HomeMy WebLinkAboutResolution - 4398 - Contract - MAC Roofing Inc - LIA Roofing & Waterproofing - 02_24_1994Resolution No. 4398
February 24, 1994
Item #11
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock BE and is hereby authorized and directed to
execute for and on behalf of the City of Lubbock a Contract and all related documents by and
between the City of Lubbock and MAC Roofing, Inc. of Port Arthur, Texas, to furnish and install
all materials as bid for the Lubbock International Airport Roofing and Waterproofing for the City
of Lubbock, which contract is attached hereto, which shall be spread upon the minutes of the
Council and as spread upon the minutes of this Council shall constitute and be a part of this
Resolution as if fully copied herein in detail.
Passed by the City Council this 24th day of February 1994.
ATTEST:
Betty M. o son, CitV Secretary
APPROVED AS TO CONTENT:
Victor Kilmadpurchasing Manager
APPROVED AS TO
Assistant City Attorney
DGV:dp1GAccdocsVAACR00F.Rcs
Febuary 15. 1 SKA
I
I
i
1994 Re -roofing & Waterproofing
Lubbock International Airport
r. Lubbock, Texas
Project Bid No. 12774
ARCHITECT
Joe D. McKay, AIA Architects
1402 AVENUE N
LUBBOCK, TX 79424
(806) 744-4490
Fax (806) 744-4494
CONSULTING ARCHITECT
Amtech Roofing Consultants, Inc.
9390 RESEARCH, SUITE 300
AUSTIN, TX 78759
�512
512) 346-4260
tax 343-0897
I
Project No, 9329 Set No.
Date: November 30, 1993
IE
7
JOE D. MCKAY A.I.A.
MEMBER AMERICAN INSTITUTE OF ARCHITECTS 1402 AVENUE N
LUBBOCK, TEXAS 70401
(806)744-4480
FAX(806)744-4484
LUBBOCK INTERNATIONAL AIRPORT
1994 REROOFING & WEATHERPROOFING
PROJECT BID NO. 12774
LUBBOCK, TEXAS
ADDENDUM NO. 1 TO THE CONTRACT DOCUMENTS DECEMBER 9, 1993
All bidders are asked to note the following changes, additions, omissions and/or corrections to the original
Bidding Documents. Instructions issued in this Addendum are to be a part of the Contract and the Bidders
are asked to adjust their proposals accordingly.
Item 1:
NOTICE TO REVISED BID DATE: The bid date for this project has been changed to Thursday,
January 6, 1994, at 2:00 p.m. Bids will be received. at the Municipal Building, 1625 13th Street,
Lubbock, Texas.
i.
e
L
.
JOE D. MCKAY A.LA.
MEMBER AMERICAN INSTITUTE OF ARCHITECTS
1402 AVENUE N
LUBBOCK, TEXAS 79401
r(806)744.4490
FA X(808)744.4404
LUBBOCK INTERNATIONAL AIRPORT
1994 RE -ROOFING & WEATHERPROOFING
PROJECT BID NO. 12774
t,
LUBBOCK# TEXAS
1.
ADDENDUM NO. 2 TO THE CONTRACT DOCUMENTS DECEMBER
13, 1993
rAll
bidders are asked to note the following changes,
additions, omissions and/or corrections to the
original
Bidding Documents. Instructions issued in this
Addendum are
r
to be a part of the Contract and the Bidders are
asked to
adjust their proposals accordingly.
,!
Item 1:
Sheet Rl: Revise the Staging Area Schedule as
follows.
S.A. I: 105A 106A 107A 108A
106A1 107A1 108B
106B 107B
106C 107C
S.A. II: lA OA 101A 102A 103A
104A
OA1 101A1 102B
OA2 101A2
S.A. III: 2A 3A 4A 5A MECH.
1
3B 4A1 5A1 MECH.
2
3A1 4B 5B
S.A. IV: 6A 7A 8A 9B MECH.
3
r
6B 7A1 8A1 MECH.
4
1
7B 8A2
8B
f
S.A. V: 9A 10A 11A 12A 13B
MECH. 5
`
9A1 10B 11A1 12A1
MECH. 6
11B 12B
r.
r
r LUBBOCK INTERNATIONAL AIRPORT
ADDENDUM 2 PAGE 2
..
S.A.
VI:
13A
14A
13A1
14B
S.A.
VII:
15A
16A
17A
own
16A1
17A1
16B1
17B1
S.A.
VIII:
15B
16B
17B
18A
18B
E
S.A.
IX:
101C
OC
1C
101 D
OD
1 D
S.A.
X:
2C
3B1
4B1
5B1
2D
3C
4C
5C
r•
3D
4D
5D
3E
4E
5E
S.A.
XI:
6B1
7B1
8B1
9B1
t
6C
7C
8C
9C
6D
7D
8D
9D
7E
8E
9E
S.A.
XII:
1OB1
11B1
12B1
13B1
10C
11C
12C
13C
10D
11D
12D
13D
11E
12E
13E
S.A.
XIII:
14C
15C
16C
17C
14D
15D
16D
17D
S.A.
XIV:
ALL
OTHER AREAS NOT
LISTED ABOVE
I
Item 2: Note the following detail flag changes on the
Drawings.
Sheet 2:
1) Detail flag on Roof Area 1114C" indicating Roof Drain
will be changed from 7/R10 to 4/R10.
2) Detail flag at thru parapet at west side of Roof Area
"12B" will be changed from 3/R8 to 1/R8.
r 3) Detail flag at south side of Roof Area 1112D" will be
changed from 1/R8 to 3/R8.
4) Detail flag thru parapet on east side of Roof Area 1112D"
r will be changed from 3/R8 to 1/R8.
Sheet R3:
r
i
1) Detail flag on Roof Area "10C" indicating Roof Drain
L' will be changed from 9/R8 to 4/R10.
r
r�
r`
PM
LUBBOCK INTERNATIONAL AIRPORT
ADDENDUM 2 PAGE 3
2) Detail flag on Roof Area 119C" indicating Ductwork to
read 2/R9 "Similar".
3)
Detail flag on Roof Area 119B"
at Mech. 4
indicating RVAC
Unit will be changed from 4/R8
to 3/R10.
4)
Detail flag on Roof Area 119B"
at Mech. 4
indicating
I -Beam Column will be changed
from 8/R9
to 7/R9.
5)
Detail flag on Roof Area 018A1"
at junction with Roof
Area 118A" will be changed from
1/R11 to
5/R9.
6)
Detail flag on Roof Area 115B"
at Mech. 2
indicating Vent
Curb will be changed from 7/R9
to 2/R10.
7)
Detail flag on Roof Area 114D"
indicating
Roof Drain will
be changed from 5/R8 to 13/R9.
8)
Detail flag on Roof Area 012C"
indicating
Parapet Wall
will be changed from 9/R8 to 1/R8.
9)
Detail flag on Roof Area 112C"
indicating
Scupper will be
changed from 9/R8 to 2/R8.
10)
Detail flag on Roof Area "iB"
indicating
Expansion Joint
will be changed from 9/R8 to 10/R8.
Sheet
1)
R4:
Detail flag on east side of Roof
Area 01107C"
will be
Sheet
changed from 8/R8 to 17/R10.
R8:
1)
Details 3, 4 and 6 on this page
shall be
changed.
Reference Parapet Wall Detail
1/R8 for raised curb and
new roof system.
Item
3:
All Roof Drains located in the field of the roof (Base Bid
only and does not include sidewall sumps) to be removed and
replaced with new "Zurn" Z-100 EC or equal roof drain. Size
to match existing.
Item 4:
Specification Section 01010, Article 103.B.1. shall be
changed to not require the subcontractors to provide bonds to
the prime contractor unless required to do so by the prime
contractor.
r
f-' LUBBOCK INTERNATIONAL AIRPORT
ADDENDUM 2 PAGE 4
PW
Item 5:
The Type IV asphalt may be changed to Type III asphalt for mopping
the insulation, the modified bitumen base sheet and cap sheet and
base flashings provided the change is acceptable to the primary
membrane manufacturer and is so indicated in writing by the
manufacturer.`
r,
Item 6:
r" Specification Section 07220, Article 2.02.C. shall be changed to
read:
Loading Area Roofs: (Typ. Roof Areas 1D, OD, 101D, etc.)
1. Nail fiberglass base sheet to meet I-90.
2. Mop one layer 1 1/2" polyisocyanurate insulation board
in Type Iv asphalt.
3. Mop one layer 3/4" perlite in Type IV asphalt.
Item 7:
Sheet R10, Detail 12 - Substitute the attached detail.
Item 8:
Sheet R10, Detail 11 shall be changed as follows:
1. The conduit shall be changed from metal to PVC schedule 40.
r 2. The conduit trough in this detail shall be provided and
installed by the Electrical Subcontractor. The joints
in the trough shall be sealed with the specified sealant
pressed between the metal pieces which will lap a
minimum of 3".
Item 9:
The Liquidated Damages will change from $1,000.00 per calendar day
to $500.00 per calendar day.
Item 10: Contractor's Proposal
The attached revised Contractor's Proposal dated 12/13/93, shall
be used to submit bids in lieu of the original proposal bound in
Specifications.
Item 11:
Specification Section 01020: Bid Items. This section revised
,.- 12/13/93 shall replace section bound in specifications.
END OF ADDENDUM NO.2
r
r
o`
r�
DRIVE -PIN£
24" O.C.
PRECAST
WALL LINE
0
F
IWO
I
NEW PLASTER STOP -
ANGHOR W/ DRIVE -PINS
m 24" O.G.
CONT. SEALANT BETWEEN
RECEIVER AND PLASTER
STOP
REMOVE EXIST. AGG. PANEL
S.M. COUNTERFLASHING -
` 12 COUNTERFLASNING RECEIVER -TYPICAL
R103„ 2 1' - 0„
REV15ED DETAIL
r
E
d
{
LU55OCK INTERNATIONAL AIRPORT
1•' 1994 REROOFING AND WATERPROOFING
PROJECT NO. 9329
ADDENDUM NO. 2
i
DATE: DEC, 10, 1993
ROOF REPLACEMENT AND WATERPROOFING Revised 12/13/93
LUBBOCK INTERNATIONAL AIRPORT
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.
01020 - 1
RQOF .REPLACEMENT AND WATERPROOFING Revised 12/13/93
LUBBOCK INTERNATIONAL AIRPORT
r
` 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.
A) Wood Replacement:
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 1"
thickness replacement of
deteriorated
gypsum fill.
8)
Per square
foot of 1"
thickness replacement of
deteriorated
lightweight
concrete fill.
9)
Per lineal
foot replacement of 5/8" conduit with 5
wires.
10) Per lineal foot replacement of 3/4" conduit with 5
.wires.
11) Per lineal foot replacement of ill conduit with 5
wires.
12) installation of new electrical junction boxes with
all required connections to feeding conduit and
existing light fixtures.
END OF SECTION
01020 - 3
l ROOF REPLACEMENT AND WATERPROOFING REVISED 12/13/93
l LUBBOCK INTERNATIONAL AIRPORT
PART_Z_-_.PRODUCTS
NOT USED.
PART-3..-EXECU.TI-ON
Note that all work contracted under this project will be awarded
as a single lump sum contract to a single bidder. The Owner
reserves the right to reject any and all bids and to award the
alternates in the best interest of the City of Lubbock.
Base Bid No. 1: Base Bid No. 1 shall include all work shown and
specified required to construct all work incuded for the roof
replacement of the Original Terminal Building.
Base Bid No. 2: Base Bid No. 2 shall include all work shown on
the Drawings and specified in Sections 01510, 04500 and 07900 for
l exterior surface waterproofing of the original Terminal Building.
l Alternate No. 1: Alternate No. 1 shall include all work shown and
r specified required to construct all work included in the roof
repair for the East Terminal Addition.
Alternate No. 2: Alternate No. 2 shall include all work shown and
l specified required to construct all work included in the roof
l repair for the South Terminal Addition.
Alternate No. 3: Alternate No. 3 shall include all work shown and
specified required to construct all work included in the exterior
envelope waterproofing of the East Terminal Building.
Alternate No. 4: Alternate No. 4 shall include all work shown and
specified required to construct all work included in the exterior
envelope waterproofing of the South Terminal Addition.
Alternate No. 5: Alternate No. 5 shall include all labor and
material to replace 6,500 LF of 3/4" conduit with its associated
wiring, and to install a total of 600 connections with new
junction boxes and associated wiring as per Original Terminal
Building.
Allowance: An allowance of $10,000.00 for costs associated with
changes in the work and unforeseen conditions not covered by the
Construction Documents and as duly authorized by Owner and
Architect. This amount will be included in Base Bid No. 1. Any
unused portion of the Allowance will be credited by Owner by Final
Change order.
01020 - 2
1'
JOE D. MCKAY A.LA.
r ARCHITECTS
MEMBER AMERICAN INSTITUTE OF ARCHITECTS 1402 AVENUE N
LUBBOCK, TEXAS 78401
(806)744-4490
FAX(806)744-4494
LUBBOCK INTERNATIONAL AIRPORT
1994 REROOFING & WEATHERPROOFING
PROJECT BID NO. 12774
LUBBOCK, TEXAS
ADDENDUM NO. 3 TO THE CONTRACT DOCUMENTS DECEMBER 30, 1993
All bidders are asked to note the following changes, additions, omissions and/or corrections to the original
Bidding Documents. Instructions issued in this Addendum are to be a part of the Contract and the
Bidders are asked to adjust their proposals accordingly.
IN THE SPECIFICATIONS:
Item 1:
As a clarification to "Unit Prices" found on the Contractor's Proposal, and to Items 9, 10, and 11 of
Section 01020-Bid Items, found in Addendum No. 2, please note the following:
1. All conduit unit prices shall be bid with PVC Pipes and connections fittings.
2. Change 5/8" conduit with five (5) wires to 1/2' PVC conduit and five (5) wires.
Item 2:
GENERAL INSTRUCTIONS TO BIDDERS: Change Item 8 - Guarantees, to read:
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 when such defects appear within two years 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).
Item 3:
SPECIAL CONDITIONS
Part I. Airport Operations Security
r F. Vehicle Escorts. Add the following:
I The Contractor shall provide a chase vehicle for debris clean-up response on the Airport
property including a driver and FAA approved trans -receiver radio which the driver is qualified to
operate. The Lubbock International Airport will provide training in the radio's operation and will
r provide a license for use on the Airport property during construction at the Pre -Construction
I Conference.
Item 4:
SECTION 07220 - ROOF INSULATION, 2.01.A.: Perlite board may be provided in 24" x 48"
sheets.
Item 5:
r SECTION 07220 - ROOF INSULATION, 2.01.C.: Isocyanurate insulation board may be provided in
I any standard manufacturer's size up to 48" x 96".
Item 6:
SECTION 07220 - ROOF INSULATION, 2.02.A.: It is unlikely that 1-90 certification can be obtained
1 for base sheet fasteners in the existing gypsum or lightweight concrete decks. It is the intent of the
Construction Documents to provide fasteners in the pattern required to meet 1-90.
Item 7:
SECTION 07220 - ROOF INSULATION, 2.03.D. & E.: ES FM-45 base sheet fasteners are
acceptable.
FAddendum 3 - 1
[1
a
r LUBBOCK INTERNATIONAL AIRPORT ADDENDUM NO. 3
1994 REROOFING & WEATHERPROOFING DECEMBER 30, 1993
PROJECT BID NO. 12774
r
Item 8:
SECTION 07220 -ROOF INSULATION, 3.02.8.7. & 8.: Perforations in the plastic are to be of a
size determined by the Contractor to reasonably limit the passage of debris in high winds.
Item 9:
SECTION 07540 - MODIFIED BITUMEN ROOFING, 2.06.D.: Aluminum termination bars are
acceptable in lieu of 1/8" x 1" hot dipped galvanized steel bar stock. Additional fasteners may be
required to limit bowing of the bar and to provide positive fastening to meet manufacturer's
requirements.
Item 10:
SECTION 07900 - JOINT SEALERS, 1.02.C.: This reference to silicone is for the hot vent pipe
sealant specified under 2.01, "Hot Vent Pi a Sealant". The butt -glazed windows do not require
�- sealing of the glazing between panes In this contract.
r
ON THE PLANS:
Item 8:
SHEET R9, DETAIL 12: Where the vertical concrete panel Is precast concrete and does not have an
applied marblecrete finish, the metal detail shall change to a pre -finished metal receiver which will be
surface mounted and caulked at its top. The base pre -finished metal angle piece shall terminate in the
new receiver.
END OF ADDENDUM NO. 3.
Addendum 3 - 2
r-
7
JOE D. McKAY A.I.A.
