper
Electrician
Flagger
Form Setter
Form Setter -Helper
Laborer -General
Laborer -Utility
Mechanic
Mechanic -Helper
Power Equipment Operators
Asphalt Paving Machine
Bulldozer
Concrete Paving Machine
Front End Loader
Heavy Equipment Operator
Light Equipment Operator
Motor Grader Operator
Roller
Scraper
Tractor
Truck Driver -Light
Truck Driver -Heavy
Hourly Rate
6.00
5.50
7.35
5.75
10.50
5.50
6.50
5.50
5.50
6.25
7.25
5.50
7.00
7.00
7.00
6.50
7.00
6.50
8.50
6.00
6.50
6.50
6.00
6.50
EXHIBIT C
Prevailing Wage Rates
Overtime Rate
The rate for overtime (in excess of forty hours per week) is 1 1/2 times base rate.
,11:11: M i,
Prevailing Wage Rates
Weekend and Holiday Rate
The rate for weekend and holiday is 1 1/2 times base rate.
SPECIFICATIONS
PROJECT MANUAL
1996 ROOF REPLACEMENT PROGRAM
for
CITY of LUBBOCK
HEALTH DEPARTMENT BUILDING
19th at TEXAS AVENUE
Lubbock, Texas
As Prepared by:
AMTECH ROOFING CONSULTANTS, INC.
137.06 Research Blvd.
Suite 303
Austin, Texas 78750
(512) 258-1661 Fax: (512) 258-1662
August 2, 1996
�rrrr_.cc
RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
TABLE OF CONTENTS
r
01010
Summary of Work
01020
Bid Items
01030
Special Conditions
01041
Project Coordination
01045
Cutting and Patching
01090
Reference Standards
01120
Alteration Project Procedures
01300
Submittals
01400
Quality Control
0.1500
Construction Facilities and
Temporary Controls
01600
Material and Equipment
01610
Substitution Request Form
01700
Contract Closeout
06100 Carpentry
DIVISION 7 - THERMAL AND MOISTURE PROTECTION
07220 Roof Insulation
07510 Roofing Warranty
07540 Modified Bitumen Roofing
07600 Flashing and Sheet Metal
07700 Roofing Accessories
pIVISION 9 - FINISHES
09900 Painting
DIVISION 15 - MECHANICAL SYSTEMS
15100 Mechanical Requirements
DIVISION 16-- ELECTRICAL SYSTEMS
16000 Electrical Requirements
PAGE 1
01010-1 thru 01010-3
01020-1 thru 01020-3
01030-1 thru 01030-3
01041-1 thru 01041-3
01045-1 thru 01045-5
01090-1 thru 01090-4
01120-1 thru 01120-3
01300-1 thru 01300-6
01400-1 thru 01400-4
01500-1 thru 01500-5
01600-1 thru 01600-5
01610-1 thru 01610-2
01700-1 thru 01700-5
06100-1 thru 06100-5
07220-1 thru 07220-7
07510-1 thru 07510-2
07540-1 thru 07540-12
07600-1 thru 07600-7
07700-1 thru 07700-3
09900-1 thru 09900-5
15100-1 thru 15100-10
16000-1 thru 16100-4
RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
SECTION 01010
SUMMARY OF WORK
• �MMA
RELATED DOCUMENTS
The requirements of this Section are an extension and are in
addition to the requirements of the Uniform General
Conditions, Supplementary General Conditions, Forms,
Specification Sections found in Division 1 through Division
16 and all Drawings.
1.01 WORK COVERED BY CONTRACT DOCUMENTS
A. The work of this Contract consists of the furnishing
of all labor, materials, services, equipment, and
appliances required in conjunction with Re -Roofing
the Lubbock Health Department Building for the City
of Lubbock, Lubbock,"Texas as indicated on the
Drawings and Specifications herein.
AMTECH ROOFING CONSULTANTS, INC.
01010-1
r
B.
The Drawings and specification do not necessarily
indicate or describe all work required for
completion of Project. Contractor shall provide and
install all incidentals reasonably inferable from
the Contract Documents that are required for a
complete Project.
C.
These documents describe the essential elements
sufficiently to determine the scope of the Project.
D.
Provide all items required.for complete operating
systems including item not necessarily shown in
these documents, but that can be reasonably
,.,
inferred as being required for the complete
operating system.
E.
The Drawings and Specifications indicate the basic
quality of materials and quality of construction
required for the entire project.
F.
Field measurements are required for all bidding
purposes._.
G.
Site Inspection: -Contact Mr. George Lisenbe,
Mechanical Engineer, Building-& Energy Management
Administrator, 806/767-2000._ Appointments must be
scheduled in advance of the site inspection.
AMTECH ROOFING CONSULTANTS, INC.
01010-1
r
RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
H. Inquiries Concerning Bid Documents: Prior to
bidding, questions concerning the bid documents
shall be directed to:
Vernon L. Dunagin, AIA
Amtech Roofing Consultants, Inc.
13706 Research Blvd., Suite 303
Austin, Texas 78750
512/258-1661
Fax: 512/258-1662
Inquiries which require clarifications from
Sub -Consultants shall be directed first to Amtech
Roofing Consultant's office prior to contacting the
Sub -Consultant.
1.02 BID DATE AND PRE-BID CONFERENCE
A. The Bid Date will be 1996 at
2:00 PM. Bids will be received in the office of the
Purchasing Manager, Municipal Building, 1625 13th
Street, Room L-04, Lubbock, Texas 79401.
B. A Pre -Bid Conference will be held
1.03 CONTRACT
A. The Contract will be executed as a lump -sum
agreement on the forms provided.
B. Employ subcontractors for the disconnect, re -connect
and installation of all mechanical, electrical and
gas line work in conjunction with all work required,
or implied, to be performed by licensed mechanics of
these disciplines
1. Subcontractors of Contractor shall furnish to
Contractor bonds covering faithful performance of
subcontract work and payment of all obligations,
there under, when Contractor is required to furnish
such bonds to Owner.
2. Subcontractors of Contractor shall purchase and
maintain liability insurance as will protect him
from claims, for not less than limits of liability
which Contractor is required to provide to Owner.
3. The Contractor shall include in Contract Amount
costs of supervision, -coordination and monitoring
work of his selected Subcontractors.
AMTECH ROOFING CONSULTANTS, INC.
01010-2
1.05 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.
•••
Not Used
Not Used
END OF SECTION
AMTECH ROOFING CONSULTANTS, INC.
�" 01010-3
RE -ROOF
LUBBOCK HEALTH DEPARTMENT
CITY OF
LUBBOCK
1.04 CONTRACTOR'S USE OF PREMISES
A.
Contractor shall be responsible for monitoring the
use of premises by Contractor's employees and
subcontractors.
B.
Access routes for delivery of materials and
equipment shall be as indicated by Owner. Do not
use access routes other than those indicated without
permission of the Owner.
C.
Assume full responsibility for the protection and
safekeeping of Products under this Contract, stored
on the site. Store materials and products only in
those area indicated for staging.
D.
Protect existing lawns, sidewalks, pavements, curbs
!^"
and utilities subject to damage by work under this
Contract. Repair or replace any existing work
`
damaged by the Contractor.
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
r
by the Owner.
1.05 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.
•••
Not Used
Not Used
END OF SECTION
AMTECH ROOFING CONSULTANTS, INC.
�" 01010-3
RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
SECTION 01020
BID ITEMS
RELATED DOCUMENTS:
The requirements of this Section are an extension and are in
addition to the requirements of the Uniform General
Conditions, Supplementary General Conditions, Forms,
Specification Sections found in Division 1 through Division
16 and all Drawings.
DESCRIPTION OF REQUIREMENTS:
Definition:
Base Bid: A base bid shall include all work shown, which is
not specifically indicated as an alternate.
Alternate: An alternate is an amount proposed by Bidders and
stated on the Bid Form that will be added to or deducted from
Base Bid amount if the Owner decides to accept a
corresponding change in either scope of work or in products,
materials, equipment, systems or installation methods
described in Contract Documents.
Coordinate: Coordinate related work and modify or adjust
adjacent work as required to ensure that work affected by _
each accepted alternate is complete and fully integrated into
the project.
Include as part of each alternate, miscellaneous _
devises,.appurtenances and similar items incidental to
or required for a complete installation whether or not
mentioned as a part of the alternate.
Notification: Immediately following award of Contract,
prepare and distribute to each party involved, notification
of the status of each alternate. Indicate whether alternates
have been accepted, rejected or deferred for consideration
at a later date. Include a complete description of
negotiated modifications to alternates, if any.
Schedule: A "Schedule of Base Bid and Alternates" is
included under Execution. Specification Sections referenced
in the Schedule contain requirements for materials and
methods necessary to achieve the work described under each
alternate.
AMTECH ROOFING CONSULTANTS, INC.
101020 - 1
RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
PART 2 - PRdDUCTS
NOT USED.
•. •
Note that all work contracted under this project will be
awarded as a single jump 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.
Base Bid: The Base Bid shall include all work shown and
specified required to construct all work included for the re-
roofinch of the City of Lubbock Health Department Building
including all roofing, sheetmetal, carpentry, general
construction mechanical and electrical work.
Unit Prices: The following unit prices for replacement
and/or additional work shall be provided as indicated on the
Bid Proposal. All prices shall include labor, materials,
equipment, overhead and profit for a complete installation.
1)
Board foot
price
for replacement of deteriorated 2 x 6
blocking.
2)
Board foot
price
for replacement of deteriorated 2 x 8
blocking.
3)
Board foot
price
for replacement of deteriorated 2 x 12
blocking.
4)
Board foot
price
for installation of new 2 x 6 blocking.
5)
Board foot
price
for installation of new 2 x 8 blocking.
6)
Board foot
price
for installation of new 2 x 12
blocking.
7)
Per square
foot.of deteriorated 1-1/2" x 22 -gauge
galvanized
metal
decking. (for small areas less than 20
square feet)
8)
Per square
foot
of deteriorated 1-1/2" x 22 -gauge
galvanized
metal
decking. (for large areas of more than
20 square
feet)
END OF SECTION
AMTECH ROOFING CONSULTANTS, INC.
7 - -
01020 - 2
RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
SECTION 01030
SPECIAL CONDITIONS
PART 1 - GENERAL
RELATED DOCUMENTS:
The requirements of this Section are an extension and are in
addition to the requirements of the Uniform General
Conditions, Supplementary General Conditions, Forms,
Specification Sections found in Division 1 through Division
16 and all Drawings.
ADD THE FOLLOWING:
REFERENCE:
References to known standard specifications shall mean and
shall refer to latest edition of such specifications adopted
and published at date of invitation to submit bids.
Reference to technical society, organization or body is
made in Specifications in accordance with the following
abbreviations:
AIA American Institute of Architects
ACI American Concrete Institute
AIEE American Institute of Electrical Engineers
AISC American Institute of Steel Construction
ASA American Standards Association
ASME American Society of Mechanical Engineers
ASTM American Society for Testing Materials
AWSC American Welding -Society Code
FE Federal Specifications
NFPA National Fire Protective Association
NBS National Bureau of Standards
NEC National Electric Code
SPR Simplified Practice Recommendations
UL Underwriters' Laboratories, Inc.
NTMA National Terrazzo & Mosaic Association
NRCA National Roofing Contractors Association
NAAMM National Association Architectural Metals
Manufacturers
CONTRACT DOCUMENTS: Amend to include
"Uniform General Conditions" apply with equal force to
the General Contractor, Subcontractors, Work, extra
work, and the like that may be specified herein or
performed in or about the building or site under this
Contract.
AMTECH ROOFING CONSULTANTS, INC.
01030 - 1
RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
.. For convenience of reference and to facilitate letting
of subcontracts, these Specifications are separated into
sections. Such separation shall not operate to make the
Owner an arbitrator to establish subcontract limits
r'1 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 the
Architect for information.
INSURANCE: Amend to include:
The Contractor shall indemnify and hold harmless the
Owner and the Architect and their agents and employees
from and against all claims, damages, losses and
expenses including attorneys' fees arising out of or
resulting from the performance of the Work, provided
that any such claim, damage, loss or expense (1) is
attributable to bodily injury, sickness, disease or
death, or to injury to or destruction of tangible
property (other than the Work itself) including the loss
of use resulting therefrom and (2) is caused in whole or
in part by any negligent act or omission of the
Contractor, any subcontractor, anyone directly or
indirectly employed by any of them or anyone for whose
acts any of them are liable, regardless of whether or
not it is caused in part by a party indemnified
hereunder.
In any and all claims against the Owner or Architect or
any, of their agents or employees by any employee of the
Contractor, and subcontractor, anyone directly or
indirectly employed by any of them or anyone for whose.
acts any of them may be liable, the indemnification
obligation under this Paragraph shall not be limited in
any way by any limitation on the amount or type of
damages, compensation or benefits payable by or for the
Contractor or any subcontractor under workman's
compensation acts, disability benefit acts or other
employee benefit acts.
MATERIALS AND WORKMANSHIP: Amend to include:
All work shall be executed by mechanics skilled in their
respective trades. Mechanics whose work is
j unsatisfactory to Owner or who -are considered by Owner
AMTECH ROOFING CONSULTANTS, INC.
.,,
01030 - 2
i
RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
to be careless, incompetent, unskilled, or otherwise
objectionable are to be dismissed from work upon notice
from Owner.
The Owner will provide temporary water and electrical
power required for the work at no cost to the
Contractor. The Contractor shall make necessary
connections to the existing water service, and to power
transformer at the building site as required to perform
his work. Coordinate all connections with the
Maintenance Staff of Lubbock Health Department.
The Contractor shall be responsible for furnishing
storage buildings, construction office, temporary
security fencing, temporary air -tight partitions,
bulletin boards, temporary fire protection, etc., as
required to carry out construction operations.
Construction related access to the site shall be via the
main entrance. It shall be the responsibility of the
Contractor to prevent damage to the existing road system
and to repair any damage thereto. Any loss or damage to
the Owner's property caused by the Contractor or his
workmen shall be repaired or replaced at no cost to the
Owner. Restore the grounds to original condition at the
completion of the Project. Remove all fences,
barricades, etc. Replace all vegetation damaged by
construction operations, including grass, shrubs, and
trees, to the satisfaction of the Owner. Repair any
damage to the drives and parking areas.
Working hours are between 7:00 a.m. and 6:00 p.m.,
Monday through Friday, unless an exception is granted by
the Owner and Architect. The Contractor shall -remove
trash and rubbish from the Owner's premises at the end
of each work day. Burning of combustibles will not be
permitted.
The Contractor shall record by video tape all interior —
space ceilings, exterior walls, grounds, sidewalks and
parking lots prior to moving onto the job site. The
video tape shall be submitted to the Architect who will
retain it as a record of those conditions throughout the
duration of the project.
END OF SECTION
AMTECH ROOFING CONSULTANTS, INC.
01030 - 3
RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
SECTION 01041
PROJECT COORDINATION
PART i - GENERAL
RELATED DOCUMENTS:
The requirements of this Section are an extension and are in
addition to the requirements of the Uniform General
Conditions, Supplementary General Conditions, Forms,
Specification Sections found in Division 1 through Division
16 and all Drawings.
1.01 REQUIREMENTS INCLUDED
Coordinate Work with that of other contractors and
trades and ongoing work by Owner under administration
of the Architect.
�- 1.02 VISIT TO SITE
!! A. Prior to submitting his quotation for work
` under this project, this Contractor shall visit
the site to examine all conditions related to
his work, and to acquaint himself with these
conditions. FIELD MEASUREMENTS ARE REQUIRED
FOR THIS PROJECT.
B. The Contractor shall verify that existing
facilities, utilities and/or conditions are
adequate and if equipment, utilities,
facilities or conditions are such that other
items and services, in addition to those
specified, are required to achieve operation
systems as described herein, the Contractor
shall advise the Architect of the scope and
costs of necessary additional work or services
at the time of his proposal.
1.03 CONSTRUCTION MOBILIZATION
A. Contractor shall attend the scheduled Pre -
Construction Conference as directed by the
Owner and his authorized representatives for
the purpose of project coordination.
B. Cooperate with the Owner and Architect in
allocation of mobilization areas on site: for
field offices and sheds, for access, traffic,
AMTECH ROOFING CONSULTANTS, INC.
F- 01041-1
r
RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
and parking facilities. During construction
coordinate use of site and facilities through
the Owner's Designated Representative.
C. Comply with the Architect's procedures for
intra -project communications: Submittals,
reports and records, schedules, coordination
drawings, and recommendations; and resolution
of ambiguities and conflicts.
D. Comply with instructions of the Construction
Documents and those of the Architect for use of
temporary facilities.
E. Coordinate field engineering and layout work
under instructions of the Architect.
1.04 SCHEDULES
A. Submit preliminary progress schedule in
accordance with Section 01300 to the Architect
After review, revise and resubmit schedule to
comply with revised project schedule.
B. During progress of work, revise and resubmit as
directed by the Architect.
1.05 SUBMITTALS TO THE ARCHITECT
A. Make submittals to the Architect for his
transmittal to all parties involved.
B. Submit requests for interpretation of Contract
Document and obtain instructions through the
Architect.
C. Process requests for substitutions and change
orders through the Architect.
D. Deliver closeout submittals for review and
preliminary inspections, and for transmittal to
all parties.
1.06 COORDINATION DRAWINGS
A. Provide information required by the Architect
for his preparation of coordination Drawings.
AMTECH ROOFING CONSULTANTS, INC.
01041-2
RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
1.07 CLOSEOUT PROCEDURES
A. Notify the Architect when Work is considered
ready for Substantial Completion. Accompany
the Owner and Architect on preliminary
inspection to determine items to be listed for
completion or correction in Contractor's notice
of Substantial Completion.
B. Comply with Owner's and Architect's
instructions to correct items of work listed in
executed Certificates of Substantial Completion
for access to Owner occupied areas.
C. Notify the Architect when Work is considered
final and complete. Accompany Owner. and
Architect on preliminary final inspection.
D. Comply with the Architect's instructions for
completion of items of work determined final
inspection.
PART 2 - PRODUCTS
NOT USED
PART 3 - EXECUTION
NOT USED
END OF SECTION
AMTECH ROOFING CONSULTANTS, INC.
01041-3
RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
SECTION 01045
CUTTING AND PATCHING
PART 1 - GENERAL
RELATED DOCUMENTS:
The requirements of this Section are an extension and.are in
addition to the requirements of the Uniform General
Conditions, Supplementary General Conditions, Forms,
Specification Sections found in Division i through Division
16 and all Drawings.