MEMBER AMERICAN INSTITUTE OF ARCHITECTS
LUBBOCK INTERNATIONAL AIRPORT
1994 REROOFING & WEATHERPROOFING
PROJECT BID NO. 12774
LUBBOCK, TEXAS
ADDENDUM NO. 4 TO THE CONTRACT DOCUMENTS
1402 AVENUE N
LUBBOCK, TEXAS 79401
(808)744-4490
FAX(806)744-4494
JANUARY 4, 1994
All bidders are asked to note the following changes, additions, omissions and/or corrections to the original
Bidding Documents. Instructions issued in this Addendum are to be a part of the Contract and the
Bidders are asked to adjust their proposals accordingly.
IN THE SPECIFICATIONS:
P" Item 1: As a clarification to Section 07900 - Joint Sealers:
Do not plan on caulking those marblecrete joints which utilize an existing metal control joint.
Those joints which extend through the entire marblecrete and precast panels will be expected
to be caulked as specified and detailed. The plans do not delineate which joints are metal
formed and which are continuous through the entire precast panels. On site verification will be
necessary for proper joint count.
ON THE PLANS:
Item I. -
Roof Areas 15A, 16A1, 16B1, 17A1, 17B1, 8A1, 1A, OA1, 101A1, OB1, 101A, 106A1, 106C, 107A1
and 107C as shown on the Roof Plans on Sheets R2, R3 and R4 shall be included in the Base
Bid. The waterproofing work on the walls and beams associated with each of these excepting
8A1 shall remain a part of their respective alternates.
,., Item 2: On Sheet R-1: Change the scale on the Roof Plan to read 1" = 40' - 0" .
Item 3: On Sheet R-2: Change the scale on the Partial Roof Plan to read 1 /16" = 1' - 0".
Item 4: On Sheet R-3: Roof Area 10B
A mechanical screen similar to the one shown on north roof area 6B has been mistakenly
omitted. Adjust bids so that proper flashing of the mechanical screen supports will be
incorporated as per plans and specifications.
F
F
END OF ADDENDUM NO. 4.
Addendum 4 - 1
F
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
7 TABLE OF CONTENTS
SECTION TITLE WAGE N[JMBER
l
DIVISION 0
- BIDDING AND CONTRACTS
Notice to Bidders
r-
General Instructions to Bidders
Bid Proposal - Bid for Lump Sum
Contract
Payment Bond
Performance Bond
Certificate of Insurance
Contract
General Conditions of the Agreement
f
Current Wage Determination
Notice of Acceptance
1
- GENERAL REQUIREMENTS
DIVISION
01010
Summary of Work.-
01010-1
thru
01010-3
01020
Bid Items
01020-1
thru
01020-3
i
01030
Special Conditions
01030-1
thru
01030-3
01041
Project Coordination
01041-1
thru
01041-3
r-
01045
Cutting and Patching
01045-1
thru
01045-5
01090
Reference Standards
01090-1
thru
01090-4
01120
Alteration Project Procedures
01120-1
thru
01120-3
01300
Submittals
01300-1
thru
01300-6
r'
01400
Quality Control
01400-1
thru
01400-4
01500
Construction Facilities and
01500-1
thru
01500-6
Temporary Controls
r.
.01510
Worker Protection - Chemical
01510-1
thru
01510-7
Exposure
01600
Material and Equipment
01600-1
thru
01600-5
01610
Substitution Request Form
01610-1
thru
01610-2
�^
01700
Contract Closeout
01700-1
thru
01700-5
a
DIVISION 4
- MASONRY
^,
I
04500
Exterior Restoration & Cleaning
04500-1
thru
04500-12
06100
Carpentry
06100-1
thru
06100-5
r
1
DIVISION 7
- THERMAL AND MOISTURE PROTECTION
07220
Roof Insulation
07220-1
thru
07220-8
t
07510
Roofing Warranty
07510-1
thru
07510-2
07540
Modified Bitumen Roofing
07540-1
thru
07540-11
07600
Flashing and Sheet Metal
07600-1
thru
07600-7
07900
Joint Sealers
07900-1
thru
07900-5
I'
PAGE 1
r
1994 ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
TABLE OF CONTENTS
SECTION TITLE
DIVISION 15 - MECHANICAL
15000 General Provisions for Mechanical
and Electrical
DIVISION 16 - ELECTRICAL
16110 Raceways & Fittings
16120 Conductors
16140 Wiring Devices
.PAGE NUMBER
15000-1 thru 15000-11
16110-1 thru 16110-4
16120-1 thru 16120-3
16140-1 thru 16140-2
PAGE 2
pow
NOTICE TO BIDDERS
r
7
NOTICE TO BIDS
BID # 12774
Sealed bids addressed to Ron Shuffield, Senior Buyer, City of Lubbock, Texas, will be received
at the office of the Purchasing Manager, Municipal Building, 1625 13th St., Room L-04, Lubbock, Texas,
79401, until 2*00 o'clock p.m. on the 21st day of December. 1993, or as changed by the issuance of
formal addenda to al! planholders, to furnish all labor and materials and perform all work for the
construction of the following described project:
LUBBOCK INTERNATIONAL AIRPORT 1994 RE -ROOFING & WATERPROOFING
After the expiration of the time and date above first written, said sealed bids will be opened by
the Buyer at this office and publicly read aloud.
It is the sole responsibility of the bidder to insure that his bid is actually in the office of
Purchasing Manager for the City of Lubbock, prior to the expiration of the date above first written.
The City of Lubbock will consider the bids on the 9th day of January. 1994, 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 and payment bond in accordance with Article 5160, Vernon's
Ann. Civil St., in the amount of 100% of the total contract price in the event that said contract price
exceeds $25,000.00. Said statutory bonds should be issued by a company carrying a current age
Rating of ja or superior, as the rating of the bond company is a factor that will be considered in
determination of the lowest responsible bidder. If the contract price does not exceed $25,000.00 the
said statutory bonds will not be required.
Bidders are required, whether or not a payment or performance bond is required, to submit a
cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond
from a reliable surety company, payable without recourse to the order of the City of Lubbock In an
amount not less than 5% of the total amount of the bid submitted as a guarantee that bidder will enter
Into a contract and execute all necessary bonds (if required) within 10 days after notice of award of the
contract to him.
It shall be each bidders sole responsibility to inspect the site of the work and to inform himself
regarding all local conditions under which the work is to be done. It shall be understood and agreed that
all such factors have been thoroughly investigated and considered in the preparation of the bid
submitted.
The plans, specifications, proposal forms and contract documents may be examined at the office
! of the Purchasing Manager for the City of Lubbock, Lubbock, Texas. Plans, specifications, proposal
k forms and contract documents may be obtained from Joe D. McKay, AIA Architects, 1402 Avenue N,
Lubbock, Texas 79401, upon a deposit of $100.00 per set as a guarantee of the safe return of the plans
and specifications. The full amount of this deposit will be returned to each bidder immediately upon
return of the plans and specifications in good condition. No refund on contract documents and plans
returned later than ten (10) days after the Award of Contract will be obligatory.
Attention of each bidder is particularly called to the schedule of general prevailing rate of per
diem wage 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:
u
F
I
17 The City of Lubbock hereby notifies all bidders that in regard to any contract entered into
pursuant to this advertisement, minority and women business enterprises will be afforded equal
opportunities to submit bids in response to this invitation and will not be discriminated against on the
1 grounds of race, color, sex, disability, or national origin In consideration for an award.
{ There will be a pre -bid conference on 8th day of December. 1993. 2_:00 o'clock p.m., Blue
Room, Lubbock International Airport, Lubbock, Texas.
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
I information made available in a more accessible format or If you require assistance, please contact the
Purchasing Department at (806) 767-2167 (Monday -Friday, 8:00 - 5:00 p.m.) or 1625 13th Street
Room L-04 at least 48 hours in advance of the meeting.
CITY OF LUBBOCK
Ron Shuffield
SENIOR BUYER
F
GENERAL INSTRUMONS TO BIDDERS
F
r
G
GENERAL INSTRUCTIONS TO BIDDERS
SCOPE OF WORK
The Contractor shall furnish all labor, superintendence, machinery, equipment and all materials necessary to
complete this project in accordance with contract documents for the 1994 Reroofing & Waterproofing, Lubbock
International Airport, Lubbock, Texas.
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.
PLANS FOR USE BY BIDDERS
It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by the
contract documents be given a reasonable opportunity to examine the documents and prepare a bid without charge of
forfeiture of deposit. The contract documents, may be examined without charge as noted in the Notice to Bidders.
TIME AND ORDER FOR COMPLETION
The construction covered by the contract documents shall be fully completed as scheduled in the bid proposal
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.
PAYMENT
All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract
documents.
6. 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.
7. 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.
F
F
1
.� 8. 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).
PLANS FOR THE CONTRACTOR
r- The Contractor shall be furnished fifteen (15) sets of plans and specifications, and related contract documents for
r 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 pplans and specifications to suppliers,
subcontractors or others, as required for proper prosecution of tTe work contemplated by the Contractor
10. PROTECTION OF THE WORK
The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies,
machinery, equipment, tools, hpparatus, 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
G,
has been awarded, to require of a bidder the following information:
(a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by the proposed
contract and all work in progress with bond amounts and percentage completed.
(b) A sworn statement of the current financial condition of the bidder.
(c) Equipment schedule.
11. TEXAS STATE SALES TAX
This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04
of the Texas Limited Sales, Excise and Use Tax Act.
The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be
incorporated into the work without paying the tax at the time of purchase.
12. PROTECTION OF SUBSURFACE LINES AND STRUCTURES
It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to
exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground
structures which might or could be damaged by Contractor during the construction of the project contemplated by these
contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines
and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities
aforementioned. All such underground lines or structures cut or damaged by Contractor during the prosecution of the work
contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas,
at Contractor's expense.
13. 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
t when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost
I
�^ 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.
14. EXPLOSIVES
The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from the City.
In all cases where written permission is obtained for the use of explosives, the Contractor shall assume full responsibility for
.� all damage which may occur as a direct or indirect result -of the 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.
.M 15. CONTRACTOR'S REPRESENTATIVE
The successful bidder shall be required to have a responsible local representative available at all times while the work is in
progress under this contract. The successful bidder shall be required to furnish the name, address and telephone number
where such local representative may be reached during the time that the work contemplated by this contract is in progress.
16. INSURANCE
The Contractor 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 insurance certificates furnished shall name the City as an additional insured and shall further state that all
subcontractors are named as additional insureds, or in the alternative, shall be accompanied by a statement from the
r
Contractor to the effect that no work on this particular project shall be subcontracted.
t
17. LABOR AND WORKING HOURS
Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in these
contract documents. The wage rate which must be paid on this project shall not be less than specified in the schedule of
general prevailing rates of per diem wages as above mentioned. The bidders' attention is further directed to the
requirements of Article 5159a, Vemon'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 v6th 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.
f""
7
r-� (2) Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the
penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract
within the allotted time.
Before construction work requiring an inspector is to be performed on weekends or holidays, the Contractor must notify the
Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and
obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow
- construction work requiring an inspector on weekends or holidays will be made by the Owner's Representative.
In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract
which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day
of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life.
B. PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS
The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this
contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than
once each week. The Contractor and each of his subcontractors engaged at the site of the work shall not later than the
seventh day following the payment of wages, file with the Owner's Representative, or Engineer, a certified, sworn, legible
copy of such payroll. This shall contain the name ofeach 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.
19. PROVISIONS CONCERNING ESCALATOR CLAUSES
Proposals 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.
20. PREPARATION FOR PROPOSAL
The bidder shall submit his proposal on forms furnished by the City. All blank spaces in the form shall be correctly filled in
and the bidder shall state the price both in words and numerals, for which he proposes to do the work contemplated or
•■ furnish the materials required. Such prices shall be written in ink, 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 proposal is submitted by an individual, his name must be signed by him or his duly authorized agent. If a proposal is
submitted by a firm, association, or partnership, the name and address of each member must be given and the proposal
{ signed by a member of the firm, association or partnership, or person duly authorized. If the proposal is submitted by a
company or corporation, the company or corporate name and business address must be given, and the proposal signed by an
official or duly authorized agent. Powers of attorney authorizing agents or others to sign proposals must be properly
certified and must be in writing and submitted with the proposal. The proposal shall be executed in ink
Each proposal 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) Proposal for (description of the project).
r
Bid proposals may be withdrawn and resubmitted at any time prior to the time set for opening of the bids, but no proposal
may be withdrawn or altered thereafter.
21. BOUND COPY OF CONTRACT DOCUMENTS
Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the following:
r
(a)
Notice to Bidders.
k
(b)
General Instructions to Bidders.
(c)
Bidder's Proposal.
(d)
Statutory Bond (if required).
(e)
Contract Agreement.
(f)
General Conditions.
(g)
(h)
Special Conditions (if any).
Specifications.
(i)
Insurance Certificates.
All other documents made available to bidder for his inspection in accordance with the Notice to Bidders.
If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by
reference
into the aforementioned contract documents.
F
F
BID PROPOSAL
7
• 1994 RE -ROOFING & WATERPROOFING Revised 12/13/93
LUBBOCK INTERNATIONAL AIRPORT
r
r
6
F
CONTRACTOR_ & _PBQP�iB.AL
City of Lubbock, Texas
Purchasing Manager
Municipal Building
1625 13th Street, Room L-04
Lubbock, Texas 79401
1994 RE -ROOFING & WATERPROOFING3
LUBBOCK INTERNATIONAL AIRPORT
LUBBOCK, TEXAS
The undersigned, having carefully examined copies of all the
Contract Documents, related documents, attended a mandatory pre -bid
meeting, made on site inspection of all buildings and being familiar
with all of the conditions relating to the proposed construction,
hereby proposes to furnish all labor, materials, services and
equipment required for, or incidental to, the construction of the
Work in accordance with the Contract Documents and within the time
set forth herein for the lump sum base bid and alternates.
LIMP-SUM-BASE-B ID.. NO..... 1.._.!r._.RE-ROOEING_o DRK
BASR_,BTQt __Seven hundred Seventy Two thousand, Five hundred _
Fifty & no/100------
MATERIALSs_348,647.00
SERVICES3�4231903._00
DOLLARS ( 772.550.00 __J_
LUMPLSUH-BASE_.BID..NO.._.2__ WATEBPROQEING_WOBE__ _.SEC2.LON-Q4500
BASE_.9Ija;_Two hundred Eight'. thousand_ Twenty -Two
& no/100----.--____...�_.. _ DOLLARS
MATERIALS s
SERVICES s.__..124�1_,Q�
ALTERNATE-NO.-1
The Alternate Bid will be for all work indicated on the Drawings
for the repair of the existing built-up roof system for the East
Terminal Building.
ALTERNATE_.BID._NQ...-l.s_.(Add)_(T(I= Seventy One thousand, Four
hundred Sixteen _&^no/100----- DOLLARS (_ 71,416.00 __J_
PROPOSAL PAGE 1 OF 4
F
wESTEiiN
�. UNION TELEGRAM
IP
r, FILING INFORMATION: 010594 0309P EST MSGCN: 9400509991109397 DLR
ORIGIN CITY AND STATE: PORT ARTHUR TX
RON SHUFFIELD
CITY OF LUBBOCK
1625 13 STREET ROOM L04
r LUBBOCK TX 79401
f
REFERENCE LUBBOCK INTERNATIONAL AIRPORT 1994 REROOFING AND
�., WATERPROOFING
WE WISH TO MODIFY LUMP SUM BASE BID #2--WATERPROOFING WORK --SECTION
a�
04500 DEDUCT FROM OUR BID $30,000
R'
MAC ROOFING AND SUPPLIES INC
' PO BOX 2905
PORT ARTHUR TX 77643
r
1.
k,
r 1994 RE -ROOFING & WATERPROOFING Revised 12/13/93
f
LUBBOCK INTERNATIONAL AIRPORT
ALTERNATE NO, 2
The Alternate bid will be for all work indicated on the Drawings
r for the repair of the existing built-up roof system for the South
Terminal Building.
r. ALTF.RNATF. BID_NQ,__2.:_(Add)_ (.TOTAL) Thirty Six thousand, Four hundred
Two & no/100------ DOLLARS ( 36,402.00 t
AT, RNATE__NU ._3
The Alternate bid will be for all work indicated on the Drawings
for the repair of the exterior envelope waterproofing for the East
Terminal Building.
Y o 0 M z ;•• • I iram a •• • -- • •• -•
Seventy Four & no/100------ DOLLARS ( 61,`374_nn
ALTERNATE NO, 4
The Alternate bid will be for all work indicated on the Drawings
for the repair of the exterior envelope waterproofing for the South
Terminal Building.
F? f+�t k--- _ _ DOLLARS ( 39,150.00
ALTEENATF,_V0_ .__5
r. The Alternate bid will be for the replacement of electrical
conduit, wiring, and junction boxes now located in existing roof
decks.