1.01 REQUIREMENTS INCLUDED
A. Requirements and limitations for cutting and
patching of Work.
B. Definition: "Cutting and patching" includes
cutting into existing construction to provide for
the installation or performance of other work and
-subsequent fitting and patching required to
restore surfaces to their original condition.
"Cutting and patching" is performed for
coordination of the work, to uncover work for
access or inspection, to obtain samples for
testing, to permit alterations to be performed or
for other similar purposes.
Cutting and patching performed during the
manufacturer of products, or during the initial
fabrication, erection or installation processes is
not considered to be "cutting and patching" under
this definition. Drilling of holes to install
fasteners and similar operations are also not
considered to be "cutting and Patching".
"Demolition" and "Selective Demolition" are
recognized as related -but -separate categories of ^-
work, which may or may not require cutting and
patching as defined to this section; refer to
"demolition" or "Selective Demolition" sections.
1.02 SUBMITTALS
A. Submit written request in advance of cutting or
alteration which affects:
1. Structural integrity of any element of
Project. --
AMTECH ROOFING CONSULTANTS, INC.
01045-1
r
RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
2. Integrity of weather -exposed or moisture -
resistant element.
3. Efficiency, maintenance, or safety of any
operational equipment.
4. Visual qualities of sight -exposed elements.
5. Work of Owner or separate contractor.
B. Include in request:
1. Identification of Project.
2. Location and description of affected Work.
3. Necessity for cutting or alteration.
4. Description of proposed work, and products
to be used.
A. Scope of cutting, patching, alteration,
or excavation.
b. Trades who will execute the work.
c. Products proposed to be used.
d. Extent of re -finishing to be done.
e. Cost proposal when applicable.
f. Alternatives to cutting and patching.
5. Effect on work of Owner or separate
contractor.
6. Written permission of affected separate
contractor.
7. Date and time work will be executed.
C. Should conditions of Work or the schedule
indicate a change of products from original
installation, Contractor shall submit request
for substitution as specified in section 01600.
1.03 QUALITY ASSURANCE
Requirements for Structural Work: Do not cut and
patch structural work in a manner that would result
in a reduction of load -carrying capacity or of load -
deflection ratio.
�U'142110
2.01 MATERIALS
General: Except as otherwise indicated, or as
directed by the Architect, use materials for cutting
and patching that are identical to existing
materials. If identical materials are not available,
or cannot be used, use materials that match existing
adjacent surfaces to the fullest extent possible with
regard to visual effect. Use materials for cutting
and patching that will result in equal -or -better
performance characteristics.
AMTECH ROOFING CONSULTANTS, INC.
01045-2
RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
A. Those required for original installation.
B. For any change in materials, submit request for
substitution under provisions in Section 01600.
PART 3 - EXECUTION
3.01 GENERAL
A. Execute cutting, fitting and patching including
excavation and fill, to complete work and to:
1. Fit the several parts together, to
integrate with other work.
2. Uncover work to install ill-timed work.
3. Remove and replace defective and non- ~'
conforming work.
4. Remove samples of installed work for
testing.
5. Provide openings in elements of work for y
penetrations of mechanical and electrical
work.
3.02 INSPECTION
Before cutting, examine the surfaces to be cut and _
patched and the conditions under which the work is to
be performed. If unsafe or otherwise unsatisfactory
conditions are encountered, take corrective action
before proceeding with the work.
A. Inspect existing conditions, including elements
subject to damage or movement during cutting
and patching.
B. After uncovering, inspect conditions affecting
performance of work.
C. Beginning of cutting or patching means
acceptance of existing conditions. -
3.03 PREPARATION
A. Provide supports to assure structural integrity
of surroundings: devices and methods to
protect other portions of Project from damage. —
B. Provide protection.from elements for areas
which may be exposed by uncovering work;
AMTECH ROOFING CONSULTANTS, INC.
01045-3
RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
r
maintain excavations and openings free of
water.
C. Prevent debris from entering facility or
facility grounds; do not permit product
contamination - see Section 01500.
11 3.04 PERFORMANCE
j General: Employ skilled workmen to perform cutting
6� and patching work. Except as otherwise
indicated or as approved by the Owner or
Roof Consultant, proceed with cutting and
patching at the earliest feasible time and
�. complete work without delay.
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.
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 cuttingmachine such as a carborundum
saw or core drill to insure a neat hole. Cut holes
and slots neatly to size required with a minimum
disturbance or adjacent work. To avoid marring
existing finished surfaces, cut or drill from the
exposed or finished side into concealed surfaces.
Temporarily cover openings when not used.
Patching: Patch with seams which are durable and as
invisible as possible. Comply with specified
tolerances for the work.
Where feasible, inspect and test patched areas to
demonstrate integrity of work.
Restore exposed finishes of patched areas and where
necessary extend finish restoration into retained
adjoining work in a manner which will eliminate
evidence of patching and refinishing.
Where removal of walls or partitions extends on
finished areas into another finished area, patch and
repair floor and wall surfaces in the new space to
provide an even surface of uniform color and
appearance. If necessary to achieve uniform color
and appearance, remove existing floor and wall
covering and replace with new materials.
,. AMTECH ROOFING CONSULTANTS, INC.
01045-4
RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
Where patch occurs in a smooth painted surface,
extend final paint coat over entire unbroken surface
containing patch, after patched area has received
prime and base coat.
Patch, repair or re -hang existing ceilings as
necessary to provide an even plane surface of uniform
appearance.
A. Fit work airtight to pipes, sleeves, ducts,
conduit, and other penetrations through
surfaces.
B. At penetrations of fire -rated wall, ceiling, or
floor construction, completely seal voids with _
fire rated material, full thickness of the
construction element.
C. Do not leave facility open to contamination or
the elements; close off at end of each work
day.
CLEANING:
Thoroughly clean areas and spaces where work is performed or
used as access to work. Remove completely paint, mortar,
oils, putty and items of similar nature. Thoroughly clean
piping, conduit and similar features before painting or other
finishing is applied. Restore damaged pipe covering to its
original condition.
END OF SECTION
AMTECH ROOFING CONSULTANTS, INC.
01045-5
i RE -ROOF LUBBOCK HEALTH DEPARTMENT
1. CITY OF LUBBOCK
7 SECTION 01090
REFERENCE STANDARDS
PART 1 - GENERAL
RELATED DOCUMENTS:
The requirements of this Section are an extension and are in
addition to the requirements of the Uniform General
Conditions, Supplementary General Conditions, Forms,
Specification Sections found in Division 1 through Division
16 and all Drawings.
1.01 REQUIREMENTS INCLUDED
A. Applicability of Reference Standards
01,„ B. Provision of Reference Standards at Site
C. Acronyms used in Contract Documents for
Reference Standards.
f'
1.02 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
I'1 required by applicable codes.
t B. The date of the standard is that in effect as.
of the Bid date, or date of Owner -Contractor
Agreement when there are no bids, except when a
specific date is specified.
C. When referenced by individual Specification
Section, obtain a copy of standard. Maintain
copy at job site, and make accessible to the
Owner's Representative at all times during
submittals, planning and progress of the
specific work, until Substantial Completion.
1.03 SCHEDULE OF REFERENCES
AABC Associated Air Balance Council
2146 W. Sunset Blvd., Los Angeles, CA 90026
ACI American Concrete Institute
Box 19150, Redford Station, Detroit, MI 48129
AMTECH ROOFING CONSULTANTS, INC.
01090-1
L
7
RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
AFBMA Antifriction Bearing Manufacturers Assoc.
AGC Associated. General Contractors of America
AIB American Institute of Baking
AISC American Iron and Steel Institute
1000 16th St., N.W., Washington, DC 20036
AISC American Institute of Steel Construction, Inc.
400 N. Michigan, 8th Floor, Chicago, IL 60611 -
AMCA Air Moving & Conditioning Association
30 W. University, Arlington Hts., IL 60004
ANSI American National Standards Institute ._
1430 Broadway, New York, NY 10018
APA American Plywood Association
7011 S. 19th St., Tacoma, WA 98466
ARI Air Conditioning and Refrigeration Institute
1501 Wilson, 6th Floor, Arlington, VA 22209
ASA Acoustical Society of America
ASC Adhesive and Sealant Council --
ASHRAE American Society of Heating, Refrigeration
and Air Conditioning Engineers
ASME American Society of Mechanical Engineers
ASTM American Society for Testing & Materials ._
AWPA American Wood Preservers' Association
7745 Old Georgetown, Bethesda, MD 20014
AWPB American Wood Preservers Bureau
AWS American Welding Society, Inc.
AWWA American Water Works Association, Inc.
BHMA Builder's Hardware Manufacturer's Association
CISCA Ceilings and Interior Systems Contraction
Association
CSI Construction Specifications Institute, Inc.
CTI Cooling Tower Institute
DHO Door and Hardware Institute
EIA Electronics Industries Association
AMTECH ROOFING CONSULTANTS, INC.
01090-2
RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
FCC Federal Communications Commission
FM Factory Mutual Corporation
FS Federal Specifications and Federal Standards
IEEE Institute of Electrical and Electronics
Engineers, Inc.
ISA Instrument Society of America
MICA Midwest Insulation Contractors Association
NBS National Bureau of Standards
(U.S'. Department of Commerce)
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
UL Underwriter's Laboratories, Inc.
AMTECH ROOFING CONSULTANTS, INC.
01090-3
RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
PART 2 - PRODUCTS
NOT USED
PART 3 - EXECUTION
NOT USED
END OF SECTION
AMTECH ROOFING CONSULTANTS, INC.
01090-4
RE -ROOF LUBBOCK HEALTH DEPARTMENT
` CITY OF LUBBOCK
r
i SECTION 01120
_. ALTERATION PROJECT PROCEDURES
PART 1 - GENERAL
RELATED DOCUMENTS:
The requirements of this Section are an extension and are in
addition to the requirements of the Uniform General
Conditions, Supplementary General Conditions, Forms,
Specification Sections found in Division 1 through Division
16 and all Drawings.
1.01 REQUIREMENTS INCLUDED
A. Procedural requirements
B. Rehabilitation and renovations of existing
spaces and materials.
C. Installation of products removed in Sections
as specified.
PART 2 - PRODUCTS
2.01 PRODUCTS FOR PATCHING AND EXTENDING WORK
A. New Materials; As specified -in individual
Sections
B. Match existing products and work for patching
and extending work.
C. Determine type and quality of existing products
by inspection and any necessary testing, and
workmanship by use of existing as a standard.
Presence of a product, finish or type of work
requires that patching, extending or matching
shall be performed as necessary to make work
complete and consistent with the sections of
Specifications.
PART 3 - EXECUTION
3.01 EXAMINATION
A. Verify that demolition is complete, and areas
are ready for installation of new work.
AMTECH ROOFING CONSULTANTS, INC.
7 01120-1
':I
RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
B. Beginning of restoration work constitutes
acceptance of existing conditions unless the
Architect is notified in writing otherwise.
3.02 PREPARATION
A. Cut, move or remove items as necessary for
access to alterations and renovations work;
replace and restore at completion.
B. Remove unsuitable material not marked for
salvage, such as rotted wood, rusted metals,
and deteriorated masonry and concrete: replace
materials as specified for finished work.
C. Remove debris and abandoned items from area
and from concealed spaces.
D. Prepare surfaces and remove surface finishes to
provide for proper installation of new work and .�
new finishes.
E. Close openings in exterior surfaces to protect
existing work and salvage items from weather -~
and extremes of temperature and humidity.
Insulate duct work and piping to prevent --
condensation in exposed areas.
3.03 INSTALLATION
A. Coordinate work of alterations and renovations
to expedite completion sequentially and to
accommodate Owner occupancy.
B. Designated areas, rooms and spaces and finishes
shall be complete in all respects, including
operational mechanical and electrical systems.
C. Remove, cut and patch work in a manner to
minimize damage and to provide means of
restoring products and finishes to specified
condition.
D. Refinish visible existing surfaces to remain in
renovated rooms and spaces, to specified
condition for each material, with a neat
transition to adjacent new finishes.
E. In addition to specified replacement of
equipment and fixtures, restore existing -
plumbing, heating, ventilation, air
conditioning, and electrical systems to full
AMTECH ROOFING CONSULTANTS, INC.
01120-2
' RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
operational condition.
F. Install products as specified in individual
s sections.
3.04 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, term-
inate existing surface along a straight line at
a natural line of division and make
recommendation to Owner's Representative.
3.05 ADJUSTMENTS
A. Fit work at penetrations of surfaces as
specified in Section 01045.
3.06 REPAIR OF DAMAGED SURFACES
A. Patch or replace portions of existing surfaces
which are damaged, lifted, discolored or
showing other imperfections.
B. Repair substrate prior to patching finish.
3.07 FINISHES
A. Finish surfaces as specified in individual
Sections.
B. Finish patches to produce uniform and texture
over entire area. When finish cannot be
matched, refinish entire surface to nearest
intersections.
3.08 CLEANING
In addition to cleaning specified in Section 01500,
clean Owner occupied areas of work as required.
END OF SECTION
AMTECH ROOFING CONSULTANTS, INC.
F01120-3
}
k.
RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
SECTION 01300
SUBMITTALS
RELATED DOCUMENTS:
The requirements of this Section are an extension and are in
addition to the requirements of the Uniform General
Conditions, Supplementary General Conditions, Forms,
Specification Sections found in Division 1 through Division
16 and all Drawings.
1.01 REQUIRE ENTS INCLUDED
A. Procedures
B. Construction Progress Schedule
C. Shop Drawings
D. Product Data
E. Samples
F. Manufacturer's Instructions
G. Manufacturer's Certificates -
1.02 PROCEDURES - BEFORE BID OPENING
A. Submit all pertinent information to the office
of the Architect for those materials Contractor
may wish to have considered for use on this
project by not later than 4:00 dam the 10TH day
prior to the scheduled bid opening._ Example:
if bids are due on the 15th of the month
requests for substitutions must be received no "
later than 4:00 PM on the 5th of that same
month. All such requests must be made on the
form found in Section 01610. The form must be
filled out in full to be considered.
B. After all data has been reviewed and owner so
allows,an addendum will be issued to all
bidders for proper procedure scheduling and bid
purposes.
C. Statement - Materials discussed in these -
specifications whether by trade or brand name
or by reference specification are not to be an
elimination of competition from other products --
having equal or better qualities.
AMTECH ROOFING CONSULTANTS, INC.
01300-1
' RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
1.03 PROCEDURES - AFTER BID OPENING
A. Deliver submittals to the office of the
Architect:
AMTECH ROOFING CONSULTANTS, INC.
13706 RESEARCH BLVD., SUITE 303.
AUSTIN, TEXAS 78750
512/258-1661
B. Transmit each item under Architect's designated
transmittal form. Identify Project,
Contractor, Subcontractor, major supplier;
identify pertinent drawing sheet and detail
number, and specification section number as
appropriate. Identify deviations from Contract
Documents. Provide space for Contractor and
owner's Representative review stamps. Provide
certification stamp on all submittal sets.
C. Submit initial submittal schedule in duplicate
Within five days after Notice to Proceed.
After review by the Architect, revise and re-
submit as required. Submit revised schedule as
required, reflecting changes since previous
submittal.
1.05 CONSTRUCTION PROGRESS SCHEDULES
A. Submit horizontal bar chart with separate bar
for each major trade or operation, identifying
first work day of each week.
�
.,,, AMTECH ROOFING CONSULTANTS, INC.
d 01300-2
is ,
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.
rW_
D. Comply with schedule for submittals related to
Work progress. Coordinate submittal of related
items.
E. After the Architect's review of submittal,
revise and re -submit -as required, identifying
changes made since previous submittal. Changes
will be indicated by a "cloud" line drawn
around each change.
F. Distribute copies of reviewed submittals to
concerned persons. Instruct recipients to
promptly report any inability to comply with
provisions.
1.05 CONSTRUCTION PROGRESS SCHEDULES
A. Submit horizontal bar chart with separate bar
for each major trade or operation, identifying
first work day of each week.
�
.,,, AMTECH ROOFING CONSULTANTS, INC.
d 01300-2
is ,
RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
B. Show submittal dates required for Shop Drawings
product data and samples and product delivery
dates including any items furnished by Owner
and any items designated under Allowances.
1.06 SHOP DRAWINGS
A. Submit in the form of one reproducible
transparency and seven (7) minimum, opaque copy
reproductions. After review, reproduce and
distribute in accordance with requirements in
Article on Procedures, above.
B. Present in a clear and thorough manner. Title
each Drawing with Project and Contract Name and
number; identifying each element of Drawings by
reference to sheet number and detail, or
schedule, of Contract Documents.
C. Identify field dimensions; show relation to
adjacent or critical features or Work or
products.
D. Under no circumstances will the Architect's
Construction Documents be used for this purpose
in any form.
1.07 PRODUCT DATA
A. Submit the number of copies which Contractor
requires, plus five (5) copies which will be
retained by the Architect and Owner. A minimum
of seven (7) copies in total.
B. Submit only pages which are pertinent; mark
each copy of standard printed data to identify
pertinent products, referenced to Specification .-
Section and Article number. Show reference
standards, performance characteristics, and
capacities; wiring and piping diagrams and
controls; component parts; finishes;
dimensions; and required clearances.
C. Modify manufacturer standard Schematic
Drawings and Diagrams to supplement standard
information and to provide information
specifically applicable to the Work. Delete
information not applicable.
D. Any deviation from the Specifications must be
clearly identified when submitted. Any items
not identified shall meet the Specifications.
AMTECH ROOFING CONSULTANTS, INC. --
01300-3
RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
1.08 MANUFACTURER'S INSTRUCTIONS
�- When required in individual Specification Sections,
(! submit manufacturer's printed instructions for
delivery, storage, assembly, installation, start-up,
adjusting and finishing in quantities specified for
product data.
1.09 SAMPLES
A. Submit full range of manufacturer's standard
colors, textures, and patterns for Owner's
selection. Submit seven (7) samples for
selection of finishes within 10 days after date
of Contract.
B. Submit samples to illustrate functional
characteristics of the product, with integral
parts and attachment -devices. Coordinate
submittal of different categories for
interfacing work.
C. Include identification on each sample, giving
full information.
D. Submit the number spec-ified in respective
Specification Section: five (5) will be
retained by the Architect and Owner. Reviewed
samples which may be used in the Work are
indicated in the Specification Section. A
minimum of seven (7) copies in total.