7
ALTERNATE_..BITL_.NQ...-5_:_.(Add)_(.TDTAL.) One hundred Seven thousand, Nine
hundred Seventy Three & no/100--- DOLLARS ( 107,973.00 )
AWARD —OF —CONTRACT
All Work provided under this contract will be awarded under a lump
sum contract to a single Contractor. Multiple contracts will nQt
be let by the Owner. The Owner reserves the right to accept or
reject any and all Bids and to waive any informalities.
The following prices must be filled in by the Bidder. These
prices are possible additions to the above base bid amount for
those unknown items which may require replacement. The prices
supplied shall reflect total installed prices and also the costs
of removing and disposing those items which they are replacing
(IE. rotted perimeter wood nailers).
PROPOSAL PAGE 2 OF 4
Revised 12/13/93
F
1994 RE -ROOFING & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
Replacement of Existingg 2 x 6
Wolmanized Wood Nailers
Replacement of Existing 2 x 8
Wolmanized Wood Nailers
Replacement of Existing 2 x 12
Wolmanized Wood Nailers
Install new 2 x 6 Wolmanized
Wood Hailers
Install new 2 x 8 Wolmanized
Wood Nailers
Install new 2 x 12 Wolmanized
Wood Nailers
Replace Deteriorated Gypsum
Decking with Pyrofil
Replace Deteriorated Light-
weight Concrete Decking
with Pyrofil
New 5/8" Conduit with 5 Wires
New 3/4" Conduit with 5 Wires
New 1" Conduit with 5 Wires
New Electrical Junction Boxes
Connecting Existing Lights
$ 3.75 - per board foot
$ 4.25 _ per board foot
$ 4.75 - per board foot
$ 3.2 5 - per board foot
$ 3.75 - per board foot
$ 4.25 - per board foot
$ 3.00 - per square foot
1" depth
$ 3.00 _ per square foot
1" depth
$ 4.10 - per lineal foot
$ 4.25 _ per lineal foot
$ 4.50 _ per lineal foot
$ 116.00 - per each
The undersigned further agrees that the five percent (5%) Bid
Bond accompanying this Bid Proposal, payable -to the City of
Lubbock is left in escrow with the City of Lubbock, and its
amount is the measure of damages which the Owner will sustain
by the failure of the undersigned to execute and deliver the
Agreement, Performance Bond and Payment Bond, and insurance
certificates, and that if the undersigned defaults in
executing the Agreement and/or in furnishing the
aforementioned documents within ten (10) consecutive calendar
days of written notification from the Owner of the intent to
award the contract to him, then the Bid Bond shall become
subject to forfeiture to the Owner.
It is understood that the Owner reserves the right to accept
or reject any and all bids and to waive all irregularities.
It is further agreed that this Bid Proposal and Bid Bond
shall be valid and not withdrawn for a period of sixty (60)
days from the date of opening thereof.
PROPOSAL PAGE 3 OF 4
I 1994 RE -ROOFING & WATERPROOFING Revised 12/13/93
LUBBOCK INTERNATIONAL AIRPORT
The undersigned further agrees, if awarded the contract, to
execute the Agreement within ten (10) calendar days after
�- notification of award; and to commence work not later than ten
p (10) calendar days from date stated in the "Notice to Proceed"
from the Owner; and to fully complete the project according to the
following schedule after the date stated in the Notice to Proceeds
BASE BIDS NO. 1 & 2 210 Consecutive Calendar Days
ALTERNATE NO. 1 45 Consecutive Calendar Days
r- ALTERNATE NO. 2 45 Consecutive Calendar Days
ALTERNATE NO. 3 0 Additional Calendar. Days
4. ALTERNATE NO. 4 0 Additional Calendar Days
r ALTERNATE NO. 5-D—AdditionaLCalendar__DayB
I` AWARD OF TOTAL PROJECT 300 Consecutive Calendar Days
The undersigned further agrees that from the compensation
otherwise to be paid, the Owner may retain liquidated damages as
specified or pay the City of Lubbock $500.00 per consecutive
calendar day in liquidated damages.
r
The undersigned hereby acknowledges receipt of the following
Addenda to the Drawings and Project Manual, all of the provisions
and requirements of which have been taken into consideration in
r preparation of the foregoing bid:
Addendum No. 1 Date 12/9Z93_ Addendum No. Date
Addendum No. 2 Date 12/13/93
Addendum No. Date
�- Addendum No. 'A Date 12/30/93 Addendum No. Date
Addendum No.._4 Date_._. V 93 _ Addendum No. Date
7 In terms used in this Bid Proposal which are defined in the
General Conditions included as part of the Contract Documents have
the meanings assigned to them in the General Conditions.
rRespectfully submitted,
Mac Roofing & Supplies, Inc. P.O. Box 2905 —
Contractor _ Business Address
yes- Texas
Corporation)
.port Arthur, TX 77643
City State Zip
(_4_U) 983-2701
Telephone
( 409) 98 -0321
Fax Telephone
(Seal - if bid is by a Title
PROPOSAL PAGE 4 OF 4
r-
t
1 1 i
LIST OF SUBCONTRACTORS
This form shall be completed and submitted with the Bidder's Proposal.
1. Bryco Waterproofing
2. Amco Electric
3.
4.
S.
6.
7.
8.
9.
10.
Minority Owned
Yes No
x
x
Bond No. TX108147900
UNIVERSAL SURETY OF AMERICA
Houston, Texas
BID BOND
KNOWN ALL MEN BY THESE PRESENTS, that we MAC ROOFING & SUPPLIES, INC.
(Here insert full name and address or legal title of Contractor
2601 21st Street, Port Arthur, Texas 77642
as Principal, hereinafter called the Principal, and Universal Surety of America, 1812 Durham, Houston, Texas, as
Surety, hereinafter called the Surety, are held and firmly bound unto LUBBOCK INTERNATIONAL AIRPORT
(Here insert full name and address or legal title of Owner)
LUBBOCK, TEXAS
as Obligee, hereinafter called the Obligee, in the sum of 5 % of the amount of this bid not to exceed
FIVE PERCENT OF THE GREATEST AMOUNT BID------------------ Dollars ($ 5% of GAB )
for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our
heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the principal has submitted a bid for 1994 Reroofing & Waterproff ing Lubbock
(Here insert full name, address and description of project)
International Airport, Lubbock, Texas
NOW, THEREFORE, If the contract be timely awarded to the Principal and the Principal shall within such time as
specified in the bid, enter into a contract in writing and give bond with good and sufficient surety, or, in the event of
the failure of the Principal to enter into 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.
PROVIDED, HOWEVER, neither Principal nor Surety shall be bound hereunder unless Obligee priorto execution of
the final contract shall furnish evidence of financing in a manner and form acceptable to Principal and Surety that
financing has been firmly committed to cover the entire cost of the project.
Signed and sealed this 6th day of January 19 94
MAC ROOFING & SUPPLIES, INC.
(Principal) (Seal)
By:
Title:
f•�JII r. "'►
r "�4 UNIVERSAL SURETY OF AMERICA r
1;
..,, s , .• (Attorney -in -fact)
ERSAL SURETY OV AIVIERICA {
r•" P.O. BOX 1068 -Houston, Texas 77251-1068 { -��.r
GENERAL POWER OF ATTORNEY -CERTIFIED COPY �
5001350 M..... ..
TX 1081479 00
The First Agency -
Know All Men by These Presents, That UNIVERSAL SURETY OF AMERICA, a corporation duly organized and existing under the laws of
the State of Texas, and having its pricipal office in Houston, Texas, does by these presents make, constitute and appoint
Don Richardson Ernest Hauser - --Marian Brann ;
. Melinda Martinez Patrids L. Piceynskl
Of Baytown and State of Texas its true and lawful Attorney(e)-in-17er:4 with full power and authority hereby
conferred in its name, place and stead, to execute, ac>mowl;Rge and deliver
Bonds not to exceed $250,000.00 unless such is * arced by letter of
authority signed by the President, Secretary or Executive Vice President
of Universal Surety of America. ;
and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the
Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do within the stated
limitations, and such authority is to continue errs force until 3/31/96 Said. appointment is made under and by authority of the
r following resolution adopted by the Board of Directors of Universal Surety of America at a meeting held on the 1 Ith day of July,1984. .
"Be It Resolved, that the President, and any Vice President, Secretary or any Assistant Secretary shall be and is hereby vested with full power
^, and authority to appoint any one or more suitable persons as Attorneys) -in -Fact to represent and act for and on behalf of the Company."
7.
power attorney corporation, y printed f imilie signature and seal shall be ~
"RESOLVED that the signature of an officer of the o and the seal of the corporation may be affixed or printed by facsimilie to any
war of attorn of the orate and that such I valid and binding upon the corporation." -
In Witness Whereof, Universal Surety of America has caused these presents to be signed by its President, John Knox, Jr. and its
r corporate seal to be hereto affixed this 7th day of January, A.D.,1993.
y: UNNERSAL SURETY OF AMERICA
Of
State of Texas
ss: s� _JovRmax, Jr. V President
County of Harris
On this 7th day of January, In the year 1993, before me, Angela P. Daigle, a notary public, ,personally appeared John Knox, Jr.,
personally known to me to be the person who executed the within Instrument as President, on belulf of the corporation herein named
and acknowledged to me that the corporation executed It. ' -
-
Notary Public
the undersigned Secretary of Universal Surety of America, hereby certify that the above and foregoing is a full, true and correct copy of the
Original Power of Attorney issued by said Company, and do hereby further certify that the said Power of Attxney is still in effect
GIVEN under my hand and the seal of said company, at Houston, Texas, this 6th day of JAnuary 19 94-_
waft
Secretary
Any instrument issued in excess of the penalty stated above is totally void and without my vaMty.
r.. For verification of the authority of this power you may telephone (713) 722-4600. 1476-15001025
i.:
w
d
is
.+
i
k'
r
PAYMENT BOND
a
i
r
t
r
f
r
i
I
r f� BONI) # TX09031540o
l
STATUTORY PAYMENT BOND PURSUANT TO ARTICLE 5160
OF THE REVISED CIVIL STATUTES OF TEXAS
AS AMENDED BY
ACTS OF THE 56TH LEGISLATURE, REGULAR. SESSION,
1959
MAC ROOFING & SUPPLIES, INC
KNOW ALL MEN BY THESE PRESENTS, that (hereinafter called the Principal(s), as
Principal(s), and
UNIVERSAL SURETY OF AMERICA
(hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in
the amount of ** Dollars ($1, 266,887 .) lawful money of the United States for the
payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns,
jointly and severally, firmly by these presents.
E WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 17th day of
E March , I9 94 , to
1994 REROOFING & WATERPROOFING LUBBOCK INTERNATIONAL AIRPORT, LUBBOCK, TEXAS
and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the
amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at
length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all
claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then,
this obligation shall be void; otherwise to remain in full force and effect;
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes
of Texas as amended by Acts of the 56th Legislature, Regular Session, 1959, and all liabilities on this bond shall be determined in
accordance with the provisions of said Article to the same extent as if it were copied at length herein.
IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 17th day of
March 19 94.
L IVERSAL SURETY OF AMERICA MAC ROOFING & SUPPLIES, INC.
Surety
*By:
i(Title) Attorney —in —Fact
L.
**One Million Two.Hundred
BOND CHECK /J
BEST RATING
LICENSED IN TEXAS
DATE /f qH BY
Principal
By:
By:
(Title)
(Title)
Sixty-six Thousand Eight Hundred Eighty-seven and no/100-- ------
The undersigned surety company represents tha I t it is duly qualified to do business in Texas, and hercby designates
.e First Agency an agent resident in Harris County t whom any requisite notices may be delivered and on whom service of
process may be had in matters arising out of such suretyship.
Unixe=0 Surety of America
Surcty
*By:_
(Title) Attorney— . I-n:-Fact
Approved as to Form
FCity of Lubbock
V-City kut-O�Mey
Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this
person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files.
I
A-
UNIVERSAL SURETY OF AMERICA
P.O. BOX 1068 -Houston, Texas 77251-1068
GENERAL POWER OF ATTORNEY - CERTIFIED COPY smex�
TX 0903154 00
Know All Men b These Presents That UNIVERSAL SURETY OF AMERICA,a arson dui organized and ex under the laws of
the State of Texas, and having its principal office to Houston. Texas, does by these cenmake, constitute and appoint
Melinda Martinez
its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and
r,. deliver bonds for.
Principal: Mac Roofing & Supplies. Inc.
Obligee: City of Lubbock
l Amount: 1266,997.00
and to bind the company thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the
jcompany and duly attested by its secretary, hereby ratifying and confirming all'that the said Attorneys) -in -Fact may do within the above stated
limitations. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of Universal Surety of
r America at a meeting held on the 1 lth day of Juty, 1994.
i
( 'Be It Resolved, that the President. and any Vice President, Secretary or any Assistant Secretary shall be and is hereby vested with full power
and authority to appoint any one or more suitable persons as Attornry(s)-in-Fact to represent and act for and on behalf of the Company."
"RESOLVED that the signature of any officer of the corporation, and the seal of the corporation may be affixed or printed by facsimilie to any
E power of attorney of the corporation, and that such printed facsimilie signature and seal shall be valid and binding upon the corporation."
In Witness Whereof, Universal Surety of America has caused that presents to be signed by its President, John Knout, Jr. and Its
corporate seal to be hereto affixed this 71h day of January, A.D.,1991
. r ,
{ .. �^ xa+
k State OrTexas
t ss:
County of Harris
UNIVERSAL SURETY OF AMERICA
r,7,orgi!!201%
;1112_oz. Jr. I President
PM
On this 7th day of January, in the year of 1993, before me Angela P. Daigle a notary pubtk, persocaltp appeared John Knox, Jr.,
k personally known to be the person who executed the within Ingrument as President, on behalf of the corporation therein named and
acknowledged to the that the corporation executed k.
���1
:" R,�'�,,++ j Notary Public
r t2t"
t1. the undersigned Secretary of Universal Surety of America, hereby certify that the above and foregoing is a full, true and correct copy of the
Original Power of Attorney issued by said Company, and do hereby further certify that the said Power of Attorney is still in affect.
GIVEN under my hand and the scat of said company, at Houston. Texas, this TTH day of MARCH _ 19
a
-_T Secretary
` For verification of the authority of this power you may telephone (713) 7224600.
l
PERFORMANCE BOND
BOND # TX090315400
STATUTORY PERFORMANCE. BOND PURSUANT TO ARTICLE 5160
OF THE REVISED CIVIL. STATUTES OF TEXAS AS
F AMENDED BY
ACTS OF THE 56TH LEGISLATURE, REGULAR SESSION 1959
MAC ROOFING & SUPPLIES
KNOW ALL MEN BY THESE PRESENTS, that (hereinafter called the Principal(s), as Principal(s), and
UNIVERSAL SURETY OF AMERICA
(hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in
the amount of ** Dollars (lkd- -a66 .887),lawful money of the United States for the
payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns,
jointly and severally, firmly by these presents.
WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated theUSJttay of
March , 19-2§ to
I 1994 Reroofing & Waterproofing Lubbock International Airport. Lubbock. Texas
Fzind said principal under the law is required before commencing the work provided for in said contract to execute a bond in the
mount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at
length hcrcin.
FNOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully
perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void; otherwise
o remain in full force and effect.
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes
of Texas as amended by Acts of the 56th Legislature, regular session 1959, and all liabilities on this bond shall be determined in
"accordance with the provisions of said article to the same extent as if it were copied at length herein.
I. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 117thay of
March 1994
Universal Surety of America MAC ROOFING &.SUPPLIES, INC.
r-Surety
1
By;
ftle) Attorney —in -Fact
BOND CHECK 14
BEST RATING
" - LICENSED IN TEXAS ,
DATE /g By
l One ,Millions-,T,vo ::Hundred Sixty-six Thousand Eight Hundred
c ,
Principal
By: G�
(Title)
By: (Title)
By:
(Title)
Eighty—seven and no/100--------
I
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates
gi rst- Agemc_y an agent resident in Harris County to whom any requisite notices maybe delivered and on whom service of
process may be had in matters arising out of such suretyship.
Universal Surety of America
Surety .
r
*By:�
(Title) Attorney—Iif Fact
Approved as to Form
City of Lubbock
(� City Attorney
r ` Note: if signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this
i person has authority to sign such obligation. if signed by an Attorney in Fact, we must have copy of power of attorney for our files.
F
Mm
CERTIFICATE OF INSURANCE
- .......... I ................
A00111L
The First Ageficy, Inc.
Po O. Drawer 120
Baytown, TX 77522-520
(713) 427-6575
MAC ROOFING & SUPPLIES, INC.