1.10 FIELD SAMPLES
Provide field samples of finishes at Project as
required by individual Specification Sections.
Install sample complete and finished. Acceptable
samples in place may be retained in completed work.
1.11 CONTRACTOR REVIEW
A. Review submittals prior.to transmittal;
determine and verify field measurements, field
construction criteria, manufacturer's catalog
numbers and conformance of submittal with
requirements of Contract Documents.
B. Coordinated submittals with requirements of
Work and of Contract Documents.
C. Apply Contractor's stamp on each sheet of Shop
.. AMTECH ROOFING CONSULTANTS, INC.
01300-4
RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
Drawings and Product Data, and each sample
label to certify compliance with requirements
of Contract Documents. Notify the Architect in
writing at time of submittal, of any deviations
from the requirements of the Contract
Documents.
D. Do not fabricate products or begin work which
requires submittals until return of submittal
from the Architect acceptance. Should the
-Contractor proceed with the work without the
approved submittals it will be at his own risk
and he shall solely bear the cost of any
changes required as a consequence of his
actions.
1.12 SUBMITTAL REQUIREMENTS
A. Submit a minimum of seven (7) copies of all
submittals.
B. Transmit submittals in such sequence to avoid
delay_in the work or work of other contracts.
C. Provide 8" x 4" blank space on each submittal -
for Contractor and Architect's approval stamps.
D. Apply Contractor's stamp, signed with an
original signature on each set, certifying to
review, verification of products, field
dimensions and field construction criteria, and —
coordination of information with requirements
of Work and Contract Documents.
E. Coordinate submittals into logical groupings to
facilitate interrelation of the several items.
F. Submit number of copies of product data and
manufacturer's instructions Contractor requires
plus five (5) copies which will be retained by
the Architect and Owner.
H. Submit under Architect's approved transmittal
letter. Identify Project by title and number.
Identify Work and product by Specification
Section and Article Number.
1.13 RE -SUBMITTAL REQUIREMENTS
Make re -submittals under procedures specified for
initial submittals; identify changes made since
previous submittal.-
AMTECH ROOFING CONSULTANTS, INC. .-
01300-5
RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
1.14 OWNER REVIEW
A. The Architect and Owner will review Shop
Drawings, copies of product data, and samples,
etc. The reproducible transparency of the Shop
Drawings, copy of product data, and sample will
be returned to the Contractor with the
Architect's approval or with the indication of
any changes which he may require to be made
shown thereon, or disapproval of the submittal
in whole.
B. The Architect's review of any such Shop Drawing
shall not relieve the Contractor from his
responsibility for deviations from Drawings or
Specifications, nor shall it relieve him from
responsibility for errors of any sort in Shop
Drawings, nor shall it in any way diminish his
obligations to conduct the Work in accordance
with the Contract Documents.
C. Approval of samples shall be for design and
appearance only, and such approval shall not
relieve Contractor form any obligation as
provided in the Contract Documents.
•�� PICLOI
NOT USED
Ts -
4
NOT USED
END OF SECTION
j.. AMTECH ROOFING CONSULTANTS, INC.
i
01300-6
RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
SECTION 01400
QUALITY CONTROL
PART 1 - GENERAL
RELATED DOCUMENTS:
The requirements of this Section are an extension and are in
addition to the requirements of the Uniform General
Conditions, Supplementary General Conditions, Forms,
Specification Sections found in Division 1 through Division -
16 and all Drawings.
1.01 REQUIREMENTS INCLUDED
A. General Quality Control
B. Workmanship
C. Manufacturer's Instructions
D. Manufacturer's Certificates
E. Field Samples
F. Manufacturer's Field Services
G. Testing Laboratory Services
1.02 QUALITY CONTROL, GENERAL
A. Maintain quality control over supervision,
subcontractors, suppliers, manufacturers,
products, services, site conditions and
workmanship to produce work of specified
quality.
B. Perform all work to the level of quality
specified by Standards in individual
Specification Sections. _
C. All work to be observed by the Architect or his
designated representative for compliance with
approved submittals and level of quality
specified.
D. The Work, or any part of the Work, deemed
unsuitable or below the required level quality
by the Architect or his designated
representative, or by the Owner, shall be
replaced or repaired by the Contractor at no --
additional cost to the Owner.
AMTECH ROOFING CONSULTANTS, INC.
01400-1
jl RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
l 1.03 WORKMANSHIP
A. Comply with industry standards required for
high quality commercial buildings, except when
more restrictive tolerances or specified
requirements indicate more rigid standards or
more precise workmanship.
B. Perform work by persons qualified to produce
workmanship of specified quality.
C. Secure products in place with positive
anchorage devices designed and sized to
withstand stresses, vibrations, and racking.
1.05 MANUFACTURERS' INSTRUCTIONS
Comply with instructions in full detail, including
each step in sequence. Should instructions conflict
with Contract Documents, request clarifications form
the Owner or his representative before proceeding.
1.06 MANUFACTURERS' CERTIFICATES
When required by individual Specification Sections,
submit seven (7) copies of manufacturer's
certificates that states products meet or exceed
specified requirements.
1.07 FIELD SAMPLES (MOCK-UPS)
When required by individual Specification Sections,
erect complete, full-scale field sample at Project
Site. Tests will be performed in accordance with
this Section. Incorporate field sample into finished
work or remove at completion as directed by the
Architect..
1.08 QUALITY CONTROL MONITORING
C.
The Owner shall retain at his cost and have at the
site quality control monitoring of the scheduled
roofing and waterproofing operations on a periodic
basis as he deems necessary.
1.09 MANUFACTURERS' FIELD SERVICES
A. When specified in respective Specification
Sections, require supplier, manufacturer, or
•� AMTECH ROOFING CONSULTANTS, INC.
01400-2
i
1, .
RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
vendor to provide cjualified personnel to
observe field conditions, conditions of
surfaces and installation, quality of
workmanship, start-up of equipment, or test,
adjust and balance of equipment as applicable,
and to make appropriate recommendations.
B. Manufacturer, Supplier, or Vendor
Representative shall submit written report to
the Architect within ten (10) days of his site
visit listing observations and recommendations.
1.10 TESTING LABORATORY SERVICES
A. The Owner shall employ at his cost the services
of any Independent Testing Laboratory to
perform inspections, tests, and other services
required by individual Specification Sections.
B. Services will be performed in accordance with
requirements of governing authorities and with
specified standards.
C. Reports will be submitted to the Architect or
his designated representative in triplicate
within ten (10) days of the site test, giving
observations and results of test, indicating _
compliance or non-compliance with specified
standards and with Contract Documents. The -....
Architect shall furnish the Contractor with one
copy of the report.
D. The Contractor and his Subcontractors shall
cooperate with Testing laboratory personnel;
furnish tools, samples of materials, etc. and
assistance as requested.
1. The Contractor shall notify the Architect
and designated testing laboratory 48 hours
prior to expected time for operations
requiring testing and/or inspection
services.
2. The Contractor shall make his own separate
arrangements with the testing laboratory
and pay for additional samples and tests
which he may require for his convenience.
3. Any tests which fail shall become the
responsibility of the Contractor to both
pay for the testing laboratory services for
re -testing and to correct the deficient
work indicated.
AMTECH ROOFING CONSULTANTS, INC. --
01400-3
RE—ROOF
LUBBOCK HEALTH
DEPARTMENT
`
CITY OF
LUBBOCK
r
PART 2
— PRODUCTS
NOT USED
�j
i;
PART 3
— EXECUTION
NOT USED
END OF SECTION
I
a
I
i,
y
yY
i
AMTECH
ROOFING CONSULTANTS, INC.
01400-4
N:
RE -ROOF LUBBOCK HEALTH DEPARTMENT,
CITY OF LUBBOCK
SECTION 01500
CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS
PART 1 - GENERAL
RELATED DOCUMENTS:
The requirements of this Section are an extension and are in
addition to the requirements of the Uniform General
Conditions, Supplementary.General Conditions, Forms,
Specification Sections found in Division 1 through Division
16 and all Drawings.
1.01 REQUIREMENTS INCLUDE
A.
Electricity, Lighting
B.
Heat, Ventilation
C.
Telephone Service
D.
Water
E.
Sanitary Facilities
F.
Barriers
G.
Enclosures
H.
Protection
I.
Water Control
J.
Cleaning During Construction
K.
Field Offices and Sheds
1.02 ELECTRICITY, LIGHTING
A. Connect to existing service, provide branch
wiring and distribution boxes located to allow
service and lighting by means of construction -
type power cords in accordance with NEC Article
305. Connection points will be designated by.
the Owner's maintenance staff. All connections
other than those to standard outlets will be
made by a licensed electrician.
B. When work is allowed after dark or before dawn
the Contractor shall provide a minimum of 50
foot candles of lighting for construction
operations.
C. Existing and permanent lighting may be used
during construction as long as it does not
hamper the Owner's operations. Maintain
lighting and routine repairs.
AMTECH ROOFING CONSULTANTS, INC.
01500-1
RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
1.03 HEATING AND VENTILATION
A. Coordinate use of existing facilities with
Owners maintenance staff. Extend and existing
equipment as necessary and supplement with
temporary units as required to maintain
specified conditions for construction
operations, and to protect materials and
finishes from damage due to temperature or
humidity.
B. Prior to operation of permanent facilities
for temporary purposes, verify that
installation is approved for operation, and
that filters are in place. Provide and pay for
operation, maintenance, and final cleaning and
adjusting.
C. Provide ventilation of enclosed areas to cure
materials, to disperse humidity, and to prevent
accumulations of dust, fumes, vapors and gases.
1.04 TELEPHONE SERVICES
A. The Contractor will not be allowed use of the
Owner's telephones. The Contractor shall
provide and pay for a cellular telephone to be
carried by his Superintendent at all times
while on the project site. The cellular
telephone shall be available for use by the
Architect and his designated representative.
B. Telephone numbers for emergency medical
services, local hospital, police, fire
.department, Owner's security staff and Owner's
maintenance staff shall be posted at the
jobsite.
C. Telephone numbers shall be provided for each
telephone at the jobsite to the Architect,
Owner and any other authorized personnel.
1.05 WATER
A. The Owner shall provide access to water outlets
for the Contractor's use throughout the
project. The Contractor shall provide all
required connections, hoses, etc., as necessary
for his operation..
B. The Contractor shall provide a gun type spray
nozzle on all hoses and shall maintain all
AMTECH ROOFING CONSULTANTS, INC.
01500-2
t:
r
RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
connections leak free. Water shall not be
wasted and shall be turned off when not in use.
1.06 SANITARY FACILITIES
Portable toilets will be provided by the Contractor
for his use. He will keep them locked at all times
and maintain them in a sanitary condition. Portable
toilets will be located in areas designated by the
Architect. Their use will be enforced by the
Contractor. The Owner's facilities will not be used
by the.Contractor's personnel.
1.07 BARRIERS
A. Provide barriers as required to prevent public
entry to construction areas, to provide for
Owner's use of site, and to protect existing
facilities and adjacent properties from damage
from construction operations.
B. Provide barriers around trees and plants in
affected areas. Protect against vehicular
traffic, stored materials, dumping, chemically
injurious materials, and puddling or continuous
running water.
C. Provide six feet (61) high chain link fencing
around all ground operations. Gates into the
containment area will be provided with padlocks _
with a key provided to the Architect and his
designated representative, and the Owner's
security and maintenance personnel._
D. See individual Specification Section 07220 for
protective construction barriers.
1.08 ENCLOSURES
A. Provide -temporary enclosures as required,
weather -tight where indicated or necessary, at
openings in exterior surfaces to provide
acceptable or protective working conditions to
protect workers, the public, Owner's property,
to allow for temporary heating and to prevent
entry by unauthorized personnel.
B. Where doors are provided they shall be equipped
with self-closing hardware and locks. Keys
shall be distributed to the Architect, his
designated representative, and the Owner's
AMTECH ROOFING CONSULTANTS, INC.
01500-3
RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
security and maintenance personnel.
C. Provide temporary partitions and ceilings as
l required to separate work areas from Owner
l occupied areas, to prevent product
contamination, penetration of moisture and dust
into Owner occupied areas, and to prevent
damage to existing areas, surfaces and
equipment. Where required temporary partitions
shall be constructed in accordance with the
current accepted edition of the Uniform
Building Code.
1.09 PROTECTION OF INSTALLED WORK
A. Provide temporary protectionforinstalled
products. Control traffic in immediate area to
minimize damage.
B. Provide protective covering to walls,
projections, jambs, sills, and soffits of
openings. Protect finished floors and stairs
from traffic, movement of heavy objects and
storage. -
C. Prohibit traffic and storage on waterproofed
and roofed surfaces, on lawn and landscaped
areas not specifically identified for those
purposes.
1.10 WATER CONTROL
Maintain site free or running water. Control water
hoses as indicated in Article 1.05.B above.
1.11 CLEANING DURING CONSTRUCTION
A. Control accumulation of waste and debris and
rubbish on a several times per day basis and
dispose of off site. Clean interior areas
prior to start of any finish work and maintain
all areas free of contamination.
B. All tear -off debris will be removed from the
site at the end of each day.
C. While operations involving transfer of debris
from the roof surface, hoisting of materials or
equipment, or the kettle is in use, the
Contractor shall maintain a person on the
ground whose duties shall include providing a
AMTECH ROOFING CONSULTANTS, INC.
01500-4
1. .
r
RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
watch for protection of the general public.
1.12 FIELD OFFICE AND SHEDS
A. A field office is not required and may not be
located at the jobsite. _
B. Storage for tools, materials and equipment
shall be in weathertight trailers located on
the site in an area designated by the Owner.
1.13 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 alike -original —
condition. If the grounds are Bermuda grass,
seeding is permitted. If it is St. Augustine
grass, it will be re -sodded. Damaged trees,
shrubbery, etc.'shall be restored to Owner"s
satisfaction.
PART 2 - PRODUCTS
NOT USED
PART 3 - EXECUTION
NOT USED
END OF SECTION
AMTECH ROOFING CONSULTANTS, INC.
01500-5
r
71
RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
SECTION 01600
MATERIAL AND EQUIPMENT
PART 1 - GENERAL
RELATED DOCUMENTS:
The requirements of this Section are an extension and are in
addition to the requirements of the Uniform General
Conditions, Supplementary General Conditions, Forms,
Specification Sections found in Division 1 through Division
16 and all Drawings.
1.01 REQUIREMENTS INCLUDED
A.
Products
B.
Transportation
C.
Storage and Protection
D.
Product Options
E.
Products List
F.
Substitutions'
G.
Systems Demonstration
1.02 PRODUCTS
A.
Products include material, equipment and
systems.
B.
Comply with Specifications and referenced
standards as minimum requirements.
C.
Components required to be supplied in
quantity within a Specification Section shall
be the same, and shall be interchangeable.
D.
Components and products within a Specification
Section shall be from one manufacturer unless
otherwise specified.
E.
Do not use materials and equipment removed from
existing structure, except as specifically
required or allowed by the Contract Documents.
1.03 TRANSPORTATION AND HANDLING
A.
Transport products by methods to avoid damage;
deliver in undamaged condition in manufacturers
unopened containers or packaging, dry and
protected from all moisture or threat of
AMTECH ROOFING CONSULTANTS, INC.
01600-1
RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
moisture damage.
B. Provide equipment and personnel to handle
products by methods to prevent soiling or
damage.
C. Promptly inspect shipments to assure that
products comply with requirements, quantities
are correct, and products are undamaged.
D. -The Owner has no means of unloading equipment
or materials at the project site. All handling
of materials and equipment shall be the
responsibility of the Contractor. The Owner
also will not accept materials nor sign for any
delivery. The Contractor shall make all
arrangements for acceptance of all equipment
and materials at the project site.
1.04 STORAGE AND PROTECTION
A. Store products in accordance with manufacturer
instructions and as indicated in the respective
Specification Sections, with seals and labels
intact and legible. Store sensitive products
in weather tight enclosures; maintain within
temperature and humidity ranges required by
manufacturer's instructions.
B. For exterior storage of fabricated products,
place on sloped supports above ground. Cover --
products subject to deterioration with
impervious sheet covering; provide ventilation
and any required heating to avoid condensation.
C. Store loose granular materials on solid
surfaces in well -drained areas; prevent mixing
with foreign matter.
D. Arrange storage to provide access for
inspection. Periodically inspect to assure
products are undamaged, and are maintained
under required conditions.
E. Store flammable materials and liquids away from
the Owner's buildings in areas designated for
hazardous material storage. Provide required
locked enclosures and fences to prevent
unauthorized access. Provide signs indicating
prohibited access and that hazardous materials
are stored .within the enclosure.
AMTECH ROOFING CONSULTANTS, INC.
01600-2
RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
1' F. Provide a comprehensive list of all hazardous
and potentially hazardous materials stored on
the project site to the Owner's security
personnel along with all material safety data
sheets (MSDS) for each material stored or in
use.
1.05 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 per Specification Section 01610
for any qualified manufacturer's product not
specifically named.
C. Products Specified by Naming Several Sole
Manufacturers: Products of named manufacturers
meeting specifications: No options, no
substitutions allowed.
1.06 PRODUCTS LIST
Within ten (10) days after date established in the
Notice to Proceed, submit complete list of major
products proposed for use, with name of manufacturer,
trade name and model number, if applicable, of each
product and a list of .suppliers for each material.
Indicate the supplier's company name, address and
telephone number. Submit seven (7) copies of this
information to the Architect for review.
1.07 SUBSTITUTIONS
A. First named manufacturer in these
Specifications has been used in preparation of
the Drawings to determine quality standard,
space requirements, etc.
B. Only within fifteen (15) days after date
established in the Notice to Proceed will the
Owner and Architect consider requests from the
Contractor for substitutions. Subsequent
substitutions will be considered only when a
product becomes unavailable due to no fault of
the Contractor.
AMTECH ROOFING CONSULTANTS, INC.
C 01600-3
a
RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
C. Document each request with complete data
substantiating compliance of proposed
substitution with all material aspects of the
Contract Documents. For this purpose use the
form found in Specification Section 01610.
D. Request constitutes a representation that
Contractor:
1. Has investigated proposed product and
determined that it meets or exceeds, in all
respects, specified product.
2. Will provide the same warranty for
substitutions as for specified product.
3. Will coordinate installation and make other
changes which may be required for
Work to be complete in all respects.
4. Waives claims for additional costs which
may subsequently become apparent.