P.O. BOB 2905
PORT ARTHURr TX 77642
994
.AN
3/
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND
CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE
DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE
COMPANIES AFFORDING COVERAGE
A TRANSCONTINENTAL
LUTO
...........
.. COMPANY
.B VALLEY FORGE
........
I.EnM
.................................... I .............. I ...................................................... ............................
C CONTINENTAL CASUALTY
LEnM
......................................................................................................................................
CowAw D T.W.C.I.F
LErfEll
.......................................... I ............................................................................................
E PHEONIX INS. CO.
LEnER
THIS IS TO COMFY THAT THE POLICIES OF INSURANCE LISTED MOW HAVE BEEN ISSUED M THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED, NOTWITHSTANDING ANY REOUIREMEKT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT M ALL THE TERMS,
EX
CLUSIONS AND CONDITIONS
ONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
................................................... ................................................................... ................................ y ................................................................................................
POLICY EFFECTIVE POLICY EXPIRATIONTVPE OF WSURANCE Lam
POLICY KUMER DM=" DATE (MMOGIM ATE
W GENERAL LIABILITY
COMMM:LAL GENERAL LIABILITY
CLAIMS MADE X :OCCm
OWNERS & CONTRACTORS PRaT.
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
B: X ANY AM
ALL OWNED AMOS
SCHEDULED AUTOS
1 X i HIRED AUTOS
X NONO'mm W=
GARAGE UARM
............................................................................
Mum Luumm
UMa9EUA FORM
OTHER THAN UMBRELLAFORM
....... .. ...................................... .............
WORM% COMPENSATION
7 i
OENM%L AGGREGATE
, c.pq9Rqt
2.. ,0
102202=
...............................................
PROOLICTS-COMPOP AM
4 ........
::S
JL
10/21/93
........................ .................
AM. NAM
0 5 0 1 9 4..Puwm ........ - ...............
..........
I
...........
EACH OCCURRINOE
................................................
FM DAMAGE (AN ON We) ......
.........................................
........
:8 ...
So ............
.......
................................................................ ! ................................
t..
LED. EWENSE WT am pawn): 8
................................ ................................................ ...........................
5
f..0 0 . C
BUA1022022997
COMEMED 894ME
LIMIT
11000100C
0/21/93
................................................
0 5 / 01/ 94 wou nmy
......................................
Olaf per-)
................................................
SOOLY RUM
......................................
(Per Oak"
:PROPERTY DAMAGE
..................................................... t ............ ...................
t ...........................................................................................................................
EAM OCCURRENCE
::9
1
10=7888 10/21/93
. ........................ ......... .......
05/01/94AGGREE=E :**
...........
1 000100C
.................. ......... ... ......................... ...................... - ........ .................... ........ ..................................
ffrArJTM LIMIM
.................................
TO FOLLOW
10/21193 10/21/94: EACH ACCIDENT
...........................................
OEM: - POLICY LIMIT
IDAWYOW LIABLfrY i r...........................................
DISEASE - EACH EMPLOYEE
........... .............................................................. .......................... ....................................... ............................ ............................ ...........................................
OTM
7:
:INSTALLATION RCM125 0 3/17/94 :03/ 17/ 95 PER PROJECT
:
:FLOATER
: :LIMIT
OF 0PrlOU&&0CATION&N04CLC&lWXIAL rtF
- ....... L" U- * MBB* ... *0 ... C* .... K' * .....INTERNATIONAL' *'**'*'*"---`'....*.............. ........ AIRPORT.... .......*... .......... **'*'*'* ........... ....... **""* .......... -* ...... ...... .................
REs
CITY OF LUBBOCK NAMED AS ADDITIONAL INSURED
OF LUBBOCK
a O. BOX 2000
JBBOCKl TEXAS 79457
500'r-9.9
...............
500,00
................ .........
5000.,.RP
................
1,300,00
11300,00
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO
MAIL - 10 DAYS WRnTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR
LIABILITY OF ANY IOND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES.
IMUE DATE PAMMD"
3/15/1994
oaooucEst
.....................................
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND
CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE
The First Agencyr Inc.
DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE
P. O. Drawer 120
POLICIES BELOW.
................................................................. - ....................................... I ...........................................................
Baytown, TX 77522-520
COMPANIES AFFORDING COVERAGE
(713) 427-6575
...............................................................................
..............................................................................
COMPANY A CNA INSURANCE COMPANY
LETTER
...... ...... ............. ......... ...... ...........
............................................................................................................................................. . .......................
Com"ANY B
LETTER
...................................................................................................................................................... I ...............
CITY OF LUBBOCK
COMPANY C
LETTER..................................................
P. O. BOX 2000
...........I ............................................... I ......................................... I .............
-LUBBOCKr TEXAS 79457
COMPANY D
ETTER
.............................................. I ........................................................................................... I ...........................
cOmpAw E
LETTER
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
!INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
........................ ............................................................................................................. ................................ y ................................ ........................................................................................
o roucy umcwa 3*my EmAmm
TOE OF INSURANCE POLICY Numm Lam
DATE P41DIM DATE PAWWM
. .................................................................. .................................. .................... ........... I .................. ....... ............................................... ......................................
A: aE>aEau RwBILm:
GENERAL AGGREGATE :$
500
COMMERCIAL GENERAL LIABILITY OCIP05106
...........
PROOlL)CTS4COMP)OP AGG. :8
..........
..........
CLAW MAW :OCCUR.
........ .p3/17/94 0 3 17
................................................ .......................................
9 5:..m=N& & AM. OLM
....... I .................. I'll ................ .......................................
X OWNM & CONTRACTORS PROT.
EACH OCCURRENCE
500
......... .......................................................
................................................ . .........................
FFE DAMAGE (Any one firs) s
................................................
: MED. EVENSE (VY one person)!$
............................................ ..................... ..................................................................................................... ...................... .........
AUTOMOBILE IJAIWTY
: ............................... ................. .......................................
COMBINED U40LE
....... ANY AUTO
ALL OWNED AUTOS
GODLY Raw
SCHEDULED AM
(Per person)
HIRED AUTOS
.......................... .................. I .....................................
BWLY Rum
NON -OWNED AUTOS
o'er w4dW4
GARAGE LIABILITY
........
PROPERTY DAMAGE
EXCESS UABLIff
UMBRELLA FORM
OTHER THAN UMBRELLA FORM
...............................................
WORM MS COMPENSATION
AND
EMPLOYERS' LIABILITY
...:...........................................I............
OTHER
............. I .................................................................................................................... ..............................
ESCRIPTION OF OPERATIONS&O"TIONSIVEHICLESWUla TIM
� RE: LUBBOCK INTERNATIONAL AIRPORT
UREDIS COPY
EACH OCCUKIENCE is
............................................... .......................................
AGGREGATE
................ ........................................
STATUTORY LIMITS
.
........ ....................... ................
EACH ACCIDENT
................................................
is
.......................................
DISEASE - POLICY LIMrT
DISEASE - EACH EMPLOYEE
..................................................................
............................... ..................................
......................................
.6
...................................
..................................
SHOULD ANY OF THE ABOVE DESCRIBED POUCIES, BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO
MAIL 10 DAYS WWrEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR
LIABILITY OF ANY CND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES.
L__- L- L__v L- L L-- t. -' t__ U--- L_ - [_ L___. L- L- L: [_. �_ L__: L_
FCONTRACT
STATE OF TEXAS
COUNTY OF LUBBOCK
THIS AGREEMENT, made and entered into this 24th day of February, 1994, by and between the City of Lubbock, County
of Lubbock, State of Texas, acting by and through David R. Langston, Mayor, thereunto authorized to do so, hereinafter referred to
as OWNER, and MAC ROOFING & SUPPLIES, INC. of the City of PORT ARTHUR, County of JEFFERSON, and the State of
TEXAS. hereinafter termed CONTRACTOR
WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed
by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby
agrees with OWNER to commence and complete the construction of certain improvements described as follows:
l
BID # • LUBBOCK INTERNATIONAL AIRPORT ROOFING AND WATERPROOFING FOR $1,266,887.00.
r
f
F
and all extra work in connection therewith, underthe terms as stated in the contract documents and at his (or their) own proper cost
and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories
and services necessary to complete the said construction in accordance with the contract documents as defined in the General
Condition of Agreement.
The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given
to him and to substantially complete same within the time specified in the contract documents.
The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the
proposal submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on
account thereof as provided therein.
IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the
year and day first above written. /'^�
ATTEST:
ATTEST:
I
t Corporate Secretary
CONTRACTOR:
MAC ROOFING SUPPLIE . INC.
By:
TITLE:
COMPLETE ADDRESS:
P.O. Boa 2905
Port Arthur, Texas 77643
No Text
r 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.
CONTRACTOR
Whenever the word Contractor, or the expression Party of the Second Part, or Second Party, is used, it shall be understood
to mean the person, persons, co -partnership or corporation, to -wit: MAC ROOFING & SUPPLIES, INC. who has agreed
to perform the work embraced in this contract, or to his or their legal representative.
OWNER'S REPRESENTATIVE
Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to
ROD PAINE, DEPUTY DIRECTOR OF MARKETING/FINANCE, City of Lubbock, under whose supervision these
contract documents, including the plans and specifications, were prepared, and 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, Proposal, Signed
• Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if
any), Specifications, Plans, Insurance Certificate, and all other documents made available to Bidder for his inspection in
accordance with the Notice to Bidders.
5. INTERPRETATION QF PHRASES
,r 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
POO The term Subcontractor, as employed herein, includes only those having a direct contract vdth the Contractor for
j 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,
rbut said Subcontractors will look exclusively to Contractor for any payments due Subcontractor.
7. WRITTEN NOTICE
Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm
or to an officer of the corporation for whom it is intended, or if delivered at or sent certified) mail to the last business address
known to him who gives the notice.
I
r
WORK
Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies,
machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel,
transportation and all other facilities necessary for the execution and completion of the work
covered by the contract documents. Unless otherwise specified, all materials shall be new and
both workmanship and materials shall be of a good quality. The Contractor shall, if required,
furnish satisfactory evidence as to the kind and quality of materials. Materials or work described
in words which so applied have well known, technical or trade meaning shall be held to refer
such recognized standards.
All work shall be done and all materials furnished in strict conformity with the contract
documents.
SUBSTANTIALLY COMPLETED
The term "Substantially Completed" is meant that the structure or project contemplated by the
contract documents has been made suitable for use or occupancy or the facility is in a condition to
serve its intended purpose, but still may require minor miscellaneous work and adjustment.
10. LAYOUT
Except as specifically provided herein, the Contractor shall be responsible for laying out all work
and shall accomplish this work in a manner acceptable to the Owner's Representative. The
Owner's Representative will check the Contractor's layout of all major structures and any other
layout work done by the Contractor at Contractor's request, but this check does not relieve the
Contractor of the responsibility of correctly locating all work in accordance with the Plans and
Specifications.
11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE
The Contractor shall be furnished with one copies of all Plans, Profiles and Specifications
without expense to him and he shall keep one copy of same consistently accessible on the job site.
12. RIGHT OF ENTRY
The Owner's Representative may make periodic visits to the site to observe the progress of quality
of the executed work and to determine, in general, if the work is proceeding in accordancewith
the contract documents. He will not be required to make exhaustive or continuous onsite
inspections to check the quality or quantity of the work, nor will he be responsible for the
construction means, methods, techniques, sequences or procedures, or the safety precautions
incident thereto. His efforts will be directed towards providing assurances for the Owner that the
completed project will conform to the requirements of the contract documents, but he will not be
responsible for the Contractor's failure to perform the work in accordance with the Contract
Documents. On the basis of his onsite observations, he will keep the Owner informed of the
progress of the work and will endeavor to guard the Owner against defects and deficiencies in the
work of the Contractor.
13. LINES AND GRADES
All lines and grades shall be furnished by the Owner's Representative whenever 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
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 wort"
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's estimates and findings shall be conditions precedent to the right of the
parties hereto to arbitration or to any action on the contract, and to any rights of the Contractor to receive any money under
this contract; provided, however, that should Owner's Representative render any decision or give any direction, which in the
opinion of either party hereto, is not in accordance with the meaning and intent of this contract, either party may file with
said Owner's Representative within 30 days his written objection to the decision or direction so rendered, and by such action
�.. may reserve the right to submit the questions so raised to arbitration as hereinafter provided. It is the intent of this
Agreement that there shall be no delay in the execution of the work, therefore, written decisions or direction of the Owner's
Representative as rendered shall be promptly carried out, and any claim arising therefrom shall be thereafter adjusted to
arbitration as hereinafter provided.
The Owner's Representative shall, within a reasonable time, render and deliver to both the Owner and the Contractor a
written decision on all claims of the parties hereto and on all questions which may arise relative to the execution of the work
or the interpretation of the contract, specifications and plans. Should the Owner's Representative fail to make such decision
within a reasonable time, an appeal to arbitration may be taken as if his decision had been rendered against the party
appealing.
15. SUPERINTENDENCE AND INSPECTION
It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time
such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may deem proper to inspect the
materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is
done in accordance with the specifications therefore. The 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
r 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
r` work, during its progress, a competent superintendent and any necessary assistants, all. satisfactory to Owner's
j 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.
PM 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.
r
ro
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 arty 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.
118. 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.
i.
i
i
i,
l
i
j
i
OBSERVATION AND TESTING
The Owner or Owner's Representative shall have the right at all reasonable times to observe and test the work Contractor
shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location —
wherever work is in preparation or progress. Contractor shall ascertain the scope of any observation which may be
contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work will be
` ready for such observation. Owner or Owner's Representative may reject any work found to be defective or not in -
accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such
errors and regardless of whether Owner's Observer has previously accepted the work through oversight or otherwise. If any
work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's
Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being
fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make
observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require
Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons I -
competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such
tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other
applicable organization as may be required by law or the contract documents. —
i i
r
.- 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.
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
PM
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 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
r- any material or labor so used, and for any actual loss occasioned by such change, due to actual expenses incurred in
preparation for the work as originally planned.
24. EXTRA WORK
The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the
Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work
as shown on the plans and specifications or contract documents and not covered by Contractor's proposal, except as
provided under Changes and Alterations herein.
•" It is agreed that the Contractor shall perform all extra work under the direction of the Owner's 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
j� 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%) per cent.
7
F
In the event said extra work be performed and paid for under Method (C), then the provisions of this paragraph shall apply
and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen, timekeepers, mechanics
and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used
on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on
account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property
Damage and Workmen's Compensation and all other insurances as may be required by law or ordinances or directed by the
Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of
the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The
Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type —
and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless
otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless
otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General
Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be
incorporated in the written extra work order. The fifteen percent (151/o) 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 proposal, the specifications, plans and
other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all
appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by
Owner's Representative. If the Contractor finds any discrepancies or omissions in these plans, specifications, or contract
documents, he should notify the Owners' Representative and obtain a clarification before the bids are received, and if no
such request is received by the Owner's Representative prior to the opening of bids, then it shall be considered that the
Contractor fully understands the work to be included and has provided sufficient sums in his proposal to complete the work
in accordance with these plans and specifications. It is further understood that any request for clarification must be
submitted no later than five days prior to the opening of bids.
26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT
If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work
with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in
writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order.
If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor
shall, if so ordered in writing, increase his force or equipment, or both, to such an extent as to give reasonable assurance of
compliance with the schedule of progress.
r
27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC
The Contractor shall take out and procure a policy or policies of Workmen's Compensation Insurance with an insurance
r• company licensed to transact business in the State of Texas, which policy shall comply with the Workmen's Compensation
laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and
` others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building
and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the
"Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible
with federal, state or municipal laws or regulations. The Contractor, his sureties and .insurance carriers shall defend,
indemnify and save harmless the Owner and all of its officers, agents and employees fiom all suits, actions, or claims of any
I OM 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
r- 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 oiiicers, 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 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.
I
A. Comprehensive General Liability Insurance
The contractor shall have Comprehensive General Liability Insurance with limits of $500,000 Combined Single
Limit in the aggregate and per occurrence to include: .
Premises and Operations
Explosion & Collapse Hazard
Underground Damage Hazard
Products & Completed Operations Hazard
Contractual Liability
Independent Contractors Coverage
Personal Injury (with exclusion "c" waived)
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.
7
C.
Q
E.
F
G
Owner's Protective or Contingent Public Liability Insurance and Property Damage Liability Insurance.
The Contractor shall obtain an Owner's Protective or Contingent Public Liability Insurance policy naming the City
of Lubbock as insured and the amount of such policy shall be as follows: For bodily injuries, including accidental death and or property damage, $500,000 Combined Single Limit.
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 spec job and copy of the
endorsement doing so is to be attached to the Certificate of Insurance.