E. Substitutions will not be considered when they
are indicated or implied on shop drawings or
product data submittals without separate
written request, or when acceptance will
require substantial revision of Contract
Documents. Should a request require a
significant change in the Contract Documents
and will require additional design and/or
drawing revision by the Architect, the —
Contractor shall be responsible for that cost
and reimburse the Architect for those amounts
upon presentation of invoice.
F. The Architect will determine acceptability of
proposed substitutions and will notify the
Contractor of acceptance or rejection in
writing within ten (10) working days.
G. Only one request for substitution will be
considered for each product. If the
substitution is not accepted the Contractor
will provide the specified product.
H. Request for any type of substitution will not
be considered unless accompanied by
"Substitution Request Form" found in
Specification Section 01610. -�
AMTECH ROOFING CONSULTANTS, INC.
01600-4
RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
1.08 SYSTEMS DEMONSTRATION
A. Prior to final inspection, demonstrate
operation of each system to all parties.
B. Instruct Owner's personnel in maintenance of
new roofing and waterproofingsystems and/or
modified mechanical or electrical items, etc.
PART 2 - PRODUCTS
NOT USED
PART 3 - EXECUTION
NOT USED
END OF SECTION
AMTECH ROOFING CONSULTANTS, INC.
01600-5
RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
SECTION 01610
SUBSTITUTION REQUEST FORM
TO: AMTECH ROOFING CONSULTANTS INC DATE:
PROJECT: RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
LUBBOCK, TEXAS
We wish to submit for your consideration the following product as
substitute for the specified product for the above project.
Section Paragraph Specified Product
proposed Substitution:
Attach complete technical data, including laboratory tests, if
applicable.
Include complete information on changes to Contract Drawings and
Specifications, including effects on other trades, which proposed
product may require for its proper installation.
(Information Attached] (No Changes Required]
Does the change effect dimensions shown on Contract Drawings in any way?
Effect on schedule:
State effect the substitution has on other trades:
Differences between proposed product and specified product:
Local service and parts availability equal to specified products?
Cost differential between proposed product and specified products:
(Add) $ (Deduct) $
The undersigned hereby agrees to pay for all changes to the building and
equipment design; including engineering and detailing costs caused by
the requested substitution, if accepted.
The undersigned hereby states that the function, appearance, and quality
of the product for it is equal or superior to the specified product.
AMTECH ROOFING CONSULTANTS, INC.
01610-1
i
RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
!I
Contractor
7
E1 Address
By
AMTECH ROOFING CONSULTANTS, INC.
& 01610-2
RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
SECTION 01700
CONTRACT CLOSEOUT
PART 1 - GENERAL
RELATED DOCUMENTS:
The requirements of this Section are an extension and are in
addition to the requirements of the Uniform General
Conditions, Supplementary General Conditions, Forms,
Specification Sections found in Division 1 through Division
16 and all Drawings.
1.01 REQUIREMENTS INCLUDE
A. Closeout Procedures
B. Final Cleaning
C. Project Record Documents
D. Operation and Maintenance Data
E. Warranties and Bonds
F. Spare Parts and Maintenance Materials
1.02 DESCRIPTION OF REQUIREMENTS
Definitions: Closeout is hereby defined to include
general requirements near end of Contract Completion,
in preparation for final acceptance, final payment,
normal termination of contract, occupancy by Owner
and similar actions evidencing completion of the
Work. Specific requirements for individual units of
work are specified in Specification Sections of
Division 2 through 16. Time of closeout is directly
related to "Substantial Completion", and therefore
may be either a single time period for entire work or
a series of time periods for individual parts -of the
work which have been certified as substantially
complete at different dates. That time variation (if
any) shall be applicable to other provisions of
section.
1.03 PREREQUISITES TO SUBSTANTIAL COMPLETION
General: Prior to requesting Owner's inspection for
certification of substantial completion (for either
entire work or portions thereof), list known
exceptions in work.
Include supporting documentation for completion as
indicated in these contract documents.
AMTECH ROOFING CONSULTANTS, INC.
01700-1
RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
Submit specific warranties, workmanship/maintenance
documents maintenance agreements, final
certifications and similar documents. Submit record
drawings, maintenance manuals, and similar documents.
fl 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.
1.04 PREREQUISITES TO FINAL ACCEPTANCE
General: Prior to requesting the Architect's final
inspection for certification of final acceptance and
final payment, as required by the General Conditions,
complete the following and list known exceptions (if
any) in request:
Submit final payment request with final releases and
supporting documentation not previously submitted and
accepted.
Owner's required "Contractor's Affidavit of Bills
Paid" will be a final item.
Contractor will provide two -(2) copies of all as -
built drawings. All closeout documents must be
submitted in duplicate.
AMTECH ROOFING CONSULTANTS, INC.
r 01700-2
Complete final cleaning up requirements, including
touch-up of marred surfaces.
Inspection Procedures: Upon receipt of the
Contractor's request, the Architect will either
proceed with inspection or advise the Contractor of
prerequisites not fulfilled. Following the
initial inspection, the Architect will either prepare
the Certificate of Substantial Completion, -or advise
the Contractor of work which must be performed prior
r
to issuance of certificates; and repeat inspection
when requested and assured that work has been
substantially completed. Results of completed
inspection will form initial "punch -list" for final
acceptance. Determination of Substantial Completion
shall be that of the Architect.
1.04 PREREQUISITES TO FINAL ACCEPTANCE
General: Prior to requesting the Architect's final
inspection for certification of final acceptance and
final payment, as required by the General Conditions,
complete the following and list known exceptions (if
any) in request:
Submit final payment request with final releases and
supporting documentation not previously submitted and
accepted.
Owner's required "Contractor's Affidavit of Bills
Paid" will be a final item.
Contractor will provide two -(2) copies of all as -
built drawings. All closeout documents must be
submitted in duplicate.
AMTECH ROOFING CONSULTANTS, INC.
r 01700-2
RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
1.05
Submit copy of Architect'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.
Reinspection Procedure: Upon receipt of Contractor's
notice that work has-been completed, including
punchlist items resulting from earlier inspections,
and excepting incomplete items because of acceptable
circumstances, the Architect will reinspect the Work.
Upon completion of reinspection, the Architect will
either prepare certificate of final acceptance or
advise Contractor of work not completed or
obligations not fulfilled as required for final
acceptance. If necessary, procedure will be
repeated.
Should more than two final inspections be required,
the Architect will be reimbursed for his time at his
normal hourly rate by the Contractor. The Contractor
is advised to have the project at the above required
stage and all information available so as to not
require additional inspection.
RECORD DOCUMENT SUBMITTALS
General: Specific requirements for record documents
are indicated in individual sections of these
specifications. Other requirements are indicated in
General Conditions. General submittal requirements
are indicated in "Submittals" sections. Do not use
record documents for construction purposes; protect
from deterioration and loss in a secure, fire -
resistive location; provide access to record
documents for Owner's reference during normal working
hours.
Record Drawings: Maintain a white -print set (blue -
line or black -line) of contract drawings and shop
drawings in clean, undamaged condition, with mark-up
of actual installations which vary substantially from
the work as originally shown. Mark whichever drawing
is most capable of showing "field" conditions fully
and accurately; however, where shop drawings are used
for mark-up, record a cross-reference at
corresponding location on Construction Documents.
Mark with red erasable pencil and, where feasible,
use other colors to distinguish between variations in
AMTECH ROOFING CONSULTANTS, INC.
01700-3
PM
RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
Record Specifications: Maintain one copy of original
Specifications, including addenda, change orders and
similar modifications issued in printed form during
construction, and mark-up variations (of substance)
in actual work in comparison with text of
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.
1.06 FINAL CLEANING
General: Special cleaning for specific units of work
is specified in sections of Divisions 2 through 16.
General cleaning during progress of work is specified
in General Conditions and as temporary services in
"Temporary Facilities" section of this Division.
Provide final cleaning of the Work, at time
indicated, consisting of cleaning each surface or
unit of work to normal "clean" condition expected for
a first-class building cleaning and maintenance
program. Clean project site (yard and grounds),
including landscape development areas, of litter and
foreign substances. Sweep paved areas to a broom -
clean condition; remove stains, petro -chemical spills
and other foreign deposits. Rake grounds which are
neither planted or paved, to a smooth, even -textured
surface.
Removal of Protection: Except as otherwise indicated
or requested by the Architect, remove temporary
protection devices and facilities which were
�^ installed during course of the work to protect
+' previously completed work during remainder of
construction period.
AMTECH ROOFING CONSULTANTS, INC.
01700-4
separate categori4s of work. Mark-up new information
which is recognized to be of importance to Owner, but
was whatever reason not shown on either the
Construction Documents or Shop Drawings. Give
particular attention to concealed work, which would
be difficult to measure and record at a later date.
Note related Change Order numbers where applicable.
Organize record drawing sheets into manageable sets,
bind with durable paper cover sheets, and print
suitable titles, dates and other identification on
r
cover of each set.
Record Specifications: Maintain one copy of original
Specifications, including addenda, change orders and
similar modifications issued in printed form during
construction, and mark-up variations (of substance)
in actual work in comparison with text of
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.
1.06 FINAL CLEANING
General: Special cleaning for specific units of work
is specified in sections of Divisions 2 through 16.
General cleaning during progress of work is specified
in General Conditions and as temporary services in
"Temporary Facilities" section of this Division.
Provide final cleaning of the Work, at time
indicated, consisting of cleaning each surface or
unit of work to normal "clean" condition expected for
a first-class building cleaning and maintenance
program. Clean project site (yard and grounds),
including landscape development areas, of litter and
foreign substances. Sweep paved areas to a broom -
clean condition; remove stains, petro -chemical spills
and other foreign deposits. Rake grounds which are
neither planted or paved, to a smooth, even -textured
surface.
Removal of Protection: Except as otherwise indicated
or requested by the Architect, remove temporary
protection devices and facilities which were
�^ installed during course of the work to protect
+' previously completed work during remainder of
construction period.
AMTECH ROOFING CONSULTANTS, INC.
01700-4
RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
Compliances: Comply with safety standards and
governing regulations for cleaning operations. Do
not burn waste materials at site, or bury debris or
excess materials on Owner's property, or discharge
volatile or other harmful or dangerous materials into
drainage systems; remove waste materials from site
and dispose of in a lawful manner.
Where extra materials of value remain after
completion of associated work have become Owner's
property, dispose of these to Owner's best advantage
as directed.
1.07 WARRANTIES AND BONDS
A. Provide duplicate, notarized.copies. Execute
Contractor's submittals and assemble documents
by subcontractors, suppliers and manufacturers.
Provide table of contents and assemble in
binder with durable plastic cover.
B. Submit material prior to final application for
payment. For equipment put into use with
Owner's permission during construction, submit
within ten days after first operation. For
items of work delayed materially beyond Date of
Substantial -Completion, provide updated
submittal within ten days after acceptance,
listing date of acceptance as start of warranty
period.
PART 2 - PRODUCTS
NOT USED
PART 3 - EXECUTION
NOT USED
END OF SECTION
AMTECH ROOFING CONSULTANTS, INC.
01700-5
i
RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
SECTION 06100
CARPENTRY
PART 1 - GENERAL
RELATED DOCUMENTS:
The requirements of this Section are an extension and are in
addition to the requirements of the Uniform General
Conditions, Supplementary General Conditions, Forms,
Specification Sections found in Division 1 through Division
16 and all Drawings.
i
1.01 DESCRIPTION
A.
Carpentry required for this specification shall
include all additional or replaced wood nailers
or members necessary to achieve proper flashing
heights, new or replaced wood members for roof
associated supports, nailers necessary for new
edgings, copings, expansion joints, etc., all
other labor, materials equipment and services
to do all carpentry and miscellaneous
installation work called for on the Drawings,
including but not limited to the following:
B.
Wood blocking, nailers, cants, curbs, furring
and other wood members necessary for roof
repairs and associated up -grades.
C.
New wood curbs and sheathing or plywood
sheathing as necessary for protection from
traffic on existing roof areas.
1.02 REFERENCES
- Roof Insulation
A.
Section 07220
B.
Section 07540 - Modified Bitumen Roofing
C.
Section 07550 - Asphalt Built-up Roofing
D.
Section 07600 - Flashing and Sheet Metal
E.
Reference Authorities
ti
1. PS20 - Softwood Lumber Standards
k!:
2. PSI - U.S. Product Standard for
Construction and Industrial Plywood
3. APA - Product Guide
4. AWPA - Book of Standards
AMTECH ROOFING CONSULTANTS, -INC.
t
06100 PAGE 1
i
RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
1.03 SUBMITTALS
A. Submit product data and certificates under
provisions of Section 01300 and Shop Drawings
for all conditions.
B. Wood Treatment Data submittals are required for
all manufacturer's instructions for proper use
of each type of treated material.
C. For each type of pressure treatment specified,
include certification by treating plant stating
chemicals and process used, net amount of
preservative retained and conformance with
applicable standards.
D. Moisture content -of all specified lumber.
1.04 PRODUCT DELIVERY, STORAGE AND HANDLING
A. Delivery. Materials shall be delivered in bulk
as necessary so as to provide continuous
operations and without hindrance of the work._
Schedule and coordinate with Owner all
necessary deliveries so as to cause the least
amount of inconvenience to Owner's daily
activities. All deliveries and unloading or
loading activities shall be the responsibility
of the Contractor and Owner shall in no way be
responsible for same.
B. Storage. Store all necessary materials in such
a manner so as to keep dry at all times. Tarps
and visqueen are a requirement of this
Contract. Stored materials shall be up and off
the ground, roof surface or any other possible
damp or wet surfaces, and stacked so as to
allow circulation within stacks.
Storage of materials on the roof surface shall
not overload existing deck or structure
conditions and all storage areas shall be in
designated areas out of the way of Owner's on-
going operations. Materials stored on the roof
surface shall not exceed 25 lbs. per square
foot of roof surface.
C. Handling. Materials shall be handled in such a
manner so as to preclude damage and
contamination with moisture or foreign matter.
AMTECH ROOFING CONSULTANTS, INC.
06100 PAGE 2
RE -ROOF LUBBOCK HEALTH DEPARTMENT.
t CITY OF LUBBOCK
1.05 JOB CONDITIONS
A. Coordination. Fit carpentry work to other
work; scribe and cope as required for accurate
fit. Correlate locations of hailers, blocking,
and similar supports to allow proper attachment
of other work necessary.
PART 2-- PRODUCTS
2.01 MATERIALS
A. Factory mark each piece of lumber with type,
grade, mill, and grading agency.
B. Nominal sizes are indicated, except as shown by
dimensions. Provide actual sizes as required
by PS 20, for moisture content specified for
each use.
C. Provide dressed lumber, sized four sides,
unless otherwise indicated.
D. Provide seasoned lumber with 19% maximum
moisture content at time of dressing.
E. Framing, furring, etc. shall be southern yellow
pine or coast region douglas fir.
F. Southern Yellow Pine 1. Wolmanized where
indicated 2. Two inch dimension lumber: No. 1
stress rated Fb 1350. No. 1 common.
G. Douglas Fir 1. 2 x 4 and less, light framing
"grade No. l 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.
F. AMTECH ROOFING CONSULTANTS, INC.
06100 PAGE 3
RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
After treatment, kiln dry lumber to a maximum
moisture content of 19 percent. The following
items shall be wolmanized: wood cants, curbs,
nailers, equipment bases and similar members in
connection with all roofing and flashing.
M. Kiln dry treated items to maximum moisture
content of 19%
PART 3 - EXECUTION
3.01
INSTALLATION
A. Discard units of material with defects which
might impair quality of work, and unit which
are too small to use in fabricating work with
minimum joints or optimum joint arrangement.
B. Set carpentry work accurately to required
levels and lines, with members plumb and true
and accurately cut and fitted.
C. Securely attach carpentry work to substrate by
anchoring and fastening as shown and as
required by recognized standards. Counter sink
nail heads on exposed carpentry work and fill
holes. Use common wire nails, except as
otherwise indicated. Select fasteners of size
that will not penetrate members where opposite
side will be exposed to view or will receive
finish materials. Make tight connections
between members. Install fasteners without
splitting of wood; pre -drill as required.
D. Provide wood products to size and shape as
shown and coordinate closely with all other
scheduled work for continuous operation of all
trades.
E. When installing new wood nailers or blocking to
masonry walls or concrete, secure wood members
with expansion anchors sized and spaced as
detailed on the Drawings.
F. When securely attaching carpentry work, all
3/4" and 1" materials shall be attached with 8d
hot -dipped galvanized framing nails. All
1 1/2" 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
AMTECH ROOFING CONSULTANTS, INC.
06100 PAGE 4
RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
H.
are a constant source of problems. Therefore,
all nails will be picked up not less than three
(3) time per day. Crews will be required to
terminate all work until satisfactory clean-up
is accomplished.
Protective Walkways - Traffic Area Protection:
Install full sheets of 3/4" exterior grade
plywood and min. 1/2" wood fiber insulation to
those areas of new roof surface to be
trafficked by personal and wheeled vehicles.
The insulation board will be placed against the
roofing surface.
END OF SECTION
AMTECH ROOFING CONSULTANTS, INC.
06100 PAGE 5
RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
SECTION 07220
ROOF INSULATION & REMOVAL PROCEDURES
PART 1 - GENERAL
RELATED DOCUMENTS:
The requirements of this Section are an extension and are in
addition to the requirements of the Uniform General
Conditions, Supplementary General Conditions, Forms,
Specification Sections found in Division 1 through Division
16 and all Drawings.
1.01 WORK INCLUDED
A. Removal and disposal of the existing built-up
roofing, insulation, base flashings and metal
accessories if not specified for reuse. Careful —
cleaning and reuse of existing metal accessories,
where indicated, shall be carried out.
B. Installation of insulation board including all
cants, thermal insulation, cover insulation and
tapered insulation systems.
1.02 SUBMITTALS
A. Submit current catalogs/brochures describing
products for review, coordination and final
approval for use in this Project. All submittals
shall be provided in accordance with the
requirements of Section 01300.
B. Submit containment fence materials and supports,
and layout for all rooftop and ground locations.
1.03 RELATED WORK SPECIFIED ELSEWHERE
A. Section 06100 - Carpentry
B. Section 07540 - Modified Bitumen Roof System
C. Section 07550 - Asphalt Built-up Roofing —
D. Section 07600 - Flashing and Sheetmetal
1.04 PRODUCT DELIVERY
A. Delivery. Materials shall be delivered in the
manufacturer's original sealed and labeled shrouds
,and in quantities to allow continuity of
AMTECH ROOFING CONSULTANTS, INC.