Builder's Risk Insurance
The Contractor shall obtain a Builder's Risk policy in the amount of (100% of potential loss) naming the
City of Lubbock as insured.
Excess or Umbrella Liability Insurance
The Contractor shall have Excess or Umbrella Liability Insurance in the amount of $500,000 with coverage to
correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverages.
The City is to be named as an additional insured on this policy for this specific job and copy of the endorsement
doing so is to be attached to the Certificate of Insurance.
Worker's Compensation and Employers Liability Insurance
Worker's Compensation Insurance covering all employees whether employed by the Contractor or any
Subcontractor on the job with Employers Liability of at least $500,000
Proof of Coverage
Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for
approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of
compliance with the above insurance requirements, signed by an authorized representative of the insurance
company setting forth:
(1) The name and address of the insured.
(2) The location of the operations to which the insurance applies.
(3) The name of the policy and type or types of insurance in force thereunder on the date borne by such
certificate.
(4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such
certificate.
(5) A provision that the policy may be canceled only by mailing written notice to the named insured at the
address shown in the bid specifications.
(6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of
the policies shown on the certificate.
(7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job
specifications. No substitute of nor amendment thereto will be a=-ptable.
(8) If policy limits are paid, new policy must be secured for new coverage to complete project.
29. DISABLED EMPLOYEES
r•• 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 priviliges 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.
r 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.
r•• Any and all communications between arty party under this paragraph must be in writing
31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION
r The contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or
process covered by letters patent or copyright by suitable legal agreement with the Patentee or Owner thereof. The
Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the
Owner harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be
responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer
or manufacturers is specified or required in these contract documents by Owner, provided, however, if choice of alternate
design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner harmless
from any loss on account thereof. If the material or process specified or required by Owner is an infringement, the
Contractor shall be responsible for such loss unless he promptly gives written notice to the Owner of such infringement.
32. LAWS AND ORDINANCES
The Contractor shall at all times observe and comply with all federal, state and local lows, ordinances and regulations,
r" 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.
F
If the Contractor performs any work knowing it to be contrary to such laws, ordinances, rules and regulations, and without
such notice to the Owner's Representative, he shall bear all costs arising therefrom.
The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the
same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into
contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein.
33. ASSIGNMENT AND SUBLETTING
The Contractor further agrees that he will retain personal control and will give his personal attention to the fulfillment of
this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in
the performance of this contract, shall not relieve the Contractor from his full obligations to the Owner, as provided by this
contractual agreement.
34. TIME FOR COMPLETION AND LIQUIDATED DAMAGES
It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and
time for completion as specified in the contract of work to be done hereunder are essential conditions of this contract; and it
is further mutually understood and agreed that the work embraced in this contract shall be commenced on a date to be
specified in the Notice to Proceed.
If the Contractor should neglect, fail, or refuse to complete the work within the time herein specified, or any proper
extension thereof granted by the Owner, then the Contractor does hereby agree as part of the consideration for the awarding
of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $100.00 (One
Hundred) PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each
and every calendar day that the Contractor shall be in default after the time stipulated for completing the work.
It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the completion of the
work described herein is reasonable time for the completion of the same, taking into consideration the average climatic
change and conditions and usual industrial conditions prevailing in this locality.
The amount is fixed and agreed upon by and between the Contractor and the Owner because of the impracticability and
extreme difficulty in fixing and ascertaining actual damages the Owner would in such event sustain, and the amount is
agreed to be damages the Owner would sustain and shall be retained by the Owner from current periodical estimates for
payments or from final payment.
It is further agreed and understood between the Contractor and Owner that time is of the essence of this contract.
35. TH%4E 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 proposals; provided, also, that when the Owner is having other work
done, either by contract or by his own force, the Owner's Representative may direct the time and manner of constructing
work done under this contract so that conflicts will be avoided and the construction of the various works being done for the
Owner shall be harmonized.
The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which
shall show the order in which the Contractor proposes to carry on the work, with dates at which the Contractor will start the —
several parts of the work and estimated dates of completion of the several parts.
r
i
r" 36. EXTENSION OF TIME
The Contractor agrees that he has submitted his proposal in full recognition of the time required for the completion of this
*� project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has
considered the liquidated damage provisions of paragraph 33 hereinabove set forth and that he shall not be entitled to, nor
will he request, an extension of time on this contract, except when his work has been delayed by an act or neglect of the
r. 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. This 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 submit such written request to
the City Council of the City of Lubbock for their consideration. Should the Contractor disagree with the action of City
Council on granting an extension of time, such disagreement shall be settled by arbitration as hereinafter provided.
37. HINDRANCE AND DELAYS
pal 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.
r-
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 ptovided.In the event this contract is let
on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other
contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the
estimated quantities are shown for the various classes of work to be done and material to be furnished under this contract,
they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their
proposals offered for the work. It is understood and agreed that the actual amount of work to be done and the materials to
r be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this
contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the
project.
r..
39. PROTECTION OF ADJOINING PROPERTY
The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered,
r 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 ad joining 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.
r ,
a 40. PRICE FOR WORK
In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the
Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and
stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the proposal attached hereto,
which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all
r materials and all labor required for the aforesaid work, also, for all expenses incurred by him and for well and truly
performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, _
plans, contract documents and requirements of Owner's Representative.
41, PAYMENTS
No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either
wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at
any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate
showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made,
Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by
reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a
waiver of all claims against Owner which have not theretofore been timely filed as provided in this contract.
42. PARTIAL PAYMENTS
On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial
payment. Owner's Representative shall review said application for partial payment and the progress of the work made by
the Contractor and if found to be in order shall prepare a certificate for partial payment showing as completely as practical
the total value of the work done by the Contractor up to and including the last day of the preceding month; said statement
shall also include the value of all sound materials delivered on site of the work that are to be fabricated into the work.
The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner':
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 tht
Contractor, the Owner may upon written recommendation of Owner's Representative pay a reasonable and equitable portion_
of the retained percentage due Contractor.
43. FINAL COMPLETION AND ACCEPTANCE
Within thirty-one (31) days after the Contractor has given the Owner's Representative written notice that the work has been
completed or substantially completed, the Owner's Representative and the Owner shall inspect the work and within said
time, if the work be found to be completed or substantially completed in accordance with the contract documents, the
Owner's Representative shall issue to the Owner and Contractor his certificate of completion, and thereupon it shall be the
duty of the Owner within thirty-one (31) days to issue a certificate of acceptance of the work to the Contractor.
44. FINAL PAYMENT
Upon the issuance of the certificate of completion, the Owner's Representative shall proceed to make final measurement and
prepare a final statement of the value of all work performed and materials furnished under the terms of the agreement, and —
shall certify same to the Owner, who shall pay to the Contractor on or before the 31st day after the date of certificate of
completion, the balance due Contractor under the terms of this agreement, provided he has fiilly 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 Owners 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
r"•
r' 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
r,. faulty materials or workmanship, and he shall remedy any defects due thereto and pay for any damage to other work
resulting therefrom, which shall appear within a period of one (1) year from the date of substantial completion. The Owner
or the Owner's Representative shall give notice of observed defects with reasonable promptness.
47. PAYMENT WITHHELD
The Owner may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certificate to
such extent as may be necessary to protect himself from loss on account of
(a) Defective work not remedied.
(b) Claims filed or reasonable evidence indicating possible filing of claims.
(c) Failure of the Contractor to make payments promptly to subcontractors or for materials or labor.
(d) Damage to another contractor.
When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, which will
protect the Owner in the amount withheld, payment shall be made for amounts withheld because of them.
48. TWE 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. ARBITRATION
All questions of dispute under this agreement shall be submitted to arbitration at the request of either party to the dispute.
The parties may agree upon one arbitrator, otherwise, there shall be three; one named in writing by each party and the third
chosen by the two arbiters selected; or if the arbiters fail to select a third within ten (10) days, he shall be chosen by the
District Judge, 72nd Judicial District of Texas. Each arbiter shall be a resident of the City of Lubbock Should the party
!� demanding arbitration fail to name an arbiter within ten (10) days of the demand, his right to arbitrate shall lapse, and the
decision of the Owner's Representative shall be final and binding on him. Should the other party fail to choose an arbiter
within ten (10) days, the Owner's Representative shall appoint such arbiter. Should either party refuse or neglect to supply
,. the arbiters with any papers or information demanded in writing, the arbiters are empowered by both parties to take Ex
Parte Proceedings.
The arbiters shall act with promptness. The decision of any two shall be binding on both parties to the contract, unless
either or both parties shall appeal within ten (10) days from date of the award by the arbiters, and it is hereby agreed that
each party shall have the right of appeal and all proceedings shall be according to and governed by Arbitration Statutes of
Texas, being Article 224, et seq., Vernon's Annotated Civil Statutes. THE DECISION OF THE ARBITERS UPON ANY
QUESTION SUBMITTED TO ARBITRATION UNDER THIS CONTRACT SHALL BE A CONDITION PRECEDENT
TO ANY RIGHT OF LEGAL ACTION.
The arbiters, if they deem the case demands it, are authorized to award the party whose contention is sustained, such sums
as they deem proper for the time, expense and trouble incident to the appeal, and if the appeal was taken without reasonable
cause, they may award damages for any delay occasioned thereby. The arbiters shall fix their own compensation, unless
otherwise provided by agreement, and shall assess the costs and charges of the arbitration upon either or both parties. The
award of the arbiters must be made in writing and shall not be open to objection on account of the form of proceedings or
award.
50. 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 ease 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 ofr
completion and acceptance, as provided in paragraph 42 hereinaefve 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
i FM
delivered to Contractor and his Surety, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the
balance due as reflected by said statement within 30 days after the date of certificate of completion.
In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the
cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor
and/or his Surety shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools,
materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety. Should the cost to
complete the work exceed the contract price, and the Contractor and/or his Surety fail to pay the amount due the, Owner
within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the
site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the
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.
51. 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 the attached proposal, the value of all partially
completed work at a fair and equitable price, and the amount of all Extra Work performed at the prices agreed upon, or
provided for by the terms of this contract, and a reasonable sum to cover the cost of an 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 tenors 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 notifi melon by the Contractor the balance
shown by said final statement as due the Contractor, under the terms of this Agreement
52. ' BONDS
The successful bidder shall be required to furnish a performance bond and payment bond in accordance with Article 5160,
Vernon's Annotated Civil Statutes in the amount of 100% of the total contract price, in the event said contract price exceeds
$25,000.00. If the contract price does not exceed $25,000.00, the statutory bonds will not be required. All bonds, if
required, shall be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to
do business in the State of Texas. And it is further agreed that this contract shall not be in effect until such bonds are so
furnished.
53. 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
54. 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.
55. INDEPENDENT CONTRACTOR
Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct,
supervise, and control his own employees and to determine the method of the performance of the work covered hereby. The —
fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during his performance and
to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative
hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent
contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other
person, firm, or corporation.
56. CLEANING UP
The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the
completion of the work he shall remove all such debris and also his tools, scaffolding, and surplus materials and shall leave
the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may
remove the debris and charge the cost to the Contractor.
r-
GENERAL CONDITIONS OF THE AGREEMENT
OWNER
Whenever the word Owner, or the expression Party of the First Part, or First Party, are used in this contract, it
shall be understood as referring to the City of Lubbock, Texas.
2. CONTRACTOR
Whenever the word Contractor, or the expression Party of the Second Part, or Second Party, is used, it shall be
understood to mean the person, persons, co -partnership or corporation, to -wit: who has agreed to perform the
work embraced in this contract, or to his or their legal representative.
3. OWNER'S REPRESENTATIVE
Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as
referring to George Lisenbe. Building and Energy Management Administrator, City of Lubbock, under whose supervision
these contract documents, including the plans and specifications, were prepared, and 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
r' The contract documents shall consist of the Notice to Bidders, General Instructions to Bidders, Proposal, Signed
Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement
(if any), Specifications, Plans, insurance Certificate, and all other documents made available to Bidder for his
inspection in accordance with the Notice to Bidders.
5. INTERPRETATION OF PHRASES
Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words
of like import are used, it shall be understood that the direction, requirement, permission, order, designation or
prescription of the Owner's Representative is intended; and similarly, the words. "Approved," "Acceptable,"
"Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's
Representative.
few Whenever in the Specifications or drawings accompanying this agreement, the terms of description of various
qualities relative to finish, workmanship, or other qualities of similar kind which cannot, from their nature, be
specifically and clearly described and specified, but are necessarily described in general terms, the fulfillment of
which must depend on individual judgment, then, in all such cases, any question of the fulfillment of said
!" Specifications shall be decided by the Owner's Representative, and said work shall be done in accordance with his
interpretations of the meaning of the words, terms, or clauses defining the character of the work.
6. SUBCONTRACTOR
The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for
performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to
an Subcontractor
Y 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.
FM 7. WRITTEN NOTICE
Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of
the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to
the last business address known to him who gives the notice.
8. WORK
Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment,
tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities
necessary for the execution and completion of the work covered by the contract documents.' Unless otherwise
specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor
shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work
described in words which so applied have well known, technical or trade meaning shall be held to refer such
recognized standards. —
All work shall be done and all materials furnished in strict conformity with the contract documents.
9. SUBSTANTIALLY COMPLETED
The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has
been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment.
10. LAYOUT
Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall
accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check
the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's
request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in
accordance with the Plans and Specifications.
11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE
The Contractor shall be furnished with one copies of all Plans, Profiles and Specifications without expense to him
and he shall keep one copy of same consistently accessible on the job site.
12. RIGHT OF ENTRY
The Owner's Representative may make periodic visits to the site to observe the progress of quality of the executed
work and to determine, in general, if the work is proceeding in accordance with the contract documents. He will not
be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor _
will he be responsible for the construction means, methods, techniques, sequences or procedures,,or the safety
precautions incident thereto. His efforts will be directed towards providing assurances for the Owner that the
completed project will conform to the requirements of the contract documents, but he will not be responsible for the
Contractor's failure to perform the work in accordance with the Contract Documents. On the basis of his onsite —
observations, he will keep the Owner informed of the progress of the work and will endeavor to guard the Owner
against defects,and deficiencies in the work of the Contractor. `
13. LINES AND GRADES
All lines and grades shall be furnished by the Owner's Representative whenever 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�
I
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
r question which may arise relative to the execution of this contract on the part of said Contractor. The Owner's
Representatives's estimates and findings shall be conditions precedent to the right of the parties hereto to
arbitration or to any action on the contract, and to any rights of the Contractor to receive any money under this
contract; provided, however, that should Owner's Representative render any decision or give any direction, which in
the opinion of either party hereto, is not in accordance with the meaning and intent of this contract, either party
may file with said Owner's Representative within 30 days his written objection to the decision or direction so
rendered, and by such action may reserve the right to submit the questions so raised to arbitration as hereinafter
provided. It is the intent of this Agreement that there shall be no delay in the execution of the work, therefore,
written decisions or direction of the Owner's Representative as rendered shall be promptly carried out, and any
claim arising therefrom shall be thereafter adjusted to arbitration as hereinafter provided.
The Owner's Representative shall, within a reasonable time, render and deliver to both the Owner and the Contractor
a written decision on all claims of the parties hereto and on all questions which may arise relative to the
execution of the work or the interpretation of the contract, specifications and plans. Should the Owner's
Representative fail to make such decision within a reasonable time, an appeal to arbitration may be taken as if his
decision had been rendered against the party appealing.
15. SUPERINTENDENCE AND INSPECTION
It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from
time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may deem
proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is
furnished and said work is done in accordance with the specifications therefore„ The Contractor shall furnish all
reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper
r 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
r+. - Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within six
t
(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.
r
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.
is. 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 shalt make necessary arrangements and provide proper facilities and access for such observation and
testing at any location wherever work is in preparation or progress. Contractor shall ascertain the scope of any
observation which may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time
each part of the work will be ready for such observation. Owner or Owner's Representative may reject any work found
to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the
time or place of discovery of such errors and regardless of whether owner's Observer has previously accepted the
work through oversight or otherwise. If any work should be covered without approval or consent of the Owner, it
must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the
event that any part of the work is being fabricated or manufactured at a location where it is not convenient for
Owner or Owner's Representative to make observations of such work or require testing of said work, then in such
event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates
of inspection, testing or approval made by persons competent to perform such tasks at the location where that part
of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed
by the American Society for Testing and Materials or such other applicable organization as may be required by law or
the contract documents.
r
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.
Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner,
Owner's Representative, or other persons authorized under this agreement to make! such inspections, tests, or
approvals shall relieve the Contractor from his obligation to perform the work in accordance with the requirements
of the contract documents.
22. DEFECTS AND THEIR REMEDIES
It is further agreed that if the work or any part thereof, or any material brought on the site of the work for use
in the work or selected for the same, shall be deemed by the Owner or Owners' Representative as unsuitable or not in
conformity with plans, specification and contract documents, the Contractor shall, after receipt of written notice
r' 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
r line, grade, form dimensions, plans or or materials for the work herein contemplated, or any part thereof, either
before or after the beginning of the construction, without affecting the validity of this contract and the
accompanying bond.
If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for
a claim for damages, or anticipated profits on the work that may be dispensed with. If they inCrease the amount of
work, and the increased work can fairly.be classified under the specifications, such increase shall be paid
according to the quantity actually done and at the unit price established for such work under this contract;
otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such
changes or alterations as shall make useless any work already done or material already furnished or used in said
work, then the Owner shall recompense the Contractor for any material or labor so used, and for any actual loss
occasioned by such change, due to actual expenses incurred in preparation for the work as originally planned.
24. EXTRA WORK
The term "extra work" as used in this contract shall be understood to mean and include all work that may be required
by the Owner or Owner's Representative to be done by the Contractor, to accomplish any change, alteration or addition
to the work as shown "on the plans and specifications or contract documents and not covered by Contractor's proposal,
except as provided under Changes and Alterations herein.
It is agreed that the Contractor shall perform all extra work under the direction of the Owner's 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)
Method (B)
C Method (C)
By agreed unit prices; or
By agreed lump sum; or
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%) per
cent.
In the event said extra work be performed and paid for under Method (C), then the provisions of this paragraph shall
apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen,
timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the
time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together
with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits,
Maintenance Bonds, Public Liability and Property Damage and Workmen's Compensation and all other insurances as may
be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's
Representative may direct the form in which accounts of the actual field cost shall be kept and records of these
accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in -
writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to
be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices
for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest
Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where
practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra
work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate
him for his profit, overhead, general superintendence and field office expense, and all other elements of cost and —
expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field
Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same
shall be included in the "actual field cost." _
No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case
any orders or instructions appear to the Contractor to involve extra work for which he should receive compensation
or an adjustment in the construction time, he shall make written request to the Owner's Representative for a written
order authorizing such extra work. should a difference of opinion arise as to what does or does not constitute
extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the
Contractor shall proceed with the work after making written request for written order and shall keep adequate and —
accurate account of the actual field cost thereof, as provided under Method (C). The Contractor will thereby
preserve the right to submit the matter of payment to arbitration as herein below provided.
25. DISCREPANCIES AND OMISSIONS
It is further agreed that it is the intent of this contract that all work described in the proposal, the
specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these
contract documents as interpreted by Owner's Representative. if the Contractor finds any discrepancies or omissions
in these plans, specifications, or contract documents, he should notify the Owners' Representative and obtain a _
clarification before the bids are received, and if no such request is received by the Owner's Representative prior
to the opening of bids,' then it shall be considered that the Contractor fully understands the work to be included
and has provided sufficient sums in his proposal to complete the work in accordance with these plans and
specifications. It is further understood that any request for clarification must be submitted no later than five
days prior to the opening of bids.
26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT
If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of
work with the rate.of progress required under this contract, the Owner or Owner's Representative may order the `
Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall
comply with such order.
If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the —
Contractor shall, if so ordered in writing, increase his force or equipment, or both, to such an extent as to give
reasonable assurance of compliance with the schedule of progress.
27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC
The Contractor shall take out and procure a policy or policies of Workmen's Compensation Insurance with an insurance
company licensed to transact business in the State of Texas, which policy shall comply with the Workmen's
Compensation Laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the
safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state
and municipal laws and building and construction codes. All machinery and equipment and other physical hazards
shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General
Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The
Contractor, his sureties and insurance carriers shall defend, 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.
r. 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
low 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
r"
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. Comprehensive General Liability Insurance
The contractor shall have Comprehensive General Liability Insurance with limits of $500,000 Combined Single
Limit in the aggregate and per occurrence to include:
r Premises and Operations
Explosion & Collapse Hazard
Underground Damage Hazard
Products & Completed Operations Hazard
Contractual Liability
Independent Contractors Coverage
Personal Injury (with exclusion "c" waived)
r
The City is to be named as an additional insured on this policy for this specific job, and copy of the
endorsement doing so is to be attached to the Certificate of Insurance.
B. Owner's Protective or Contingent Public Liability Insurance and Property Damage Liability Insurance.
The Contractor shall obtain an Owner's Protective or Contingent Public Liability Insurance policy naming the
City of Lubbock as insured and the amount of.such policy shall be as follows:
For bodily injuries, including accidental death and or property damage, E500.000 Combined Single Limit.
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. Builder's Risk Insurance
The Contractor shall obtain a Builder's Risk policy in the amount of (100% of potential loss)
naming the City of Lubbock as insured.
E. Excess or Umbrella Liability Insurance
The Contractor shall have Excess or Umbrella Liability Insurance in the amount of $500,000 with coverage to
correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverages. —
The City is to be named as an additional insured on this policy for this specific job and copy of the
endorsement doing so is to be attached to the Certificate of Insurance.
F. Worker's Compensation and Employers Liability Insurance
As required by State statute covering all employees whether employed by the Contractor or any Subcontractor —
on the job with Employers Liability of at least $500,000
G. Proof of Coverage _
Before,work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for
approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of
compliance with the above insurance requirements, signed by an authorized representative of the insurance —
company setting forth:
(1) The name and address of the insured.
(2) The location of the operations to which the insurance applies.
(3) The name of the policy and type or types of insurance in force thereunder on the date borne by such
certificate.
(4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne
by such certificate.
(5) A provision that the policy may be canceled only by mailing written notice to the named 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.
F-
P-
(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.
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
r,. compensation, job training, and other terms, conditions, and priviliges 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 atl 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,
r 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
r- 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
r indemnify and save the Owner harmless from any loss on account thereof, except that Owner shall defend all such
suits and claims and shall be responsible for all such loss when a particular design, device, material or process or
the product of a particular manufacturer or manufacturers is specified or required in these contract documents by
Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor,
then Contractor shall indemnify and save Owner harmless from any loss on account thereof. If the material or
process specified or required by Owner is an infringement, the Contractor shall be responsible for such loss unless
he promptly gives written notice to the Owner of such infringement.
32. LAWS AND ORDINANCES
r.. 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 Ownerts Representative, he
.• shall bear all costs arising therefrom.
r
The owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as
the same regulates the objects for which, or the manner in which, or the conditions under which the owner may enter
into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though
embodied herein.
33. ASSIGNMENT AND SUBLETTING
The Contractor further agrees that he will retain personal control and will give his personal attention to the
fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work,
or materials required in the performance of this contract, shall not relieve the Contractor from his full
obligations to the Owner, as provided by this contractual agreement.
34. TIME FOR COMPLETION AND LIQUIDATED DAMAGES
It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning
and time for completion as specified in the contract of work to be done hereunder are essential conditions of this
contract; and it is further mutually understood and agreed .that the work embraced in this contract shall be
commenced on a date to be specified in the Notice to Proceed.
If the Contractor should neglect, fail, or refuse to complete the work within the time herein specified, or any
proper extension thereof granted by the Owner, then the Contractor does'hereby agree as part of the consideration
for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum
of $1,000.00 Qne Thousand) PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as
herein set forth for each and every calendar day that the Contractor shall be in default after the time stipulated
for completing the work.
It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the completion of
the work described herein is reasonable time for the completion of the same, taking into consideration the average
climatic change and conditions and usual industrial conditions prevailing in this locality.
The amount is fixed and agreed upon by and between the Contractor and the Owner because of the impracticability and
extreme difficulty in fixing and ascertaining actual damages the Owner would in such event sustain, and the amount
is agreed to be damages the owner would sustain and shall be retained by the ownerfromcurrent 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 proposals; provided, also, that when
the owner is having other work done, either by contract or by his own force, the Owner's Representative may direct
the time and manner of constructing work done under this contract so that conflicts will be avoided and the
construction of the various works being done for the owner shall be harmonized.
The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules
which shall show the order in which the Contractor proposes to carry on the work, with dates at which the Contractor
will start the several parts of the work and estimated dates of completion of the several parts.
36. EXTENSION OF TIME
The Contractor agrees that he has submitted his proposal in full recognition of the time required for the completion
of this project, taking into consideration the average climatic range and industrial conditions prevailing in this
rlocality, 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,
r 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 submit such written request to the City Council of
the City of Lubbock for their consideration. Should the Contractor disagree with the action of City Council on
granting an extension of time, such disagreement shall be settled by arbitration as hereinafter provided.
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 hindrEinces 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.ln 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 bet used only as a basis for estimating
the probable cost of the work and for comparing their proposals offered for the work. It is understood and agreed
that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat
rr from these estimates, and that where the basis for payment under this contract is the unit price method, payment
shall be for the actual amount of work done and materials furnished on the project.
39. PROTECTION OF ADJOINING PROPERTY
OM
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
r., adjacent or adjoining property, arising or growing out of the performance of this contract, but such indemnity shall
not apply to any claim of any kind arising out of the existence or character of the work.
40. PRICE FOR WORK
In consideration of the furnishing`.of all necessary labor, equipment and material and the completion of all work by
the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the
.. specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the
proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive
such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all
r� expenses incurred by him and for well and truly performing the same and the whole thereof in the manner and
according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's
Representative.
41. PAYMENTS
No payments made or certificates given shall be considered as conclusive evidence of the performance of the
contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective
work. Contractor shall at any time requested during the progress of the work furnish the owner or Owner's
Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection
with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there
are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by
Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner which have
not theretofore been timely filed as provided in this contract.
42. `PARTIAL PAYMENTS
On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for
partial payment. Owner's Representative shall review said application for partial payment and the progress of the
work made by the Contractor and if found to be in order shall prepare a certificate for partial payment showing as _
completely as practical the total value of the work done by the Contractor up to and including the last day of the
preceding month; said statement shall also include the value of all sound materials delivered on site of the work
that are to be fabricated into the work.
The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the
Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained
until final payment, and further, less all previous payments and all further sums that may be retained by Owner .
under the terms of this agreement. It is understood, however, that in case the whole work be near to completion,
and this fact is certified to by Owner's Representative and some unexpected and some unusual delay occurs due to no
fault or negligence on the part of the Contractor, the Owner may upon written recommendation of Owner's _
Representative pay a reasonable and equitable portion of the retained percentage due Contractor.
43. FINAL COMPLETION AND ACCEPTANCE
Within thirty-one (31) days after the Contractor has given the Owner's Representative written notice that the work
has been completed or substantially completed, the Owner's Representative and the Owner shall inspect the work and
within said time, if the work be found to be completed or substantially completed in accordance with the contract
documents, the Owner's Representative shall issue to the Owner and.Contractor his certificate of completion, and
thereupon it shall be the duty of the Owner within thirty-one (31) days to issue a certificate of acceptance of the _
work to the Contractor.
r
44. FINAL PAYMENT
r
Upon the issuance of the certificate of completion, the Owner's Representative shall proceed to make final
measurement and prepare a final statement of the value of all work performed and materials furnished under the terms
'. of the agreement, and shall certify same to the Owner, who shall pay to the Contractor on or before the 31st'day
after the date of certificate of completion, the balance due Contractor under the terms of this agreement, provided
he has fully performed his contractual obligations under the terms of this contract; and said payment shall become
due in any event upon said performance by the Contractor. Neither the certificate of acceptance nor the final
payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment
of any warranty which may be required in the special conditions (if any) of this contract or required in the
specifications made a part of this contract.
45. CORRECTION OF WORK BEFORE FINAL PAYMENT FOR WORK
Contractor shall promptly remove from Owners' premises all materials condemned by the Owner's Representative on
account of failure to conform to the contract, whether actually incorporated in the work or not, and Contractor
shall at his own expense promptly replace such condemned materials with other materials conforming to the
requirements of the contract. Contractor shall also bear the expense of restoring all work of other contractors
damaged by any such removal or replacement. if Contractor does not remove and replace any such condemned work
within a reasonable time after a written notice by the Owner or the Owner's Representative, Owner may remove and
replace it at Contractor's expense.
46. CORRECTION OF WORK AFTER FINAL PAYMENT
Neither the final payment nor certificate nor any provision in this contract shall relieve the Contractor of
responsibility for faulty materials or workmanship, and he shall remedy any defects due thereto and pay for any
damage to other work resulting therefrom, which shall appear within a period of one (1) year from the date of
substantial completion. The Owner or the Owner's Representative shall give notice of observed defects with
reasonable promptness.
47. PAYMENT WITHHELD
r
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:
OM
(a) Defective work not remedied.
(b) Claims filed or reasonable evidence indicating possible filing of claims.
(c) Failure of the Contractor to make payments promptly to subcontractors or for materials or labor.
(d) Damage to another contractor.
When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, Which will
protect the Owner in the amount withheld, payment shall be made for amounts withheld because of them.
48. TIME OF FILING CLAIMS
�► It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor
shall be in writing and filed with the Owner's Representative within fifteen (15) days after the Owner's
Representative has given any directions, order or instruction to which the Contractor desires to take exception.
The Owners' Representative shall reply to such written exceptions by the Contractor and render his final decision in
P' 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. ARBITRATION
All questions of dispute under this agreement shall be submitted to arbitration at the request of either party to
the dispute. The parties may agree upon one arbitrator, otherwise, there shall be three; one named in writing by
each party and the third chosen by the two arbiters selected; or if the arbiters fail to select a third within ten
(10) days, he shall be chosen by the District Judge, 72nd Judicial District of Texas. Each arbiter shall be a
resident of the City of Lubbock. Should the party demanding arbitration fail to name an arbiter within ten (10)
days of the demand, his right to arbitrate shall lapse, and the decision of the Owner's Representative shall be
final and binding on him. Should the other party fail to choose an arbiter within ten (10) days, the Owners
Representative shall appoint such arbiter. Should either party refuse or neglect to supply the arbiters with any
papers or information demanded in writing, the arbiters are empowered by both parties to take Ex Parte Proceedings.
The arbiters shall act with promptness. The decision of any two shall be binding on both parties to the contract,
unless either or both parties shall appeal within ten (10) days from date of the award by the arbiters, and it is
hereby agreed that each party shall have the right of appeal and aLL proceedings shall be according to and governed
by Arbitration Statutes of Texas, being Article 224, et seq., Vernon's Annotated Civil Statutes. THE DECISION OF
THE ARBITERS UPON ANY QUESTION SUBMITTED TO ARBITRATION UNDER THIS CONTRACT SHALL BE A CONDITION PRECEDENT TO ANY
RIGHT OF LEGAL ACTION.
The arbiters, if they deem the case demands it, are authorized to award the party whose contention is sustained,
such sums as they deem proper for the time, expense and trouble incident to the appeal, and if the appeal was taken
without reasonable cause, they may award damages for any delay occasioned thereby. The arbiters shall fix their own
compensation, unless otherwise provided by agreement, and shall assess the costs and charges of the arbitration upon
either or both parties. The award of the arbiters must be made in writing and shall not be open to objection on
account of the form of proceedings or award.
50. 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 shalt pay the amount of such excess to the Owner; or
r
r►
(b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspaper
having a general circulation.in the County of location of the work, may let the contract for the completion
of the work under substantially the same terms and conditions which are provided in this contract. In case
of any increase in cost to the Owner under the new contract as compared to what would have been the cost
'., under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain
bound therefore. However, should the cost to complete any such new contract prove to be less than that
which would have been the cost to complete the work under this contract, the Contractor or his Surety shall
be credited therewith.
When the work shall have been substantially completed, the Contractor and his Surety shall be so notified and
certificates of completion and acceptance, as provided in paragraph 42 hereinabove set forth, shall be issued. A
complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall
then be prepared and delivered to Contractor and his Surety, whereon the Contractor or his Surety, or the Owner as
the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of
certificate of completion.
In the event the statement of accounts shows that the cost to complete the work is less than that which would have
been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when
PM 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, arxi the Contractor and/or his Surety
r,. 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 sun 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 *jobsitce and belong to persons other than
the Contractor or his Surety, to their proper owners.
51. 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 the
attached proposal, the value of all partially completed work at a fair and equitable price, and the amount of all
Extra Work performed at the prices agreed u provided for p pon, or p 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
v 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.
52. BONDS
The successful bidder shall be required to furnish a performance bond and payment bond in accordance with Article
F 5160, Vernon's Annotated Civil Statutes in the amount of 100% of the total contract price, in the event said
contract price exceeds $25,000.00. if the contract price does not exceed $25,000.00, the statutory bonds will not
be required. All bonds, if required, shall be submitted on forms supplied by the Owner, and executed by an approved
Surety Company authorized to do business in the State of Texas. And it is further agreed that this contract shall
not be in effect until such bonds are so furnished.
53. 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.
54. LOSSES FROM NATURAL CAUSES
> Unless otherwise specified herein, all loss or damage to the Contractor arising out of the nature of the work to bed
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.