07220 PAGE 1
RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
r
j application throughout the Project. Coordinate
shipment receipt as necessary to cause occupant
least amount of interference. Do not expect or
anticipate Owner to take responsibility of any
deliveries, etc.
B. Storage. Materials shall be stored out of direct
exposure to the elements and on pallets. All goods
which are susceptible to water damage will be
stored in fully enclosed watertight trailers. No
�j materials will be stored on the roof overnight.
#) C. Handling. All materials shall be handled in a
manner which will preclude damage and contamination
with moisture or other harmful/foreign matter.
1.05 JOB CONDITIONS
A. Any portion of the roofing system or its
accessories shall not be applied during
precipitation or started in the event precipitation
is threatening, unless precautions are taken for
same.
B. The Contractor is advised during his tear -off
operations that some of the existing metal decking
may be rusted or rotted and is urged to exercise
extreme caution when removing the roofing to the
deck.
PART 2 - PRODUCTS
2.01 MATERIALS
Insulation for use in the new roofing system shall
conform to:
A. Perlite Insulation Board: Rigid mineral aggregate
insulation board composed of expanded perlite and
cellulose binders meeting F.S. HH -I -529b. Shall be
in thickness as indicated on the Drawings with
minimum thickness of not less than 3/411. Board
sizes shall not exceed 24" x 48".
B. Taper Insulation: At all areas so designated for
taper, use tapered perlite as manufactured by
Schuller Corporation or equal. Taper shall have a
minimum of 1/8" per foot positive slope to drain
and shall have minimum thickness of not less than
3/4" unless otherwise detailed. Saddles or
crickets shall be as manufactured by Schuller
Corporation or equal and have a minimum slope of
AMTECH ROOFING CONSULTANTS, INC.
07220 PAGE 2
RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF.LUBBOCK
not less .than 1/4" per foot positive slope.
Saddles or crickets shall have twice the slope of
the tapered insulation to which they are installed
and shall extend not less than 1/4 the length of
the saddle, unless otherwise detailed or shown.
Polyisocyanurate insulation board may be used as
fill to conserve labor, but shall in all cases be
covered with a minimum 3/4" perlite insulation
board.
C. Polyisocyanurate Insulation Board: Rigid
polyisocyanurate board insulation meeting F.S.
HH -I-1972/2. Size to be either 48" x 48" or 48" x
96" by manufacturer's standard thicknesses as
designated on the Drawings. R -value of 6.67 per
1 -inch thickness minimum.
D. Cant Strip:
1. Tapered cant of wood fiber or perlite meeting
ASTM'C-78 shall be installed at all locations
where detailed or where applicable.
2. Fire -retardant wood fiber or perlite meeting
ASTM C-78. Size will be 4" x 4" with a 5 3/8"
face.
2.02 INSULATION SCHEDULE
The first layer of insulation at all roof areas shall
be 1-1/2" perlite insulation mechanically fastened to
meet Factory Mutual 1-90. The second layer of
insulation shall be 1/8" tapered perlite insulation
unless shown otherwise by the Drawings mopped in Type
IV asphalt. All fill board shall be mopped in Type IV
asphalt.
2.03 RELATED MATERIALS
A. Asphalt Primer. Asphalt cut-back type primer manu-
factured in accordance with ASTM D-41 standards or
as manufactured without asbestos for use on
masonry, metal and other necessary surfaces.
B. Asphalt. Steep grade asphalt manufactured in
accordance with ASTM D-312 standards for Type IV.
For use as adhesive for all layers of insulation
and for attachment of cant strip where applicable.
C. Mechanical Fasteners. Insulation screws shall
equal those produced by Olympic Fasteners for
attachment to 22 -gauge metal deck and meeting
AMTECH ROOFING CONSULTANTS, INC.
07220 PAGE 3
f RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
FM 1-g0. Screws shall receive a corrosion
resistant coating exceeding FM Standard 4470.
Plates shall be either plastic or steel produced by
r the same manufacturer of the insulation screw.
2.04 MANUFACTURERS
A. The manufacturer of the insulation shall be
approved in writing by the manufacturer of the roof
membrane system.
B. All insulation shall be included as a part of the
10 -year NDL warranty required for the overall
roofing system.
PART 3 - EXECUTION
3.01 INSPECTION
A. Contractor to inspect the substrate for soundness
of the deck or surfaces covered by new insulation,
roof repairs, or roof system. Notify Owner or
Consultant of any discrepancies or deficiencies.
B. Commencement of application of new insulation,
where applicable, signifies Contractors acceptance
of the existing substrate.
C. Deteriorated Decking
Where deteriorated or rusted decking is found the
Contractor shall advise the Architect and/or
Owner's Representative for replacement or repair
instructions. The Contractor shall advise the
authority contacted as to the amount of decking
required to be.replaced. Authorization will be
verbal and shall be confirmed prior to the end of
the day by facsimile transmission to the
Contractor's office from the Architect. The
Contractor shall record on thews -built drawings
all quantities required for replacement and their
location(s). Replacement decking shall be paid at
the rate bid under unit prices with the change
order issued monthly.
3.02 PREPARATION
A. Completely remove all.existing roofing and base
flashing materials to the existing metal deck
and/or masonry substrates over the entirety of the
roof areas. Remove all metal flashings not
AMTECH ROOFING CONSULTANTS, INC.
F07220 PAGE 4
RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
required to be reused.
B. Remove and properly dispose of existing built-up
roofing, insulation, flashing, unused accessories
and other items as detailed on all areas shown.
Coordinate all activities with Owner. Control dust
as much possible by light sprinkling of the roof
surface. Removal procedures shall include the
following which will be adhered to without
deviation. It is important that the Contractor be
aware that no debris be deposited on the concrete
walkways or drives and parking areas.
1. A man shall remain on the ground during all
tear -off operations for the specific purpose of
maintaining the grounds free of debris at all
times.
2. The trucks or dumpsters must be removed from
the premises at the end of the work day.
3. All debris shall be transported to the disposal
vehicle/dumpster by means of a fully enclosed
trash chute. The chute shall be designed to
deposit debris a maximum distance of 12" above
the side of the container. No debris shall be
stacked above.the edge of the container into
which it is deposited. Prior to moving the
container it shall be fully covered by a tarp
and contained so that no debris escapes during
transport to the dump site.
4. All roof gravel shall be vacuumed from the
surface prior to tear -off of roofing materials
in each area and removed from the site daily.
5. Prior to tear -off a plastic retainer fence of
heavy duty perforated plastic fencing material
shall be constructed around the entirety of the
area to be removed and extended to a minimum
height of 8'-0" above the roof surface.
Supports of wood or metal (Contractor's choice)
shall be spaced as required to adequately
maintain the integrity and continuity of the
fencing material. The supports must be self-
supporting and not penetrate the roof surface. _
The purpose of this fencing is to prevent
flying debris from leaving the roof area.
6. When in the opinion of the Contractor or
Architect and/or his designated representative
the winds are too high to maintain debris
control, operations shall be suspended for the _
remainder of the day and the roof returned to a
AMTECH ROOFING CONSULTANTS, INC.
07220 PAGE 5
i
RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
! watertight condition.
C. All roof decks shall be completely free of debris
or foreign matter including the flutes. Decks
shall be inspected at this time in accordance with
Article 3.01 above.
D. All masonry surfaces scheduled to receive new
roofing insulation or flashings (by mopping or
setting in bituminous materials) are to be primed
with asphalt cut-back type primer ata minimum rate
of 3/4 gallon per 100 square feet of area.
E. Abandoned penetrations to be removed are shown on
the Drawings. Any and all removed accessories are
to be considered the property of the Owner who
reserves the right to retain possession of same.
Removal of the large HVAC unit shall be
accomplished under a separate contract and shall be
coordinated between the two contractors who will
cooperate with each other to maintain a watertight
condition. Setting of the new unit shall be
provided under a separate contract with the same
spirit of cooperation required.
F. New required wood nailers and any cut or corrected
wood nailers shall be secured and provided as shown
on the Drawings -in accordance with Section 06100.
G. Debris and bitumen are to be restricted from
entering the existing drains and interior of the
building. The Contractor is responsible for proper
operation of roof drains. All drains shall be
covered during tear -off operations. All drains
will be water tested to -establish their capability
to function prior to tear -off and after roofing
installation is complete. If any clog is found in
the drain the condition shall be immediately called
to the attention of the Architect and the Owner's
maintenance personnel.
H. Holes or deficiencies in the roof deck shall be
corrected before the new roof system is.installed.
I. Dispose of all existing lead soil pipe flashings.
3.03 INSTALLATION
A. General application shall be in accordance with
the insulation and membrane manufacturer(s)
instructions and the following requirements. These
instructions are to include the installation of
necessary wood nailers or other insulation "stops"
AMTECH ROOFING CONSULTANTS, INC.
7 07220 PAGE 6
y
RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
as required by existing conditions and as specified
in Section 06100.
B. First Layer of Insulation: The first layer of
specified perlite insulation shall be installed by
mechanical fastening with the.specified screws and
plates in a pattern meeting FM 1-90. Each piece of
insulation shall receive a minimum of two fasteners
with plates. Screws shall penetrate the metal deck
a minimum of 5/8" and no more than 111. Fill all
gaps in excess of 1/2 inch. Stagger joints between
adjacent boards.
C. Second and Subsequent Layers of Insulation: Install
second and all subsequent layers of specified
perlite or tapered perlite insulation in solid
moppings of Type IV asphalt applied at the rate of
not less than 25 lbs. per square. All moppings
shall be solid with no voids remaining. Walk in
all boards to insure solid adhesion. Fill all gaps
in excess of 1/2 inch. Stagger joints between
adjacent boards and to those below.
D. All insulation shall be laid in full sheets
wherever possible, and carefully fitted and pushed
against the adjoining sheet so as to form a tight
joint. Edges of insulation boards shall be mitered
at all ridges or elsewhere to prevent open or
irregular joints. All open joints shall be filled
with cut pieces of matching roof insulation.
E. Cant strips, whether tapered or standard, shall be
adhered in hot asphalt or plastic cement at all
vertical terminations as detailed.
F. All appropriate measures shall be taken to prevent
asphalt bitumen bleed and drip through to the
building interior or onto exterior surfaces.
G. In all cases where multiple layers of insulation
are to be installed, all joints between layers
shall be broken and staggered to present a more
thermally efficient insulation substrate.
END OF SECTION
AMTECH ROOFING CONSULTANTS, INC..
07220 PAGE 7
r
RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
SECTION 07510
ROOFING WARRANTY
WHEREAS
of (Address)
herein called the "Contractor", has performed roofing and
associated work on the following project.
Owner:
Address:
Address:
Area of Work: Date of Acceptance
Warranty Period: 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 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 until cost and expense
thereof has been paid -by the Owner or by another responsible
party so designated.
AMTECH ROOFING CONSULTANTS, INC.
07510 1
RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
2. The Contractor is responsible for work covered by this
Warranty, but is not liable for consequential damages to
building or building contents resulting from leaks or faults
or defects of work.
3. During Warranty Period, if the Owner allows alterations
of work by anyone other than the Contractor, including
cutting, patching and maintenance in connection with
penetrations, attachment of other work, and positioning of
anything on roof, this Warranty shall become null and void
upon date of said alterations, but only to extent said
alterations affect work covered by this Warranty. If the
Owner engages the Contractor to perform said alterations,
warranty shall not become null and void, unless the
Contractor, prior to proceeding with said work, shall have
notified the Owner in writing that said alterations would
likely damage or deteriorate the work, thereby reasonably
justifying a limitation or termination of this Warranty.
4. During Warranty Period, if original use of roof is
chanced and it becomes used for, but was not originally
specified for,a promenade, work deck, spray cooled surface,
flooded basin, or other use or service more severe than
originally specified, this Warranty shall become null and
void upon date of said change, but only to extent.said
changes affect work covered by this Warranty.
5. The Owner shall promptly notify the Contractor of
observed, known, or suspected leaks, defect or deterioration,
and shall afford reasonable opportunity for the Contractor to
inspect the work, and to examine evidence of such leaks,
defects or deterioration.
6. This Warranty is recognized to be the only Warranty of
the Contractor on said work, and shall not operate to
restrict or cut off the Owner from other remedies and
resources lawfully available to him in cases of roofing
failure. Specifically, this Warranty shall not operate to
relieve the Contractor of responsibility for performance of
original work.
IN WITNESS THEREOF, this instrument has been duly executed
this DAY OF , 19_.
Signature -Firm Name
Typed name and Title
Telephone Number
Address
AMTECH ROOFING CONSULTANTS, INC.
07510 2
RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
SECTION 07540
f;
MODIFIED BITUMEN ROOFING
RELATED DOCUMENTS:
The requirements of this Section are an extension and are in
addition to the requirements of the Uniform General
Conditions, Supplementary General Conditions, Forms,
Specification Sections found in Division 1 through Division
16 and all Drawings.
1.01 WORK INCLUDED
Install new SBS modified bitumen roofing with flashings
in hot Type IV asphalt.
1.02 SUBMITTALS
A. Submit under provisions.of Section 01300.
B. Shop Drawings: Provide sheet layout indicating
slope of roof surface and/or insulation along with
locations of all scuppers and roof penetrations
within the Work area(s).
C. Product Data: 'Indicate membrane and bitumen
materials (including Equiviscous temperatures for
manual and machine applications), base flashing
materials, mechanical fasteners and other proposed
materials and accessories as required for materials
in this Work.
D. Test Reports: Provide delivery tickets for each
batch of bitumen, stating type, equiviscous
temperature (EVT), flashpoint (FP), and finished
blowing temperature (FBT).
E. Manufacturer's Installation Instructions: Include
installation sequence, special instructions, and
Material Safety Date Sheets (MSDS) for all
materials.
F. Manufacturer's Certificate: Certifying that
products meet or exceed specified requirements.
Certification letter shall be on the manufacturer's
letterhead and be signed by a duly authorized
employee of the corporation. The letter shall
further certify that all materials used in the
system, whether manufactured by that company or
AMTECH ROOFING CONSULTANTS, INC.
07540 PAGE 1
RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
not, are acceptable to.the manufacturer for use in
the system. The letter will also state that the
proposed system meets all criteria for the issuance
of the required twenty-year no -dollar -limit
warranty.
G. Project Record Documents; Record exact location of
all roof penetrations.
1.03 RELATED WORK SPECIFIED ELSEWHERE
A. Section 06100 - Carpentry Work (for Roofing)
B. Section 07220 - Insulation
C. Section 07600 - Flashing and Sheetmetal
1.04 PRODUCT DELIVERY
A. Delivery. Materials shall be delivered in the
Manufacturer's original sealed and labeled shrouds,
on pallets and in quantities to allow continuity of
application throughout the Project. Coordinate
shipment receipt as necessary to cause occupant the
least amount of interference. Do not expect or
anticipate Owner to take responsibility for signing
for or unloading any delivery.
B. Storage. Materials shall be stored out of direct
exposure to the elements and on pallets. All roll —
goods shall be stored vertically. All goods which
are susceptible to water damage will be stored in
fully enclosed watertight trailers. No materials
will be stored on the roof overnight.
C. Handling. All materials shall be handled in a
manner which will preclude damage and contamination
with moisture or other harmful/foreign matter.
D. Roof Loading. Evenly distribute roll goods on roof
surface so as to not exceed 25 lbs. per square
foot.
1.05 JOB CONDI`.CIONS —
A. Any portion of the roofing system or its
accessories shall not be applied during
precipitation or started in the event precipitation
is threatening, unless precautions are taken for
same. The Contractor shall be have the final
decision as to whether to'chance roofing operations
AMTECH ROOFING CONSULTANTS, INC.
07540 PAGE 2
RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
in the event of the likelihood of rain. The
Contractor shall also consider wind speed as a
determinate factor as to whether roofing operations
can be safely accomplished under those conditions.
He shall suspend work if in his opinion the wind
speed will impede the proper installation of the
roofing work or cause a danger to his 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.
1.06 REFERENCES
A. ASTM D41 - Asphalt Primer Used in Roofing.
B. ASTM D312 - Asphalt Used in Roofing.
C. ASTM D2178 - Asphalt Glass Felt Used in Roofing.
D. ASTM D4586 - Asphalt Roof Cement (asbestos free).
E. FM - Roof Assembly Classifications.
F. NRCA -- Manual of Roof Maintenance and Roof Repair.
G. NRCA - Roofing and Waterproofing Manual.
H. UL - Fire Hazard Classifications.
1.07 QUALITY ASSURANCE
A. Work of this Section shall conform to the NRCA
Roofing and Waterproofing Manual, latest edition,
Manufacturer's Installation Instructions and these
Construction Documents. Maintain one copy of each
document on site during operations.
B. The Manufacturer's Representative shall make two
(2) site visits to the project per month at
critical stages of the roof installation, and
forward written reports of the visits to the
Architect. The visits shall be coordinated to take
.place at the time of the Architect's visits with
AMTECH ROOFING CONSULTANTS, INC.
07540 PAGE 3
RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
one occurring at the monthly pay application
meeting.
C. The Contractor shall keep a daily log with the
minimum following information:
1. Nature of operation and quantity of work and
materials installed.
2. Personnel on site by job function and task.
Also a list of all site visitors.
3. Kettle temperatures taken three (3) times
average per eight (8) hour shift.
4. Material deliveries identifying quantity
and type.
5. Daily weather conditions including
percentages of rain forecast, wind conditions
and daily temperatures.
1.08 QUALIFICATIONS
A. Manufacturer. Company specializing in the
manufacturer of products in this Section with a
minimum five (5) years documented experience and at
least three (3) jobs within the State of Texas of
the same type system installed and size of project
within that five-year period.
B. Applicator. Company specializing in applying the
Work of this Section with a minimum of three (3)
years documented experience in the application of
the specified system, and certified by the roofing -
material manufacturer as an approved no -dollar -
limit warranty applicator of the specified
material. The Manufacturer approval shall have
been in effect no later than September 1, 1994.
Also provide evidence of the successful completion
of at least three (3) projects of the same type
system installed and sizeof the project within
that three-year period.
1.09 REGULATORY REQUIREMENTS
A. Provide certification of inspection confirming
approval of design and installation by -the
Authority Having Jurisdiction (AHJ).
B. Fire Hazard Classification: UL Class A.
C. Roof Assembly Classification: FM Class 1-90
construction, in accordance with FM Construction
Bulletin 1-28.
AMTECH ROOFING CONSULTANTS, INC.
07540 PAGE 4
RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
1.10 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. Those in attendance shall be the Contractor's
Project Manager and Superintendent, Manufacturer's
Representative, Owner and Owner's Maintenance and
Security Staff Representatives, Architect and his
designated representative.
C. The agenda shall cover a review of demolition and
installation, installation procedures, and
coordination with related work.
1.11 ENVIRONMENTAL REQUIREMEN'T'S
A. Do not apply roofing during inclement weather.
Temperatures must be a minimum of forty degrees
Fahrenheit and rising.
B. Do not apply roofing material to damp or frozen
deck or substrate.
C. Do not undertake roofing operations when the wind
is determined to be detrimental to safe
installation practices.
,•* 1.12 SEQUENCING AND SCHEDULING
A. Coordinate Work under provision of Section 01041.
B. Coordinate installation of associated metal
t, flashings and roof -related items as Work of this
Section proceeds.
1.13 WARRANTY
A. The roofing material Manufacturer shall provide a
20 -year No -Dollar -Limit (NDL) type warranty
covering all materials and workmanship. The
_ warranty shall include all membrane roofing, base
flashings and insulation.
B. The Contractor shall provide a two-year written
warranty covering defects in the roofing materials
and/or labor on the form in Specification Section
07510.
AMTECH ROOFING CONSULTANTS, INC.
07540 PAGE 5
RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
PART 2 - PRODUCTS
2.01 MANUFACTURERS - MRMBRAME SYSTEMS _
A. GAF - System 1-0-2-20/MGPFR
B. Siplast _ Paradiene 20/30.
C. Soprema - 2544 (Polyester) -
D. Tamko Asphalt Products - System 107.
2.02 SHEET MATERIALS
A. Modified Bitumen Base Sheet: Fiberglass matt
coated with SBS modified Asphalt.
1. GAF - Ruberoid 20.
2.' Siplast - Paradiene 20.
3. Soprema - Elastophene Sanded.
4. Tamko - Versa Base.
B.- Modified Bitumen Cap Sheet: Fiberglass and/or
polyester reinforced, SBS modified bitumen with tan
granular surfacing.
1. GAF Ruberoid MOPFR 30 (Granule). _
2. Siplast - Paradiene 30 FR.
3. Soprema - Sopralene 180 FR.
4. Tamko - Awaplan Premium FR.
C. Fiberglass Felt: Produced or approved by the
modified bitumen membrane manufacturer and equal to
ASTM D-2178, Type VI.
D. Fiberglass Base Sheet: Produced or approved by the.
modified bitumen membrane -manufacturer and equal to
ASTM D-4601, Type II. -
2.03 BITUMINOUS MATERIALS
A. Asphalt Bitumen: ASTM D3121 Type IV, Special
Steep.,
B. Asphalt Primer: ASTM D41.
C. Plastic Cement: ASTM D4586, Type I, asbestos free.
D. Flashing Cement: MBR type only, compatible for
use with SBS modified bitumen roof system.
AMTECH ROOFING CONSULTANTS, INC.
07540 PAGE 6
RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
2.04 FLEXIBLE FLASHINGS
a
A. Sheet Flashing: Fiberglass or polyester mat coated
with modified bitumen and granular or metal foil
surface. The flashing system is to be approved by
the membrane manufacturer for use with his
respective system and be equal to one of the
following:
1. GAF - Ruberoid MOPFR 30 (Granule)
2. Siplast - Aluminum Veral
3. Soprema - Mammoth Aluminum Flam (Torch)
4. Tamko - Awaplan Premium FR
B. Backer Sheet: Sheet flashings shall be installed
in all cases with fiberglass felt or fiberglass
base sheet.
2.05 ACCESSORIES
A. Roofing Nails: Hot -dipped galvanized 11 -gauge wire
nails with 3/8" diameter heads, length as required
to penetrate substrate a minimum of 3/4".
I;
B. Mechanical Fasteners for Flexible Flashing:
1. Masonry or Concrete: 1/4" x 1 1/2" nylon -
jacketed stainless steel pin masonry drive pin
equal to Rawl Zamac Nailin #2543-.
2. Wood Blocking: High carbon, zinc -coated
steel, annular threaded, 1" shank nails with
-minimum 1" x i" x 16 -gauge metal disk cap nail
as manufactured by Simplex Nails, Inc. or
approved equal.
C. Wood Framing Nails: Hot -dipped galvanized box
nails in lengths as required to penetrate substrate
a minimum of 1".
D. Termination Bar:- 1/8" x 1" hot -dipped galvanized
steel bar stock.
E. Substitutions: Under provisions of Section 01600.
2.06 SOURCE QUALITY CONTROL
A. Require asphalt bitumen supplier to provide source,
batch and test data on each shipment and submit for
Architect's approval..
B. Include EVT for all asphalt.
AMTECH ROOFING CONSULTANTS, INC.
07540 PAGE 7
RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
1. Individual Containers: Label legibly marked
with EVT temperature range, batch number and
asphalt type.
2. Bulk Shipment: Provide duplicate delivery
ticket with data at time of delivery.
C. Deliver asphalt to site ten (10) days prior to
beginning of installation. Testing may be
performed at the Owner's option to confirm
compliance.
3.01 INSPECTION
A. Verify that site conditions and surfaces are ready
to receive the work.
B. Verify that deck is clean and smooth, free of
depressions, waves, or other projections, and is
properly sloped to drains or eaves.
C. Verify that deck surfaces are dry and free of
moisture. Utilize NRCA Deck Dryness Test as
follows:
1. Use approximately one (1) pint of bitumen
specified for use in membrane, heated to
application temperature of 400 degrees F.
2. Pour bitumen on deck surface. If bitumen
foams, the deck is not dry enough to roof.
3. After bitumen has cooled, an attempt shall
be made to strip the bitumen from the deck
surface. If the bitumen strips clean from the
.deck, the deck is not dry enough to roof.
D. Verify that roof openings, curbs, pipes, sleeves,
ducts, and vents through roof are solidly anchored
and wood nailers are in place.
E. Start of installation shall constitute acceptance
of existing conditions by the Contractor.
3.02 PREPARATION
A. Protect all building surfaces against damage from
roofing work. The plastic fence containment
indicated in Specification Section 07220 shall
remain in place until.all roofing operations for
each section are complete.
B. Prevent debris and bitumen from entering scuppers,
AMTECH ROOFING CONSULTANTS, INC.
07540 PAGE 8
ro
RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
downspouts, drains, underside of roof deck or other
openings. Remove temporary closures in drainage
,., devices prior to leaving the job each day.
C. Clean surfaces of roof deck and maintain dust and
debris free during roofing operations.
D. Work hours will be from 6:OOAM to 7:OOPM on
workdays Monday through Friday. Prior approval
must be obtained from the Architect and Owner's
representative prior to working days or times other
than those specified.
3.03 MEMBRANE APPLICATION (MOPPING APPLICATION)
A. Equiviscous Temperature (EVT) at point of
application shall not exceed 25 degrees F., high or
low, from bitumen temperature rating indicated on
container label for application method used (either
manual mopping or mechanical spreading).
B. Roll out base ply and cap sheets approximately 30
minutes prior to application and allow rolls to
relax. Re -roll sheets just prior to application.
Weight the roiled out sheet on the roof to prevent
winds from blowing them across or off the roof.
AMTECH ROOFING CONSULTANTS, INC.
07540 PAGE 9
I
C. Starting at low point of roof (eaves or roof
drains), lay modified bitumen base ply
perpendicular to roof slope in uniform and solid
moppings of hot asphalt applied at a rate of 20 to
25 lbs/square, providing 4" side and end Laps.
D. 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/suare, providing 4" side
and end laps. Stagger lap Joints between base ply
and cap sheet. Stagger lapjoints between adjacent
plies of cap sheet by a minimum of 12". Where cap
sheet must be applied over granule surface of
previously installed sheet apply asphalt primer to
surface of granular sheet and allow to dry prior to
mopping. Use dry laid sheets or other approved
bleed containment system to control overmoppings at
end laps and sides as required. Bleed out at sheet
edges shall be kept to the barest minimum by the
use of the approved containment.
E. Apply sheets smooth, free of air pockets, wrinkles,
fishmouths, or tears. Install sheets so as to not
_
"buck" or impede the flow of water.
AMTECH ROOFING CONSULTANTS, INC.
07540 PAGE 9
I
RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
F. Extend membrane felts above top edge of cant strips
a minimum of 2" onto the vertical surfaces. Mop
one additional base ply as initial base flashing
ply over roofing membrane at cant, extending onto
flat membrane surface a minimum of 411.
G. Install two (2) plies of fiberglass felt set in hot
asphalt and glaze coat with hot asphalt for
temporary water cut-off at end of each day's
operation. Completely remove cut-off before
resuming roofing. Seal top of base flashings with
plastic cement each day.
H. Mop and seal additional ply of base sheet around
roof penetrations prior to installation of cap
sheet.
I. Immediately cover all asphalt spills or overmopped
areas on granular surfaced cap sheet with matching
granules. Limit overmopping to no more than 1/2"
outside of line of felt.
J. Prohibit foot and cart traffic over newly applied
roof membrane until asphalt has sufficiently
cooled. Do not stack or store materials on
finished membrane.
3.04 FLASHINGS
A. Apply flexible base flashings over fiberglass
backer felt to seal membrane to vertical elements.
Embed both backer felt and flashing sheet into a
uniform mopping of hot Type IV asphalt at a rate of
not less than 25 lbs/square or torch apply as
required. Secure top of flashing assembly to wood
substrate with specified cap nails spaced at 4" on
center. Secure top of flashing assembly to masonry
or concrete substrates with specified termination
bar and masonry drive pins spaced at 8" on center.
B. Apply base flashing cap sheet in a manner to
prevent bleed in excess of that specified for the
field sheets by back -mopping or other manufacturer
approved techniques.
3.05 FIELD QUALITY CONTROL
A. Field inspection and testing will be performed
under provisions of Section 01400.
B. At any point during application or upon Substantial
Completion the Architect with Owner's approval may
AMTECH ROOFING CONSULTANTS, INC.
07540 PAGE 10
7,
RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
have Work inspected and tested using applicable
methods to establish conditions in the new roof
assembly. Roof cuts may be taken at the rate of
one perfiftyy (50) roofing squares. The Contractor
will assist in securing the roof cuts and will
patch the roof as required to finished condition at
no cost to the Owner.
C. The Contractor will promptly correct all identified
defects and irregularities. All membrane defects
called to the attention of the Roofing
Superintendent will be repaired prior to the end of
each day unless directed otherwise.
D. Demolition operations will not be performed during
application of the new roofing system.
3.06 MANUFACTURERS FIELD SERVICES
The Contractor will arrange to provide Manufacturer's
field services under provisions of Article 1.07. B.
3.07 CLEANING
A. Remove bituminous markings from all finished
surfaces.
B. In areas where finished surfaces are soiled by
asphalt or any other source of -soiling caused by
work of this Section, consult Manufacturer of
surfaces for cleaning advise and conform to their
documented instructions. Replace -any materials or
surface finishes which cannot be cleaned to the
satisfaction of the Owner.
3.08 PROTECTION OF FINISHED WORK
A. Protect finished Work under Section 01500.
B. Where traffic must continue over finished roof
installation protect the membrane with plywood
sheets secured to a layer of 1/2" wood fiber
insulation board and laid loose over the membrane
with the insulation board side to the roof surface.
3.09 SPECIAL PROVISION
Polyester matt products are allowed in this
Specification with the special provision that shrinkage
will not be permitted. Any system exhibiting cap sheet
AMTECH ROOFING CONSULTANTS, INC.
07540 PAGE 11
RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
shrinkage in excess of 1/2" at any end or side lap will
be remedied in a manner acceptable to the Owner.
END OF SECTION
AMTECH ROOFING CONSULTANTS, INC.
07540 PAGE 12
!r"
RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
0
SECTION 07600
FLASHING AND SHEET METAL
PART 1 - GENERAL
RELATED DOCUMENTS:
The requirements of this Section are an extension and are in
addition to the requirements of the Uniform General
Conditions, Supplementary General Conditions, Forms,
Specification Sections found in Division 1 through Division
16 and all Drawings.
1.01 DESCRIPTION
A. Flashing and sheet metal shall be of the
materials indicated and installed to provide a
permanent watertight condition.
B. Work includes removal of existing metal flashings
with replacement of the existing metal where
indicated so as to integrate into the new roof
system.
C. Related Work
1. Section 06100 - Carpentry (for -Roofing)
2. --Section 07220 - Roofing Insulation
3.` Section 07540 - Modified Bitumen_ Roofing
4. Section 07550 - Asphalt Built-up Roofing
D. Scope. Labor and materials necessary for this
Section of work is to include, but not be limited
to, all gravel guard, coping, gutter, downspouts,
scuppers, conductor heads, expansion joints,
plumbing and air vent flashings, roof drain
leads, counterflashings and receivers, pitch
pans, flange and umbrella flashings, etc.
1.02 QUALITY ASSURANCE
A. Installation shall comply with current SMACNA
Architectural Sheet Metal Manual as applicable.
B. All sheet metal fabrication and installation
shall be performed only by qualified sheet metal
mechanics familiar and competent in their trade.
C. Provide shop drawings of all intended sheet metal
items prior to job commencement for review by the
AMTECH ROOFINGCONSULTANTS, INC.
07600 PAGE 1
RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
Architect. Provide sample installation in field
of each condition for approval prior to
proceeding with remainder of work. Promptly
remove and replace any sample proving to be
unsatisfactory to the Architect. The Architect's
Drawings may not be used in any form for the
purpose of the required Shop Drawings.
PART 2 PRODUCTS
2.01 MATERIALS
A. Galvanized Metals.
Galvanized steel shall be lock forming quality
G90 in following gauges and meeting ASTM A-525.
Fasteners for these metals must be hot -dipped
galvanized or stainless steel as applicable.
1. Hook Strips or Cleats: Minimum 22 -gauge
galvanized with fasteners at 8" on center.
2. Pitch Pans: Minimum 24 -gauge galvanized with
all joints fully soldered.
3. Vent Flashings: Minimum 24 -gauge galvanized
with all joints fully soldered.
4. Termination Bar: 12 -gauge x 11' hot -dipped
galvanized bar stock fastened with nylon
drive pins spaced at 12" on center.
5. Downspout and Gutter Straps: 12 -gauge x 1"
hot -dipped galvanized bar stock fastened as
noted for the particular item they attach.
B. Pre -Finished Metals:
Pre -finished metals shall be 24 -gauge, G90 hot -
dipped galvanized steel, treated, primed and pre -
finished under precision conditions. Exposed
finish will be Kynar 500 Fluorocarbon coating.
Bottom or unexposed side will be manufacturer's
standard primer coat. Use for all metals
indicated on the Drawings to be exposed to view _
and not designated for other metal types. All
Kynar 500 finished metal is subject to receiving
a twenty (20) year no -fade warranty. Fasteners
for these metals must be hot -dipped galvanized or --
stainless steel as applicable. All metal will be
delivered with a factory applied protective
plastic film. The color for this metal will be
selected from the manufacturer's standard choices `
AMTECH ROOFING CONSULTANTS, INC.
07600 PAGE 2
RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
rt•
by the Owner.
1. Gravel Guard and Cover Plates: Minimum 24 -
gauge nailed at 3" on center staggered.
1 2. Receivers and Counterflashings: Minimum 24 -
gauge fastened or inserted as indicated on
the Drawings.
3. Expansion Joint Hook Strips: Minimum 24 -
gauge fastened with neoprene -head screws at
12" on center.
4. Expansion Joint cover: Minimum 24 -gauge
i hooked on both sides.
r
5. Gutters: Minimum 24 -gauge nailed at 8" on
center and having 12 -gauge x 1" galvanized
steel straps spaced at 30" on center. Straps
will be anchored with sheetmetal screws to
gutter front edge and back face. In no case
shall the straps be attached to the gravel
guard.
6. Downspouts: Minimum 24 -gauge anchored with
12 -gauge x 1" galvanized steel straps spaced
at 5'-0" on center with a strap installed
over each -downspout joint. Straps will be
anchored with three (3) sheetmetal screws to
the downspout, one on each exposed side, and
to the building with two (2) each 1/4" x 1
1/2" stainless steel, zinc -jacketed drive
pins.
7. Conductor Heads: Minimum 24 -gauge attached
as shown on the Drawings.
8. Copings: Minimum 24 -gauge with cover plates.
Front or exposed face attachment will be
hooked with the back or unexposed face
attached with neoprene -head screws at 12" on
center. Where indicated on the Drawings,
both faces will be hooked.
C. Fasteners:
1. Steel Roofing Nails: 11 -gauge hot -dipped
galvanized nails with annular rings and
minimum 3/8" diameter heads.
2. Framing Nails: Hot -dipped galvanized box
nails.
3. Neoprene -Head Screws: #12 stainless steel
AMTECH ROOFING CONSULTANTS, INC.
07600 PAGE 3
RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
plated self -tapping screws with hexagonal
heads and matching color metal jacketed
neoprene rubber washer.
4. Nylon Masonry Nails: Nylon -jacketed drive
pin equal to Rawl Nylon Nailin #2543. Only
use in concealed conditions.
5. Stainless Steel Masonry Nails: Stainless
steel pin and zinc -jacketed fastener equal to
Rawl Zamac Nailin #2870.
6. Stainless Steel Masonry Nailer Washer: EPDM
sealing washer bonded to Type 304 stainless
steel jacket equal.to Rawl EPDM Sealing
Washer, 1" diameter.
7. Steel Blind Rivets: Stainless steel Series
...44. Both rivet and mandrel are required to
be stainless steel.
All fasteners to be rust -resistant and compatible
with materials to be joined. _
All exposed fasteners to receive metal -jacketed
neoprene or EPDM washers. Where fasteners attach
counterflashing to receivers, straps to gutters,
downspouts to -walls, the washers may be omitted.
Exposed horizontal surface fasteners are not
permitted, recognized or acceptable unless
directed otherwise.
Other cleats, screws, rivets, bolts, etc. shall
be of matching material to which they attach or
be galvanically compatible to the surface to
which they are secured.
D. Miscellaneous Sheetmetal-Related Materials
1. Plastic Cement: Trowel grade roofing cement
conforming to ASTM D4586 (non -asbestos
containing). See Sections 07540 and 07560.