55. INDEPENDENT CONTRACTOR
Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to
direct, supervise, and control his own employees and to determine the method of the performance of the work covered
hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during
his performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or
Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the
Contractor as an independent contractor with respect to either the owner or Owner's Representative or to the
Contractor's own employees or to any other person, firm, or corporation.
56. CLEANING UP
The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the
completion.of the work he shall remove all such debris and also his tools, scaffolding, and surplus materials and
shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of
dispute Owner may remove the debris and charge the cost to the Contractor.
CURRENT WAGE DETERNUNATIONS
MINIMUM kAGE itATES
The following wage rates have been established pursuant to authority of
Article 5159a, Revised Civil Statutes of the State of Texas. said statue
includes the following provision which is made a part of this contract.
"The Contractor shall forfeit as 'a penalty to the Science
spectrum, Inc., $10.00 for each laborer, workman, or mechanic
employed for each calendar day, or portion thereof, such laborer,
workman, or mechanic is paid less than the said stipulated rates
for any work done under this contract by ,him, or by any sub-
contractor under him."
POSTING WAGE RAGES Minimum Wage Rates shall be posted on job site in a
r" conspicuous place so that all workmen may be able to inspect.
EMPLOYEE CLAIMS Any employee who alleges that he has not been paid the
minimum wage rate may file a written claim with the owner.
PAYMENT OF EMPLOYEES AND PAYROLL RECORDS The Contractor and each sub-
contractor 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 easily cashable without discount, not less often than once each week.
The Contractor and each sub -contractor engaged at the site of the work shall
prepare and maintain weekly payroll records certified to be correct. Payroll
.� records shall contain the name, social security number, classification, rate
per hour, hours worked each day, including regular hours and overtime hours.
PAYROLL RECORDS Payroll records shall be made available upon request for
inspection by the Architect or by a designated representative of the Owner to
ascertain compliance with the minimum wage scale provisions of this contract.
Nothing herein contained, however, shall be construed to prohibit the payment
to any laborer, workman, or mechanic employed on the work of more than the
prevailing rate of wages.
r+ Attention is called to the fact that there must be paid on this project not
less than the general prevailing rates which have been established by the
Owner as follows:
0"
r
.� LIA OQ.500-1
Y
Exhibit A
Building Construction Trades
Prevailing Rates
Craft
Acoustical Ceiling Installer
Air Conditioner Installer
Air Conditioner,Installer Helper
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
LIA 00.500-2
Hourlv Rate
$11.60
8.35
5.50
10.50
5.00
11.00
5.50
7.35
8.70
10.50
5.25
8.00
5.70
8.00
7.50
9.50
5.00
7.30
4.75
5.60
8.75
9.25
6.00
7.65
4.75
8.75
5.50
8.00
r..
% a r fi r'- .41h,40111M 3
SPECIAL CONDITIONS'
r
PART I.' AIRPORT OPERATIONS St=�tT�
E
A.. General
Airport security is a vital part of the Contractor's
responsibilities during the course of this project. Airport
security, nationwide, has come under close scrutiny in the last few
years.. The following security guidelines and the rules and _
regulations of the Lubbock International Airport: Police Department
(LIAPD) and the Federal Aviation Administration (FAA)..shall be
followed by the•Contractor'and,the Contractor's employees,
subcontractors, suppliers and representatives at. all times during
the execution of this project. The Contractor shall be directly
responsible for any and all fines or penalties levied.against the
Airport as a'result of any breach of security or safety caused by
the Contractor -or the Contractor's employees, subcontractors,
suppliers or representatives:
B. Airport Operations Area (AOA)lTerminal
The Airport operations area (AOA) shall be defined as any
!'
portion'of the Airport property normally secured against
unauthorized entry... -The AOA includes all areas specifically
reserved for the operations of aircraft and aircraft support
r-
equipment and personnel. Generally, the AOA is defined by the
Airport's outer'security fencing and other security measures at the
Airport terminal building.
C. LIAPD - Issued Security Badges'
The Contractor shall be responsible for obtaining a.
r-
photo -identification security badge issued by the LIAPD for each
supervisor or foreman of each work crew working within the AOA or
terminal work area. The Contractor shall obtain LIAPD security
badges,for at least one member of each work crew working in
r
separate areas of -the AOA or terminal building or terminal
building. i It s the intent of`these"specifications that all
individuals responsible to the Contractor, incluciing''the '
The Contractor may obtain LIAPD security badges from the
Lubbock International Airport Police Department at the Lubbock
international Airport. The LIAPD reserves the right to limit the
number of security badges issued to the Contractor. The LIAPD will
charge the Contractor a twenty-five dollar ($25.,00) fee for each
security -badge issued. An additional fee will be: charged, as noted
later in this section; for lost or destroyed badges.
SC
- 1
The LIAPD security badges shall be worn in an easily
;'visible location on the person issued the badge at all times while
;`working within the AOA or secured area. The badge holder shall be
"familiar with and shall obey all security and safety rules and
regulations. The LIAPD security badge may be confiscated and all
security rights revoked by the LIAPD upon.the breach of any
'security or safety regulations at the discretion of the LIAPD. The
;,holder of an LIAPD security badge shall surrender the badge at the
completion of this project, upon transfer or•termination of
;employment, or at any other time at the request of the LIAPD.
The Contractor shall conduct a background check of each
`applicant for an LIAPD security badge utilizing standard background
'_'check forms .provided by the LIAPD. The Contractor shall be
responsible for completing the required forms, and for submitting
the forms to the LIAPD for their review as early in the project as
;possible to avoid any construction delays. Forms for completing
the required background check shall be available through the LIAPD
office after award of the project. The background check will show
.proof of•a.minimum five (5) year employment record and will be
•' reviewed by the LIAPD. The LIAPD shall be responsible for
reviewing the background checks. Only persons whose application is
' approved by the LIAPD shall be issued security badges. The LIAPD
`reserves the right to bar from the AOA.or terminal any individuals
,,_found by the background check to be, in the opinion of the LIAPD, a.
risk to AOA/terminal security or safety.
At the completion of this project, the Contractor shall
return all LIAPD-issued security badges�to the LIAPD. The LIAPD
will charge an additional twenty-five dollar ($25.00) fee for each
lost'or•destroyed LIAPD-issued security badge. All LIAPD-issued
security badges must be accounted for and surrendered at the,
completion of this project. Failure to account -for and surrender
all LIAPD-issued security badges will constitute grounds for
?' withholding retainage from the final pay estimate amount.
D. Contractor -Issued Identification Badges
The.Contractor shall be responsible for the identification
of each of the Contractor's employees, subcontractors, suppliers
and representatives while these individuals operate within the
secured area.' The Contractor shall be responsible for issuing
identification badges to each of the Contractor's employees,.
subcontractors, suppliers and representatives operating within the
AOA or terminal secure area. The Contractor shall maintain a
record of all persons issued a Contractor's identification badge.
This record shall include the home address and telephone number of
:each person issued a badge. The Contractor's record of all `
employees issuedan identification badge shall be made available
upon.the request of the LIAPD, the Director of -Aviation or the
Engineer.
i.
•
SC - 2
r
The format and contentof the Contractor -issued
identification badge shall be approved by the LIAPD prior to
r- issuing. The identification.badge shall display the Contractor's
company name, the employee's name, and the badge's effective and
expiration dates, and shall be plastic -laminated with a clip -on or
O, pin -on method of attaching the badge to the holder's outer
.clothing. The identification badge shall be worn in an easily
visible location on the person -issued the badge at all times while
operating within.the AOA.
a
Contractor -issued identification badge shall not be
transferable from individual to individual, but shall be issued to
and carried by the specificemployee, subcontractor, supplier to
representative, issued the badge.' The Contractor -issued
+
identification badges shall be renewed by the Contractor every
thirty (30) days during the project construction period. The
r-
Contractor shall be responsible for all Contractor -issued
identification badges. All expired identification badges or badges
invalidated by termination of the holder's employment, completion
r`
of construction activities, or other reasons, shall be confiscated
by the Contractor and retained by,the Contractor until the end of
the,project. It shall -be the Contractor's responsibility to record
and account for all Contractor -issued identification badges. All
r`
identification badges issued by the Contractor during the project
and the records of said badges shall be transferred to the
possession of the LIAPD at the completion of the: project.
rt
The Contractor -issued identification badge dots not allow
'
unlimited access to all areas within the AOA or.terminal, but will
permit only escorted or directly supervised access to only -those
portions of the AOA/terminal under construction by the Contractor.
L1Aru-lssuea securizy jDauge or a-conLraczor-lssuea 1C1encirlcar-lon
r-
badge at all times. All individual employees, subcontractors,
suppliers or representatives, or groups of employees,
subcontractors, suppliers or representatives, must be escorted or
directly supervised by an individual bearing a valid LIAPD-issued
security badge at all times while within the AOA. Persons withi.n
the AOA not possessing a valid LIAPD-issued security badge, or
escorted or directly supervised by an individual possessing a valid
LIAPD-issued security badge, shall be considered in violation of
LIAPD security requirements and shall be subject to immediate
removal from the AOA and any other disciplinary actions
necessitated by LIAPD security arrangements.
E. Contractor's Entrance Gate
r
The Contractor shall provide an entrance gate to the AOA
for the Contractor's employees, subcontractors, suppliers and
representatives at a location directed by the Engineer. This
r•
entrance gate shall be provided, installed, and at the end of all
construction activities, shall beremoved, and the existing fence
reinstalled to the satisfaction of the Engineer, by the Contractor
at no additional expense to the Owner. Adjacent to the
Contractor's entrance gate, outside the AOA, the Contractor shall
provide a parking area for the Contractor's employee's personal
automobiles. This area may also be used for. storage of the.
Contractor's equipment and materials. The limits of this
parking/storage area shall be as directed by the Engineer. -At the
completion of this project, any damage done by the Contractor, to
this storage area shall be repaired to the satisfaction of the
Engineer at no additional.cost to the Owner. Repairs shall
inelude, but not be limited to, regrading and reseeding any damaged
areas.
r
-The Contractor shall be responsible for, and shall control
all movement through the Contractor's entrance gate. Only
authorized personnel and vehicles shall be allowed to enter the AOA
through this gate. When not in immediate use by the Contractor,
the gate shall be securely locked by the Contractor to prevent
entrance by unauthorized persons or vehicles. Upon request, the
Contractor shall provide the Director of Aviation and the LIAPD
with duplicate keys (for key locks) or combinations (for
combination locks) to the lock or locks used to secure the
Contractor's entrance.gate to.the AOA.
If construction activities, such as hauling materials,
require that the Contractor's entrance gate to the AOA remain.open
for long periods of time, the Contractor may, upon approval from
the Engineer,. leave the gate open and provide a full-time .
watchguard at the gate.. The watchguard shall be approved for and
shall possess an LIAPD-issued security badge. If this security
arrangement is desired and.approved, the gate shall be manned by
the watchguard as long as the gate remains open. The watchguard
shall be the Contractor's representative and shall be responsible
for all movement through the.gate. Again, only authorized persons
and vehicles.shall be allowed.by the. Contractor's watchguard to
enter the AOA. At the Contractor's option, and upon approval of
the Engineer, an -automatic gate operator may be installed in lieu
of providing a watchguard.
F. Vehicle Escorts
All vehicles -responsible to the"°..Contractor, such as.'
supplier's vehicles, entering the AOA shall be escorted by an
approved Contractor escort vehicle from the point of AOA entry to
the Construction site. The escort vehicle shall be clearly
identified with standard FAA markings and/or FAA flags., In
addition; the,escort vehicle shall be marked with the Contractor's
name..
The escort vehicle will be responsible for leading supply;
delivery -or other vehicles across the active airfield. To
facilitate safe movement.of the escort vehicle and the escorted
vehicles, the driver of the escort vehicle shall be approved for;
SC - 4-
OR
shall be issued, and shall display an LIAPD security badge.
Further, the escort vehicle driver.,shall be familiar with airport
r security and safety procedures. The escort vehicle shall be
equipped with an FAA radio, as specified herein, and the driver of
the escort vehicle shall be familiar with the FAA radio and its
operation, and shall obey all instructions from the Air Traffic
r Control.Tower.
G. Challencring Unauthorized Personnel or Vehicles
The Contractor and the Contractor's employees,
subcontractors, suppliers, and representatives who have been•issued
an LIAPD security badge shall be responsible for challenging any
person or vehicle found on the AOA or other non public areas, who
is not displaying a valid LIAPD security badges, cannot produce a
valid LIAPD security badge, or who is not under Escort or under the
direct supervision of a person possessing a valid LIAPD security..
badge. The challenge shall consist of notifying the person that he
is within a restricted area, and informing the person of an
appropriate exit route. Should the unauthorized person refuse to
exit the restricted area, the LIAPD shall be immediately notified
for further action, and the unauthorized person shall be kept under,
surveillance.until•the LIAPD arrive.
Anyexpiredor altered badge, or any badge.bearing a
photograph not matching.the bearer, shall be brought to the
attention of the LIAPD and shall be immediately confiscated by the
LIAPD or the Director of Aviation.
H. Barricades. Signs, and Hazard Markings
The Contractor shall provide, erect,.and, maintain all
necessary barricades, signs, danger signals, and lights for the
protection of the work and the safety of the public for both land
and air traffic. Before closing existing apron, runways or
taxiway, warning signs for air traffic shall be placed at such
locations and shall be visible day and night. A runway closed
because of construction or other activities or hazards shall have
appropriate FAA standard markings. Any.movement of Contractor's
vehicles or equipment on or across landing areas shall carry FAA
standard markings or flags. Taxiways closed'to traffic shall be
protected by effective barricades. Suitable warning signs
illuminated at night by acceptable light units,.shall be provided
for closed runways apron, taxiways and roadways. -Obstructions.
shall be illuminated at night. All warning lights shall be
equipped with photocell.controls to automatically turn on the
lights at night and turn them off at daytime. The lights shall be
checked regularly by the Contractor to assure that batteries or
power cells are in working order.
SC 5
PART II. CRANES AND HOISTS
A.. Any construction activity utilizing a crane or any other
hoisting device shall have a prior, written approval of the Federal
Aviation Administration: The Contractor shall be responsible for
filing the prescribed forms for airspace clearance in accordance
with Part 77 of the Federal Aviation Regulations. Applications for
airspace clearance must be submitted at least thirty (30) days
prior to the beginning.of construction activities. To avoid
construction delays, the Contractor is urged to file the prescribed
forms in a timely manner. Airspace clearance from the.FAA must be
,;approved prior to the erection of the crane or other hoisting
device.
B. Notice of Proposed Construction'or Alterations, FAA form
7460=1, can be obtained from the Flight Standards District Office
located at the West Airport District.
C. When requesting approval for the use of a crane or other
hoisting device, the following information is required:
1. Exact location of construction activities utilizing a
crane or other hoisting device.
2. Maximum extendable height of crane or other hoisting
device.
3. Duration of construction activities utilizing a crane
or other hoisting device.
4'. Daily hours of -crane or other hoisting device
operation.
The -top of the crane or other hoisting device shall be
marked with a.3-foot by-3-foot safety -orange and white checkered
flag. The crane or other hoisting device shall be lowered at night
,or at the conclusion of construction activities,_or during periods
of poor visibility (ILS conditions) as=directed by.the Director of
Aviation -or the Engineer, or at any other time at the direction of
the Director of Aviation or the Engineer.
D. The Contractor shall notify the Engineer and Director of
aviation at least forty-eight (48) hours prior to actual'erection
of the crane or other hoisting device01.
E. The Lubbock International Airport has••a one hundred and
fifty
(150) foot cap above which nothing may extend.
SC - 6
r.. The City of Lubbock, having considered the proposals submitted and opened on the ____day of
199_, for work to be done and materials to be furnished in and for:
as set forth in detail in the Specifications, Plans, and Contract Documents for such work for the, City of Lubbock; it appearing that
your proposal is fair, equitable and to the best interest of said City, please take notice that said proposal was accepted by the City
Council of the City of Lubbock on the day of 199_ at the bid price contained therein, subject to the
r.. execution of and furnishing of all contract documents, bonds, certificates of insurance, and all other documents specified and
required to be executed and furnished under the contract documents. It will be necessary for you to execute and furnish to the City of
Lubbock all such documents within ten (10) days from your receipt of this Notice.
The five percent (51/o) bid security, submitted with your proposal, will be returned upon the execution of such contract
documents and bonds within the above specified ten (10) day period. In the event you should fill to execute and furnish such
contract documents and bonds within the time limit specified, said bid security will be retained by the City of Lubbock.
r+
CITY OF LUBBOCK
Owner's Representative
P�
L_ L-, l- L L L_-' C� L L .: L-� l _. u, L-
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
SECTION 01010
SUMMARY OF WORK
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 COVERED BY CONTRACT DOCUMENTS
A. The work of this Contract consists of the furnishing
of all labor, materials, services, equipment, and
appliances required in conjunction with the Roof
Replacement and Waterproofing for Lubbock
International Airport, Lubbock, Texas as indicated
on the Drawings and Specifications herein.