2. Sealant: Equal to Sonneborn NP -1. One
component urethane gun -grade sealant meeting
F.S. TT -S -00230-C, Type II, Class A and ASTM
C-920-79.
3. Pitch Pan Sealer: Equal to Schuller/Manville
two-part MBR cement. Sealer shall be poured
to one -inch depth and domed to drain on top.
4. Solder: 50% Pig lead and 50% black tin as
per ASTM B32.
AMTECH ROOFING CONSULTANTS, INC.
07600 PAGE 4
1. RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
q
5. Lead Vent Flashings: 2 1/2# sheet lead pre-
formed vent flashing with 4" wide roof flange
and minimum height of 8" above roof surface.
6. Lead Drain Flashings: 4# sheet lead sized to
a minimum of 12" larger in each direction
than roof drain bowl.
PART 3 - EXECUTION
3.01 INSPECTION
Coordinate all sheetmetal work with other roofing work
and other trades or maintenance personnel if required
on this Project for correct sequencing of items which
make up the entire Project.
3.02 PREPARATION
A. All sheet metal flanges connected or contacting
the roof -shall be primed with uniform coating of
asphalt primer and set into a full bed of mastic.
B. All joints in galvanized steel sheetmetal edgings
or accessories i.e., pitch pans, flanges and
umbrellas, etc. shall be connected by stainless
steel blind rivets spaced at 2" on center and
fully soldered or welded completely watertight.
All pre -finished metal joints shall be mitered
and fit together with a 1/4" bead of sealant
pressed between.connecting pieces. Sealant is
not to be visible from the outside of the joints.
Each joint will be blind riveted at 2" on center.
Expansion joint covers, expansion breaks or other
devices so needing same, shall be fitted with
watertight standing seam joints allowing for
lateral expansion as dictated by gauge: of metal,
"stretch out" or exposure, and latest printed
SMACNA guidelines and criteria.
1. Fabricate new metal in longest practical
lengths up to ten feet so as to minimize
joints, solder points, welds and seal -offs.
Counterflashing and receiver joints shall be
lapped a minimum of 4" and have a 1/4" bead of
sealant pressed between the pieces. The sealant
shall not be visible from the exterior. The
bottom hemmed edge of the counterflashing shall
AMTECH ROOFING CONSULTANTS, INC.
07600 PAGE 5
f
RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
be neatly hooked in bayonet fashion.
3.03 INSTALLATION
Includes plumbing vent stack and drain flashings,
flange and umbrellas, expansion joint covers, slip
flashings, counterflashings, gravel guards, pitch
pans, copings, conductor heads, downspouts, gutters,
etc.
A. All joints to be locked, sealed, welded or
soldered as required.
B. Provide for thermal movement of all exposed sheet
metal devices.
C. All metal flanges, flashings and other metal
items coming in contact with bituminous built-up
roof assembly are to be completely primed with
asphalt cut back type primer and, as applicable,
set in uniform bed of plastic cement for
horizontal surfaces or flashing cement for
vertical surfaces.
D. Metal counterflashings shall completely cover
all fasteners used to hold in place top
terminations of composition base flashings.
E. If and when pitch pans are required, they shall
be filled with 3" starter course of non -shrink
grout and be topped with 1" of pourable pitch pan
sealant as specified. Consult manufacturer for
primer as required. Cut oily residue from
galvanized metal prior to installation of sealer.
No other material than that specified may be used
for this installation. The penetration and
pan's interior sides must be completely cleaned
of rust, scale, grout, bituminous materials or
other foreign matter in order to achieve a proper
seal with the specified filler. Pyrofil or other
gypsum based fillers are not allowed.
PITCH PANS MUST BE FABRICATED AS COMPLETE WATER-
TIGHT ASSEMBLIES. BOTTOM FLANGES SHALL BE 4" IN
ALL DIRECTIONS, INCLUDING CORNERS. ALL SEAMS _
SHALL BE WELDED OR SOLDERED WATER -TIGHT AND
COMPLETE.
F. Install all sheetmetal flashings and accessories
in accordance with the latest printed SMACNA
guidelines and in accord with recognized roofing
and sheet metal industry standards. Fit
flashings tightly in place using square and true
AMTECH ROOFING CONSULTANTS, INC.
07600 PAGE 6
RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
mitered corners. Surfaces shall be true and
straight and lines accurate to profiles
encountered.
G. Install new 611 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.
H. COVER PLATE JOINTS SHALL BE SYMMETRICALLY LAID
OUT SO THAT OPPOSITE END STICKS OF METAL ARE OF
THE SAME LENGTH WITH ALL LENGTHS IN BETWEEN BEING
THE SAME. SAMPLE LAYOUTS WILL BE REQUIRED IN THE
FIELD FOR THE ARCHITECT'S APPROVAL PRIOR TO
PROCEEDING WITH THE WORK.
I. Gravel guards shall be nailed in place not more
than 3" o.c. with staggered pattern. Fasteners
shall be specified roofing nails.
AS SHEET METAL IS AN IMPORTANT PORTION OF ANY ROOF ASSEMBLY,
ONLY THOSE PERSONNEL SKILLED IN THE TRADE SHALL BE ALLOWED TO
FABRICATE AND INSTALL SUCH PRODUCTS ON THESE PROJECTS. OWNER
AND ARCHITECT RETAIN THE RIGHT TO REJECT ANY AND ALL.SHEET
METAL WORK AND ANY AND ALL PERSONS SENT TO THIS PROJECT IF
DEEMED UNSATISFACTORY IN ANY WAY, SHAPE OR FORM.
END OF SECTION
AMTECH ROOFING CONSULTANTS, INC.
07600 PAGE 7
0
RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
SECTION 07700
ROOFING ACCESSORIES
PART 1 - GENERAL
RELATED DOCUMENTS:
The requirements of this Section are an extension and are in
addition to the requirements of the Uniform General
Conditions, Supplementary General Conditions, Forms,
Specification Sections found in Division 1 through Division
16 and all Drawings.
1.01 DESCRIPTION
A. Furnish and install two (2) exterior steel roof
access ladders under the Base Bid.
B. Furnish and install one (1) interior steel roof
access ladder under the Base Bid.
C. Furnish and install one (1) roof hatch under
the Base Bid.
1.02 REFERENCES
Related Section: Section 06100 — Carpentry
Section 07600 - Flashing and Sheet
Metal
1.03 SUBMITTALS
Submit product data and certificates under provisions
of Section 01300 for all materials. Shop Drawings
are required for each ladder showing materials,
construction and anchorage to building.
1.04 PRODUCT DELIVERY, STORAGE AND HANDLING
A. Delivery. Materials shall be delivered in bulk
as necessary so as to provide continuous
operations and without hindrance of the work.
Schedule and coordinate with Owner all
necessary deliveries so as to cause the least
amount of inconvenience to Owner's daily
activities. All deliveries and unloading or
loading activities shall be the responsibility
of the Contractor and Owner shall in no way be
responsible for same.
AMTECH ROOFING CONSULTANTS, INC.
07700 PAGE 1
rRE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
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
f* prohibited without adequate blocking to prevent
damage to the existing or new roof surfaces.
1.05 JOB CONDITIONS
Coordination. Fit accessory work to other work;
scribe and cope as required for accurate fit.
Correlate locations of nailers, blocking, and similar
supports to allow proper attachment to other work as
necessary.
2.01 MATERIALS
A. Roof Access Ladders: All roof access ladders,
interior and exterior, shall be equal to Alaco
Series 460 as produced by Alaco Ladder Company,
5167 "G" Street, Chino, California 91710-5143,
(909)591-7561: Ladders shall be constructed as
follows:
1.
6061-T6 mill -finish aluminum alloy.
2.
Steps shall be flat and be 3" in width on 12"
centers and sloped so as to be flat when the
ladder is extended to its 70 degree working
angle.
3.
The side rails shall be spaced at 15-3/4" for
the exterior ladders and at 18" spacing for
,.,
the interior ladder.
4.
Ladder feet shall be rubber.
5.
Each ladder shall be provided with a sliding
bracket to accommodate its extension from the
wall. The ladders shall also be provided
with 42" long top rail extensions to meet
OSHA safety requirements.
B. Ladder Brackets:
1.
Mounting brackets for the top pivot shall be
as provided by the manufacturer. Anchorage
to the walls shall be as shown on the
.
Drawings.
AMTECH ROOFINGCONSULTANTS, INC.
07700 PAGE 2
RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
2. A 1/4" thick by 3" wide aluminum standoff
angle bracket shall be provided for the
exterior ladders as shown in the Drawings to
permanently hold the ladder away from the
walls at its extended 70 degree angle.
C. Roof Hatch: Provide and install one roof hatch
equal to Bilco Model "S•-20" in standard size of
2'-6" x 31"011. Construction shall be galvanized
metal with the cover and curb being 14 -gauge and
the cover liner being 22 -gauge.
3.01 INSTALLATION
A. The Contractor shall inspect existing conditions
to determine that all work preceding this
installation is as intended and sound.
Proceeding with the work of this Section _.
indicates the Contractor's acceptance of all
conditions.
B. All installations shall be in accordance with the
Manufacturer's printed instructions and as shown
on the Drawings.
C. Anchorage shall be secure and able to withstand
the loads intended.
D. Ensure that all mechanical parts are working at
the time of completion.
E. Provide a two-year warranty covering defects in
materials and workmanship.
3.02 CLEANING
Clean all items provided and installed under this
Section in accordance with Manufacturer's
instructions.
END OF SECTION
AMTECH ROOFING CONSULTANTS, INC.
07700 PAGE 3`
RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
SECTION 09900
PAINTING
PART 1 - GENERAL
RELATED DOCUMENTS:
The requirements of this Section are an extension and are in
addition to the requirements of the Uniform General
Conditions, Supplementary General Conditions, Forms,
Specification Sections found in Division 1 through Division
16 and all Drawings.
1.01 WORK INCLUDED
The work shall include but not be limited to the
following:
1. See Drawings and schedules for type and location of
various surfaces requiring paint. Include all
field painting necessary to complete the work as
shown.
2. Field painting will not be required on items
specified to be completely finished'at-the factory
or on aluminum, pre -finished sheetmetal, copper,
brass, bronze, stainless steel or other non-ferrous
- metal, unless specifically designated. Do not
paint.over code required UL or FM labels.
3. Prime coats specified herein will not be required
on items delivered with primer or'shop coats
already applied, however, touch-up will be required
- prior to final coats.
4. Painting of mechanical units of work such as gas
line piping.
5. Painting of the exterior of the roof hatch
installed under Section 07700.
6. Painting of downspout straps.
1.02 SUBMITTALS
A. Submit Manufacturer's literature and letters
attesting that the products used meet or exceed
these specifications. Submittals shall indicate
Flame Spread of all paint products proposed for use
in accordance with ASTM E-84.
AMTECH ROOFING CONSULTANTS, INC.
09900-1
RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
B. Paint color schedules shall be submitted for
Architect's approval in two (2) sets.
C. Before proceeding with painting, finish one (1)
complete unit of work in place indicating color,
finish texture, materials and workmanship. _After
approval, the samples shall serve as a standard of
similar work throughout the project.
1.03 QUALITY ASSURANCE
A. Manufacturer, Supplier and Contractor shall be
firms of long term operation, technically
proficient and experienced in this trade.
B. All paint shall be of the kind and brands
hereinafter specified or of an approved equal. All
painting materials shall be of the highest quality
and have identifying labels on the containers.
C. Primers and undercoats shall be from same
manufacturer as finished coats.
1.04 PRODUCT HANDLING, STORAGE AND DELIVERY
A. All paint shall be delivered to the site in
Manufacturer's sealed containers. Each container
shall be labeled by the Manufacturer, and labels --
shall give Manufacturer's name, type of paint,
color of paint and instructions for reducing.
Thinning may be done only in accordance with
directions given on the container. Job mixing or
- job tinting may be done when approved by the
Owner's Representative. Thinning operations will
not be conducted in -the interior of any existing
building on the site, nor on the roof surfaces.
B. All paint and combustible material shall be stored
in a manner to protect from possible fire. Paint --
shall be stored in areas where spillage shall be
reduced and confined and shall not damage work
already in place. No paint or combustible material
will be stored in the interior of any existing
building on the site.
1.05 JOB CONDITIONS
A. Full coverage will be required for the application
as specified. Additional coats shall be applied, `
AMTECH ROOFING CONSULTANTS, INC.
09900-2
RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
if required, to produce the coverage.
B. All gas line piping on the roof, new roof hatch and
I downspout straps will be painted in a color chosen
I by the Architect and Owner.
C. Each coat of paint shall be slightly darker than
the preceding coat, unless otherwise directed.
D. Where new work adjoins existing painted surfaces,
match existing color and carry new painting to an
appropriate stopping point along the existing
painted surface. The stopping point will be
r. approved by the Architect.
PART 2 - PRODUCTS
2.01 SCHEDULE OF PAINTING
Note: Unless otherwise noted, all paints specified are
products of Pittsburgh Paints (PPG). Other
approved manufacturers are: Glidden, Benjamin
Moore, Sherwin-Williams and Devoe. Comply with
provisions for substitution request if required.
The kinds of paint and number of coats required
on the various surfaces shall be as follows:
A. Exterior Metals: Ferrous Metals (gas line
- piping)
Surface Preparation: Scrape and sand free of all
loose paint,'rust and foreign materials. Sand
paint nicks to feather smooth surface edges.
First Coat: PPG Inhibitive Red Steel Primer - 6-
208/6-212 White.
Second Coat: PPG "Sun -Proof" Oil Type Exterior
House Paint - 1-936 Deeptone Tinting Base.
Third Coat: Same as second coat.
B. Exterior Metals: Galvanized Metals (roof hatch
and downspout straps)
Surface Preparation: Scrape and sand free of all
loose paint, rust and foreign materials. Wash
new galvanized surfaces with vinegar or Zylene
or other neutralizing wash recommended by.the
Manufacturer.
First Coat: PPG 6-209 Galvanized Metal Primer.
Second Coat: PPG "Sun -Proof" Oil Type Exterior
House Paint - 1-936 Deeptone Tinting Base.
Third Coat: Same as second coat.
Note: This finish will be applied to all exposed
,., AMTECH ROOFING CONSULTANTS, INC.
09900-3
i.
RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
exterior galvanized metals.
PART 3 - EXECUTION
3.01 INSPECTION
A. Painting Contractor will review the new surfaces to
be painted and coordinate with the responsible
contractor to assure the correctness of those
surfaces.
B. Painting Contractor will report all problems or
unacceptable conditions to the Contractor and
Architect.
C. Proceeding with the installation of painting will
be construed as evidence of acceptance of the
conditions under which painting work will be done.
3.02 PREPARATION
A. Preparation of Surfaces:
1. Steel and Iron: Remove grease, rust, scale and
dust and touch-up any pitted or abraded places
on items that have been shop coated. Where
steel and iron have a heavy coating of scale, it
shall be removed by wire brushing -or
sandblasting if necessary to produce a
satisfactory surface for painting.
2. General: Before painting, remove hardware,
accessories, plates, light fixtures, and similar
items, or provide ample protection of such
items. Upon completion of each space, replace
above items. When necessary disconnect
convector covers to permit painting of surfaces
behind them; replace and re -connect upon
completion. Use only skilled mechanics for
removal and connection items.
3. Galvanized Products: Follow recommendations of
Paint Manufacturer for the proper surface
preparation of galvanized metals scheduled to be
painted. Paint which improperly bonds with
galvanized surfaces will not be accepted and
shall be removed and re-applied to the
satisfaction of the Owner's Representative.
3.03 INSTALLATION
AMTECH ROOFING CONSULTANTS, INC.
09900-4
RE -ROOF LUBBOCK HEALTH DEPARTMENT
w. CITY OF LUBBOCK
A. Do not apply exterior paint in damp, rainy weather,
" or until the surface has thoroughly dried from the
effects of such weather. Do not paint when the
temperature is below 50 degrees Fahrenheit.
B. Surfaces to be painted shall be clean, dry, smooth
and adequately protected from dampness.
C. Each coat of paint shall be well-brushedon, worked
out evenly and allowed to dry at least 48 hours
before subsequent coats are applied.
D. Finish work shall be uniform, approved color,
smooth and free from runs, sags, defective
brushing, clogging or excessive flooding. Make
edges of paint adjoining other materials or colors
sharp and clean with overlapping as required.
E. Paint all exposed exterior metals that are not
furnished in pre -finished colors and where shown on
the Drawings to be painted. Only paint exterior
galvanized metals that are noted to be painted.
3.04 WARRANTY
The Contractor shall guarantee all work performed under
this contract for a period of one (1) year from date of
acceptance against all defects in materials and
workmanship. Cracking, peeling, scaling of paint, or
rusting shall be judged as defective work.
END OF SECTION
AMTECH ROOFING CONSULTANTS, INC.
09900-5
Fi
W
RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
SECTION 15100
GENERAL MECHANICAL REQUIREMENTS
PART 1 - GENERAL
RELATED DOCUMENTS:
The requirements of this Section are an extension and are in
addition to the requirements of the Uniform General
Conditions, Supplementary General Conditions, Forms,
Specification Sections found in Division 1 through Division
16 and all Drawings.
1.01 WORK INCLUDED
A. The work shall include all heating, air
conditioning and ventilation work shown in the
Drawings and as indicated or implied herein.
B. Lifting, moving, re -setting and/or modifications
to existing equipment, curbs, service lines,
etc.
C. Installation of all sleeves and the cutting and
patching of all holes necessary for the _
convenient and proper installation or
disconnects and reconnections of the Work.
D. Any work installed without regard to the work of �-
other trades which must, in the opinion of the
Architect, must be relocated to permit the
installation of other work, shall be moved and
reinstalled as a part of this work without
additional cost to the Owner.
E. Existing conditions such as pavements, _
sidewalks, interior and exterior finishes and
other work shall be restored to its original or
better condition where disturbed by the work of
this Section.
F. Includes the setting of Owner supplied curbs and
temporary waterproofing for the removal and
installation of a new HVAC unit.
1.02 QUALITY CONTROL
A. The Contractor(s) performing work under this
Section shall be qualified in their respective
trade(s) with a minimum of five (5) years
documented experience in working with the
AMTECH ROOFING CONSULTANTS, INC.
15100 - 1
■• RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
systems currently existing or herein specified.
B. The Mechanical Contractor shall carry a State of
Texas Class "A" license which shall be in effect
( at the time the project is bid and shall be
maintained throughout the duration of the
�.. project. All requirements of the license and
its administration shall be met in full.
C. All work shall be in strict conformance to the
requirements of the latest accepted edition of
the Uniform Mechanical and Plumbing Codes and
any other codes which might be in force in the
'.. jurisdiction in which the Work is performed.
1.03 PLANS AND SPECIFICATIONS
A. Plans and Specifications or these Construction
Documents are to be considered as mutual
complements or both. If conflicting
requirements are indicated, the most restrictive
requirements shall apply as determined by the
Architect. Information provided herein and on
the Drawings is as accurate and complete as
could be secured at the time of preparation of
this design, but complete and timely accuracy is
not represented as being wholly accurate.
B. The intent of the Plans and Specifications is to
provided complete functioning systems in every
respect. The Contractor shall—furnish all
material and equipment and shall perform all
labor to achieve this intent, whether or not
such material or equipment is indicated by the
Plans and Specifications. Whenever the term
"provide" is used, it shall mean "furnish and
install".
C. Errors or discrepancies in the Plans and
Specifications shall be referred to the
Architect prior to submission of a bid to the
Owner. Requests for extra costs due to failure
to advise of design errors, omissions or
interferences prior to bidding shall be denied
and the Contractor -shall complete the
installation in an acceptable manner without
additional compensation.
t... D. Routing of pipe and ductwork and location,
disconnect and reconnection of existing
equipment, apparatus and other devices shown on
the Drawings are for general guidance. The
Contractor shall coordinate his work with other
Contractors and shall provide necessary
AMTECH ROOFING CONSULTANTS, INC.
15100 - 2
4. ,
RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
deviations in routing as far as 10'-0" from
those shown or referred to in this Section to
provide systems as specified or implied, without
interference and pursuant to these requirements
at no additional cost to the Owner.
1.04 PRODUCT DELIVERY, STORAGE AND HANDLING
A. Materials shall be delivered in bulk as
necessary so as to provide continuous operations
and no delay in the progression,of the work.
Schedule and coordinate with the Owner all
necessary deliveries so as to cause the least
inconvenience to the Owner's daily activities.
All deliveries and unloading or loading
activities shall be the responsibility of the
Contractor with the Owner in no way responsible
for same.
B. Store all products in accordance with
manufacturer's instructions, with seals and
labels intact and legible. Store materials
subject to weather and water damage in fully
enclosed watertight trailers. Maintain all
materials within temperature and humidity ranges
required by manufacturer's instructions.
C. For exterior storage of products, place on
sloped supports above ground. Cover products
subject to deterioration with impervious sheet
covering. Provide ventilation -and any required
heating to avoid condensation.
D. Store flammable products away from the building
with all cans having lids sealed. Provide
manufacturer's safety data sheets for all
products delivered to the jobsite. Band
together all loose pipe sections and stack no
more than one pallet high. Store all loose
fittings in marked boxes by size and type.
E. Arrange storage to provide access for
inspection. Periodically inspect to assure
products are undamaged, and are maintained under
required conditions.
F. Advise the Owner's maintenance personnel a
minimum of forty-eight (48) hours in advance of
the shutdown of any equipment or service.
1.05 SUBMITTALS
A. Submit product data and certificates under
AMTECH ROOFING CONSULTANTS, INC.
15100 - 3
RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
provisions of Section 01300. Provide
manufacturers printed data on all materials
provided including, but not limited to the
following:
1. Piping and fittings.
2. Ductwork.
3. Duct insulation.
4. Hangers and fasteners for piping and
ductwork.
B. Submit shop drawings indicating the following at
a minimum. Shop Drawings shall be to scale and
shall show all materials, fittings, new and/or
existing equipment and all incidentals to the
work required.
1. Layout of ductwork and/or piping.
2. Riser diagrams.
3. Hanger diagrams indicating proposed
attachment and locations.
4. Ductwork jointing and all special
sheetmetal and insulating conditions.
C. Submit a schedule indicating proposed time of
disconnect and reconnection of existing
condition and proposed time each piece of
equipment shall be out of operation.
' I
D. Submit a plan of equipment removal and
reinstallation indicating all procedures
including method of evacuation and capture of
fluorocarbons, controls maintenance, start-up
after reinstallation, hoisting and lifting, and
any other items specific to the equipment being
affected.
1.06 CLOSEOUT PROCEDURES AND WARRANTY
j A. Prior to substantial completion submit operation
and maintenance instructions in accordance with
the provisions of Section 01700.
B. Maintain record drawings of conditions
throughout construction indicating deviations
from the original Construction Documents and/or
[
Shop Drawings. Prior to substantial completion
submit two (2) record copies of redmarked prints
�*• of the original Drawings and Shop Drawings to
the Owner indicating all changes.
C. All work provided under this Section shall be
warranteed for a period of not less than one-
AMTECH ROOFING CONSULTANTS, INC.
15100 - 4
RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
year from the date of Substantial Completion of
the overall project.
PART 2 - PRODUCTS
2.01 Piping Systems
A. Piping Materials
1. Steel Pipe: ASTM A53B.
2. Malleable Iron Threaded Fittings:. ANSI
B16.3.
3. Flange Bolt, Sets: ASME Pressure Piping.
4. PVC Piping: Schedule 40.
5. PVC Fittings: Schedule 40.
B. Rooftop Pipe Support Systems
1. All piping supported on the roof shall be on
one of the two following systems with the
hardware for each system being provided by
this Contractor. The Roofing Contractor
shall be responsible for all curbs and
flashings, traffic support pads, sheetmetal
flashings, etc., as required for the proper
and final installation of these support
systems.
2. Miro Industries, Inc. or equal.Support No.
48R: For support of single gas lines 1-1/4"
diameter and less and single electrical
conduit 2" diameter and less and all PVC
condensate lines. Space so as tonot allow
appreciable sagging in any line._
3. Roller Assemblies as shown on Drawings:
Comprised of a Unistrut channel mounted with
galvanized steel bolts through neoprene _
washers into metal capped curb assemblies.
Wedge type galvanized steel inserts with
3/8" galvanize steel all -thread and a steel
roller assembly designed for the unimpeded
movement of larger single pipes. Provide
with upper roller assemblies to prevent the
pipe from lifting from the lower rollers. _
Install upper and lower rollers so as to not
bind pipe and prevent movement. Adjust
assemblies to provide for horizontal support
of pipe at spacings not exceeding 10'-0"
apart and within 12" of all corners and
tees. Provide for -gas piping in excess of
1-1/2" diameter and electrical conduit in
excess of 2" diameter.
AMTECH ROOFING CONSULTANTS, INC.
15100 - 5
0 -ft RE -ROOF LUBBOCK HEALTH DEPARTMENT
f'
CITY OF LUBBOCK
r2.02 SHEETMETAL DUCTWORK
A. Provide ductwork extensions or modifications
where required due to the movement or raising of
mechanical equipment. All ductwork shall
conform to the following standards.
1. Low pressure ducts shall be constructed of
galvanized steel sheets in accordance with
the recommended construction for low
pressure ductwork insofar as gauges of metal
to be used, bracing of joints and joint
construction as established in HVAC DUCT
CONSTRUCTION STANDARDS, First Edition, as
published by Sheetmetal and Air Conditioning
Contractors National Association, Inc.
(SMACNA).
2. Unless indicated otherwise, all ducts shall
be constructed in conformance with 1" w.g.
pressure class.
3. Make square elbows where shown or required,
with factory -fabricated turning vanes. Make
all other changes in direction with rounded
elbows having a centerline radius equal to
1-1/2" times the width of the duct in the
plane of -the bend.
4. Make transformations in duct shape or
dimension with gradual slopes on all sides.
Make increases in dimensions in the
direction of air flow, with a maximum sloe
of 1" in 7" on any side. Make decreases in
dimensions in the direction of air flow with
a slope of 1" in'4" where conditions
necessitate.
5. Ducts in excess of. 36" in any transverse
dimension shall utilize SMACNA "J" and "F"
connections.
B. Line all ducts with 1" thick Manville
"Linacoustic" or equal mat faced duct liner
coated with neoprene on one side. Average
thermal conductivity shall be .26 but-in./sq.
ft. -degree F. at a mean temperature of 75 F.
Install per manufacturer's recommendations using
weld pins or Tuffbond or equal adhesive with
adhesive type metal clips. The ductwork
insulation shall not reduce the existing air
flow area of any duct.
AMTECH ROOFING CONSULTANTS, INC.
15100 - 6
RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
C. Apply Kingco Seal -Rite 18-120, Blue Glue;
Hardcast or equal duct sealer to all interior
and exterior duct joints.
PART 3 - EXECUTION
3.01 PIPING INSTALLATION
A. Install piping as indicated on the Drawings or
where it currently exists and as is necessitated
by the moving of'associated mechanical units.
The location of rooftop lines are shown on the
Drawings. The Contractor shall be responsible
for determining the extent of work required
below deck for any piping relocation or
modifications.
B. All systems shall be straight and true and
properly graded for correct flow of contained
materials and to provide drainage. Cut pipes
accurately to measurements established at the
building and work into place without forcing or
springing.
C. Make all changes in pipe sizes with reducing
fittings. Use no long screws or bushings.
D. Install support systems, hangers and insulation
as designated in Part 2 of this Section.
3.02 HOISTING
The Contractor shall be responsible for hoisting all
materials and equipment to be furnished, modified,
relocated or installed under this Section. All
hoisting shall be compliant with all city, state and
federal codes and regulations.
3.03 ACOUSTICS AND VIBRATION
A. All items, new or reinstalled under this
Section, which are a source of noise and/or
mechanical vibration generation shall be
installed with proper attenuation provisions
including absorbers, isolators or mufflers as
required to prevent objectionable noises and
vibrations within the building.
B. Where absorbers or isolators are found to be
deteriorated or damaged prior to equipment
relocation, such conditions shall be called to
the attention of the Architect and work shall
AMTECH ROOFING CONSULTANTS, INC.
15100 - 7
k
RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
not proceed until such time as the issue is
addressed. Where these devices are determined
to be in good condition they shall be
i^ reinstalled in working order.
3.04 REMOVED MECHANICAL EQUIPMENT
All mechanical equipment, wiring, copper components
and controls determined to not be reused remains the
property of the Owner and shall be delivered to its
designated storage location on the same day as its
removal. Any materials lost in transit shall have
its value restored to the Owner. Any equipment
designated to be removed and not returned to the
Owner and any conduit or steel piping not reused by
the Contractor shall be disposed of as part of this
contract.
3.05 TESTING OF RELOCATED MECHANICAL EQUIPMENT AND LINES
A. All equipment which is moved or disturbed shall
have testing conducted.
B. Pressure testing shall be as follows:
1. The refrigerant piping shall be tested
before any covering is applied, using carbon
dioxide or dry nitrogen, and Freon under
pressure as hereinafter specified.
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 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
7, AMTECH ROOFING CONSULTANTS, INC.
15100 - 8
r
RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
shall then be conducted again in the same
order as listed above.
5. After the system is found to be leak -free by
the aforementioned process, Freon shall be
introduced with an inert gas at the same
pressures, hereinbefore specified, at a rate
of 1/2 lb. per ton of refrigeration. All
joints shall then be carefully tested with a
halide torch or electronic leak detector and
any leaks found shall be repaired as
specified above. After the system is found
to be tight, it shall be allowed to stand
under test pressure, disconnected from the
pressure source, for a period of 24 hours.
If the system loses pressure, other than
that caused by temperature changes, then
further tests for leaks shall be made.
C. System Evacuation shall be in accordance with
the following procedures.
1. After completion of the above pressure
tests, the system shall be evacuated using
an approved auxiliary vacuum pump.
2. Connections for evacuation shall be in
accordance with manufacturer's
recommendations.
3. A vacuum dehydration indicator shall be
used. Dial -type gauges are not acceptable.
4. The vacuum pump shall be operated until a
vacuum in excess of 150 microns is obtained
and has been maintained for a period of at
least four hours. The vacuum shall then be
broken with Freon and the system shall again
be evacuated.as specified.
5. Evacuation shall not be undertaken when the
ambient temperature around the equipment is
lower than 70 degrees F.
D. Charging of the systems shall be given through
the charging valve in -the high side passing all
the liquid refrigerant through a charging
dehydrator. All charging lines and gauges shall
be purged of air prior to connection with the
system. -The refrigerant shall be unused and
shall be delivered in clean drums. After the
system is fully charged, it shall be started and
while in operation tested again for leaks with a
halide torch or electronic leak detector. After
successful completion of all these tests, the
AMTECH ROOFING CONSULTANTS, INC.
15100 - 9
RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
4'.
Y
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 immediately repaired
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
construction of 18 -gauge galvanized sheetmetal
with all joints fullysoldered. 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 points shall
be provided. The caps shall be fastened with
galvanized or stainless screw screws with
neoprene -head washers and shall be spaced at a
maximum of 16" on center with a minimum of two
screws on each side. Sides with dimensions of
less than 8" require one fastener per side.
C. See the Drawings and Specification Section 06100
for wood curbs to be installed by others.
END OF SECTION
AMTECH ROOFING CONSULTANTS, INC.
15100 _'10
r
RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
SECTION 16000
ELECTRICAL
PART 1 - GENERAL
RELATED REQUIREMENTS:
The requirements of this Section are an extension and are in
addition to the requirements of the Uniform General
Conditions, Supplementary General Conditions, Forms,
Specification Sections found in Division 1 through Division
16 and all Drawings.
1.01 A. The Contractor's electrical sub -contractor is
directed to General Conditions, for provisions
which may apply to the work under this Section
B. These specifications include all labor,
materials, equipment and related items required
to disconnect and re -connect all equipment,
electrical relocations as required and to
complete the work within the intent of the
drawings and specifications, whether or not
specifically mentioned. For this reason, the
Contractor shall visit the site before
submitting his bid and familiarize himself with
the areas in which work is to be_ done.
Electrical work necessary for this project —
includes but is not limited to the resetting of
conduit for building and HVAC units, removal of
unused conduits, the disconnecting and
,reconnecting of electrical supply to HVAC units
scheduled to receive new curbs, etc., all in
accordance and necessary to achieve proper
flashing heights and details as set forth.
C. Set all sleeves and cut and patch all
miscellaneous holes necessary for the
convenient and proper installation of the Work
according to Sections as applicable. Required
holes through existing masonry construction
with an area of less than 35 square inches
shall be considered miscellaneous holes.
D. Any work installed without regard to the work
of other crafts which must, in the opinion of
the Owner's Representative, be moved to permit
the installation of other work, shall be moved
and replaced as a part of this work without
extra charge. --
AMTECH ROOFING CONSULTANTS, INC.
16000-1
RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
Wi
E. Removed conduits shall have all associated wire
t and cables taken back to associated circuit
t breaker, fuse box or other such junction so as
to allow for complete removal with no
exceptions taken with regards to safety or code
requirements.
1.02 PLANS AND SPECIFICATIONS
A. Plans and Specifications are to considered as
mutually complementary, and requirements of one
shall be considered as requirements of both.
If conflicting requirements are shown, the most
restrictive requirement shall apply as
ascertained by Owner's Representative.
B. The intention of the Plans and Specifications
is to provide complete functioning systems in
every respect. Contractor shall furnish all
materials and equipment and shall perform all
labor required to achieve this intent, whether
or not such material and equipment is indicated
herein. Wherever the term "provide" is used,
it shall mean furnish and install.
C. All plans and specifications shall be examined
by the Contractor prior to submission of
quotations to determine systems interface and
conditions which could cause interface of
deviations in equipment locations and routing.
Errors or discrepancies on the plans or in
specifications shall be referred to the Owner's
Representative prior to submittal of bid to the
Owner. Requests for extra costs due to failure
to advise of design errors, omissions or
interferences prior to bidding shall be denied
and Contractor shall complete the installation
in an acceptable manner without extra
compensation.
D. Routine of conduit on roof surface with
extensions for flashing devices is shown on
plans for -general guidance. The Contractor
shall coordinate his work with all trades and
shall provide necessary deviations in routing
as far as 10 feet from those shown to provide
systems as specified or implied, without
interference and pursuant to these requirements
at no additional cost to the Owner.
AMTECH ROOFING CONSULTANTS, INC.
F16000-2
t
RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
E. Manufacturer's latest printed instructions and
recommendations are to be followed at all times
regarding all equipment disconnects and re-
connects and covering points not listed or
shown on the drawings or described in the
Specifications.
F. Layout and installation of electrical work
shall be coordinated with the overall re-
roofing work and other trades to prevent delay
in completion of the project. Complete
Drawings and Specifications for the entire job
shall be available at the job site.
G. Conduit shall be installed.or relocated to
allow for the installation of the proper
supports.
1.03 SHOP DRAWINGS AND PRODUCT.DATA
The Contractor shall submit shop drawings for all
work required by this Section of the Specifications.
1.04 RELATED
Contractor shall follow and be responsible for all
necessary contract closeouts, hoisting, caulking and
sealants, hangers and related items pertaining to
this contract as dictated by the specification
contract documents.
PART 2 - MATERIALS
2.01 MATERIALS
A. Where mechanical items must be disconnected and
re -connected as necessary by the re -roofing of
the specified areas at these facilities, all
wires, conduits, panels, motor starters,
raceways, switches, stations, etc. shall be
replaced or renewed to match existing if
damaged, cut or needing extension, etc. All
materials shall meet the minimum standards of
the National Electrical Code, 1992 edition.
B. Prior to installation, coordinate all necessary
work with Owner's Representative for proper
approval.
AMTECH ROOFING CONSULTANTS, INC.
16000-3
RE -ROOF LUBBOCK HEALTH DEPARTMENT
CITY OF LUBBOCK
t
PART 3 -EXECUTION
3.01 Work shall be performed by a qualified electrical
contractor, licensed to do work in the City of
Lubbock in which the work is located and the State of
Texas. All workmanship shall be in compliance with
all code requirements and shall be inspected as
required by all governing authorities. All work will
meet the minimum standards of the National Electrical
Code, 1992 edition.
All work necessary shall be in compliance with
Owner's requests for proper scheduling and so that
the least amount of interference with daily
production and administration duties is required.
ALL MECHANICAL, PLUMBING AND ELECTRICAL WORK.WILL CONFORM TO
THE REQUIREMENTS OF THE LATEST EDITIONS OF THE NATIONAL
MECHANICAL, PLUMBING AND ELECTRICAL CODES.
END OF SECTION
AMTECH ROOFING CONSULTANTS, INC.
7 16000-4
r