B.
The Drawings and specification do not necessarily
indicate or describe all work required for
�.
completion of Project. Contractor shall provide and
install all incidentals reasonably inferable from
the Contract Documents that are required for a
complete Project.
C.
These documents describe the essential elements
sufficiently to determine the scope of the Project.
D.
Provide all items required for complete operating
systems including item not necessarily shown in
these documents, but that can be reasonably
.-
inferred as being required for the complete
F
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. Rod Paine, Deputy
Director of Aviation, Lubbock International Airport.
Phone (806) 767-2035. Appointments must be
scheduled in advance of the site inspection.
F
01010-1
F
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
H. Inquiries Concerning Bid Documents: Prior to
bidding, questions concerning the bid documents
shall be directed to:
Joe D. McKay, AIA
Joe D. McKay Architects, Inc.
1402 Avenue N
Lubbock, Texas 79401
(806) 744-4490
Fax: (806) 744-4490
Inquiries which require clarifications from .
Sub -Consultants shall be directed first to Mr.
McKay's office prior to contacting the Sub -
Consultant.
1.02 BID DATE AND PRE -BID CONFERENCE
A. The Bid Date will be December 21, 1993 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 Mandatory Pre -Bid Conference will be held
Wednesday, December 8, 1993 at 1:30 PM at the
Lubbock International Airport in the Blue Room on
the second floor. Attendance is mandatory for all
prime contractors.
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
andinstallation 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.
01010-2
4 ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
PM
R
1.04 CONTRACTOR'S USE OF PREMISES
A. Contractor shall be responsible for monitoring the
use of premises by Contractor's employees and
Subcontractors.
B. Access routes for delivery of materials and
equipment shall be as indicated by Owner. Do not
use access routes other than those indicated without
permission of the Owner.
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
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
F
F
END OF SECTION
01010-3
F
ROOF REPLACEMENT AND WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
7
F
SECTION 01020
BID ITEMS
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.
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.
01020 - 1
F
ROOF REPLACEMENT AND WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
PART 2 - PRODUCTS
NOT USED.
PART 3 - EXECUTION
Note that all work contracted under this project will be
awarded as a single lump sum contract to a single bidder.
The Owner reserves the right to reject any and all bids and
to award the alternates in the'best interest of the City of
Lubbock.
Base Bid No. is Base Bid No. 1 shall include all -work shown
and specified required to construct all work included for the
roof replacement of the Original Terminal Building.
Base Bid No. 2: Base Bid No. 2 shall include all work shown
on the Drawings and specified in Sections 01510, 04500 and
07900 for exterior surface waterproofing of the Original
Terminal Building.
Alternate No. 1: Alternate No. 1 shall include all work
shown and specified required to construct all work included
in the roof replacement for the East Terminal Addition.
Alternate No. 2: Alternate No. 2 shall include all'work
shown and specified required to construct all work 'included
in the roof replacement for the South Terminal Addition.
Alternate No. 3: Alternate No. 3 shall.include all work
shown and specified required to construct all work included
in the exterior envelope waterproofing of the East Terminal.
Addition.
Alternate No. 4: Alternate No. 4 shall include all work
shown and specified required to construct all work included
in the exterior envelope waterproofing of the South Terminal
Addition.
Allowance No. 1: An allowance to replace up to 6,500 LF of.
3/4" conduit with its associated wiring, and to install at
total of 600 connections with new junction, boxes and
associated wiring shall be provided in the Contractor's Bid.
This amount shall be broken out separately on the Bid
Proposal.
Allowance No. 2: An allowance of $10,000.00 for costs
associated with changes in the work and unforeseen conditions
not covered by the Construction Documents and as duly
authorized by authorized Change Order. This amount will be
included in Base Bid No. 1.
01020 - 2
ROOF REPLACEMENT AND WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
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.
A) Wood Replacement:
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 1" thickness replacement of
deteriorated gypsum fill.
8) Per square foot of 1" thickness replacement of
deteriorated lightweight concrete fill.
9) Per lineal foot replacement of 5/8" conduit with 5
wires.
10) Per lineal foot replacement of 3/411 conduit with 5
wires.
11) Per lineal foot replacement of 1" conduit with 5
wires.
12) Installation of new electrical junction boxes with
all required connections to feeding conduit and
existing light fixtures.
END OF SECTION
F01020 - 3
F
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
7
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.
01030 - 1
I
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
For convenience of reference and to facilitate letting
of subcontracts, these Specifications are separated into
sections. Such separation shall not operate to make the
Owner an arbitrator to establish subcontract limits
between subcontractors.
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 tothe
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.
The amounts required for Comprehensive General Liability
Insurance coverage shall be not less than $2,000,000.
Combined Single Limit.
MATERIALS AND WORKMANSHIP: Amend to include:
All work shall be executed by mechanics skilled in�their
respective trades. Mechanics whose work is
unsatisfactory to Owner or who are considered by Owner
01030 - 2
ro
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
r
d
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 International Airport.
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
r Owner. Restore the grounds to original condition at the
t completion of the Project. Remove all fences,
barricades, etc. Replace all vegetation damaged by
r- construction operations, including grass, shrubs, and
trees, to the satisfaction of the Owner. Repair any
damage to the drives and parking areas.
7
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.
For the purpose of avoiding air traffic conflicts the
Contractor shall be prepared to alter schedules as
required to accommodate the Airport's current and
changing service. Changes in work hours may be required
to as early as 5:30 AM and as late as 8:00 Phi.
END OF SECTION
01030 — 3
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
r
d` SECTION 01041
PM PROJECT COORDINATION
PART 1 - GENERAL
7
6 RELATED DOCUMENTS:
r
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,
01041-1
7
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
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.
01041-2
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
r
r 1.07 CLOSEOUT PROCEDURES
r.
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.
r•
D. Comply with the Architect's instructions for
completion of items of work determined final
r•
inspection.
t-
r
ALL CONTRACTORS SHALL INCLUDE IN THEIR PROPOSAL IN
THE APPROPRIATE LOCATION AN ALLOWANCE PRICE FOR THE
REPLACEMENT OF EXISTING ELECTRICAL CONDUIT AND
WIRING CURRENTLY LOCATED IN THE GYPSUM OR
LIGHTWEIGHT CONCRETE DECKING. SEE SECTION 01020
FOR DEFINING QUANTITIES OF THIS ALLOWANCE. A
CONTINGENCY ALLOWANCE OF $10,000.00 WILL ALSO BE
INCLUDED IN THE BID UNDER BASE BID NO. 1.
----------------------------------------------------+
NOT USED
NOT USED
END OF SECTION
01041-3
7
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
r.,
i
i
SECTION 01045
CUTTING AND PATCHING
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. 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
alteration which affects:
1. Structural integrity
Project.
01045-1
advance of cutting or
of any element of
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
2. Integrity of weather -exposed or moisture -
resistant element.
3. Efficiency, maintenance, or safety of any
operational equipment.
4. Visual qualities of sight -exposed elements.
5. Work of Owner or separate contractor.•
B. Include in request:
1. Identification of Project.
2. Location and description of affected Work.
3. Necessity for cutting or alteration.
4. Description of proposed work, and products
to be used.
a. Scope of cutting, patching, alteration,
or excavation.
b. Trades who will execute the work.
c. Products proposed to be used.
d. Extent of're-finishing to be done.
e. Cost proposal when applicable.
f. Alternatives to cutting and patching.
5. Effect on work of Owner or separate
contractor.
6. Written permission of affected separate
contractor.
7. Date and time work will be executed.
C. Should conditions of Work or the schedule
indicate a change of products from original
installation, Contractor shall submit request
for substitution as specified in section 01600.
1.03 QUALITY ASSURANCE,
Requirements for Structural Work: Do not cut and
patch structural work in a manner that would result
in a reduction of load -carrying capacity or of load -
deflection ratio.
PART 2 - PRODUCTS
2.01 MATERIALS
General: Except as otherwise indicated, or as
directed by the Architect, use materials for cutting
and patching that are identical to existing
materials. If identical materials are not available,
or cannot be used, use materials that match existing
adjacent surfaces to the fullest extent possible with
regard to visual effect. Use materials for cutting
and patching that will result in equal -or -better
performance characteristics.
01045-2
.•s
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
A. Those required for original installation.
B. For any change in materials, submit request for
substitution under provisions in Section 01600.
l PART 3 - EXECUTION
3.01 GENERAL
i
f
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.
t 5. Provide openings in elements of work for
penetrations of mechanical and electrical
work.
3.02 INSPECTION
Before cutting, examine the surfaces to be cut and
patched and the conditions under which the work is to
be performed. If unsafe or otherwise unsatisfactory
conditions are encountered, take corrective action.
before proceeding with the work.
A. Inspect existing conditions, including elements
subject to damage or movement during cutting
and patching.
B. After uncovering, inspect conditions affecting
performance of work.
C. Beginning of cutting or patching means
acceptance of existing conditions.
3.03 PREPARATION
A. Provide supports to assure structural integrity
of surroundings: devices and.methods to
protect other portions of Project from damage.
B. Provide protection from elements for areas
which may be exposed by uncovering work;
01045-3
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
maintain excavations and openings free of
water.
C. Prevent debris from entering facility or
facility grounds; do not permit product
contamination - see Section 01500.
3.04 PERFORMANCE
General: Employ skilled workmen to perform cutting
and patching work. Except as otherwise
indicated or as approved by the Owner or
Roof Consultant,'proceed with cutting and
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 cutting machine such as a"carborundum
saw or core drill to insure a neat hole. Cut holes
and slots neatly to size required witha 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.
01045-4
r-
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
r
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 rehang 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
01045-5
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
r
r
r
r
SECTION 01090
REFERENCE STANDARDS
.54". WTIM1,7616MADIN
The requirements of this Section are an extension and are in
addition to the requirements of the Uniform General
Conditions, Supplementary General Conditions, Forms,
Specification Sections found in Division 1 through Division
16 and all Drawings.
1.01 REQUIREMENTS INCLUDED
A. Applicability of Reference Standards
B. Provision of Reference Standards at Site
C. Acronyms used in Contract Documents for
Reference Standards.
1.02 QUALITY ASSURANCE
A. For products or workmanship specified by
association, trade or Federal Standards, comply
with requirements of the standard, except when
more rigid requirements are specified or are
required by applicable codes.
B. The date of the standard is that in effect as
of the Bid date, 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
01090-1
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
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
01090-2
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
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
t
(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
f
NIOSH
National Institute of Occupational Safety and
i
Health
NRCA
National Roofing Contractor's Association
NSF
National Sanitation Foundation
NSPE
National Society of Professional Engineers
l
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
r,
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.
01090-3
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
PART 2 - PRODUCTS
NOT USED
PART 3 - EXECUTION
NOT USED
END OF SECTION
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
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
w Conditions, Supplementary General Conditions, Forms,
Specification Sections found in Division 1'through Division
7 16 and all Drawings.
1.01 REQUIREMENTS INCLUDED
r
A.
Procedural requirements
B.
Rehabilitation and renovations of existing
spaces and materials.
C.
Installation of productsremoved in Sections
i
as specified.
r.
CART 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
r
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.
01120-1
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
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
01120-2
r
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
operational condition.
�- F. Install products as specified in individual
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
01120-3
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
7 SECTION 01300
SUBMITTALS
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
r
1
A.
Procedures
B.
Construction Progress Schedule
r-
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 pm the LOTH 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 spec-
ifications 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.
01300-1
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
1.03 PROCEDURES - AFTER BID OPENING
A. Deliver submittals to the office of the
Architect:
JOE D. MCKAY ARCHITECTS, INC.
1402 AVENUE N —
LUBBOCK, TEXAS 79401
806/744-4490
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.
It is expected that all shop drawings and
product data on this project will be submitted
to the Architect within 10 days of Notice To
Proceed.
D. Comply with schedule for submittals related to
Work progress. Coordinate submittal of related
items.
E. After 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.
01300-2
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
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 Owner's Representative. 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.
01300-3
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
1.08 . MANUFACTURER'S INSTRUCTIONS
When required in individual Specification Sections,
submit manufacturer's printed instructions for
delivery, storage, assembly, installation, start-up,
adjusting and finishing in quantities specified for
product data.
1.09, SAMPLES
A. Submit full range of manufacturer's standard
colors, textures, and patterns for Owner's
selection. Submit seven (7) samples for
selection of finishes within 10 days after date
of Contract.
B. Submit samples to illustrate functional
characteristics of the product, with integral
parts and attachment devices. Coordinate
submittal of different categories for
interfacing work.
C. Include identification on each sample, giving
full information.
D. Submit the number specified in respective
Specification Section: five (5) will be
retained by the Architect and Owner. Reviewed
samples which may be used in the Work are -
indicated in the Specification Section. A
minimum of seven (7) copies in total.
1.10 FIELD SAMPLES
Provide field samples of finishes at Project as
required by individual Specification Sections.
Install sample complete and finished.. Acceptable
samples in place may be retained in completed work.
1.11 CONTRACTOR REVIEW.
A. Review submittals prior to transmittal;
determine and verify field measurements, field
construction criteria, manufacturer's catalog
numbers and conformance of submittal with
requirements of Contract Documents.
B. Coordinated submittals with requirements of
Work and of Contract Documents.
C. Apply Contractor's stamp on each sheet of Shop
01300-4
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
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
i.
A.
Submit a minimum of seven (7) copies of all
,.
3
submittals.
B.
Transmit submittals in such sequence to avoid
delay in the work or work of other contracts.
r
C.
Provide 811 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.
F
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.
01300-5
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
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 disapprovalofthe 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.
PART 2 - PRODUCTS
NOT USED
PART 3 - EXECUTION
NOT USED
END OF SECTION
01300-6
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT.
SECTION 01400
QUALITY CONTROL
I 9.D-11-"40�1041640",1D(UIRV
r 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
j
additional cost to the Owner.
19
01400-1
F
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
1.03 WORKMANSHIP
A. Comply with industry standards required for
high quality commercial buildings, except when
more restrictive tolerances or specified
requirements indicate more rigid standards or
more precise workmanship.
B. Perform work by persons qualified to produce
workmanship of specified quality.
C. ' ,Secure products in place with positive
anchorage devices.designed'and sized to
withstand stresses, vibrations, and racking.
1.05 MANUFACTURERS' INSTRUCTIONS
Comply with instructions in full detail, including
each step in sequence. Should instructions conflict
with Contract Documents, request clarifications form
the Owner or his representative before proceeding.
1.06 MANUFACTURERS' CERTIFICATES
When required by individual Specification Sections,
submit seven (7) copies of manufacturer's
certificates that states products meet or exceed
specified requirements.
1.07 FIELD SAMPLES (MOCK-UPS)
When required by individual Specification Sections,
erect complete, full-scale field sample at Project
Site. Tests will be performed in accordance with
this Section. Incorporate field sample into finished
work or remove at completion as directed by the
Architect.
1.08 QUALITY CONTROL MONITORING`'
The Owner shall retain at his cost and have at the
site quality control monitoring of the scheduled
roofing and waterproofing operations on a periodic
basis as he deems necessary.
1.09 MANUFACTURERS' FIELD SERVICES
A. When specified in respective Specification
Sections, require supplier, manufacturer, or
01400-2
r ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
a
vendor to provide qualified personnel to
observe field conditions, conditions of
surfaces and installation, quality of
workmanship, start-up of equipment, or test,
adjust and balance of equipment as applicable,
}� and to make appropriate recommendations.
B. Manufacturer, Supplier, or Vendor
Representative shall submit written report to
the Architect within ten (10) days of his site
visit listing observations and recommendations.
1.10 TESTING LABORATORY SERVICES
A. The Owner shall employ at his cost the services
of any Independent Testing Laboratory to
perform inspections, tests, and other services
required by individual Specification Sections.
B. Services will be performed in accordance with
requirements of governing authorities and with
specified standards.
C. Reports will be submitted to the Architect or
his designated representative in triplicate
within ten (10) days of the site test, giving
observations and results of test, indicating
compliance or non-compliance with specified
standards and with Contract Documents. The
Architect shall furnish the Contractor with one
copy of the report.
D. The Contractor and his Subcontractors shall
cooperate with Testing laboratory personnel;
furnish tools, samples of materials, etc. and
assistance as requested.
1. The Contractor shall notify the Architect
and designated testing laboratory 48 hours
prior to expected time for operations
requiring testing and/or inspection
services.
2. The Contractor shall make his own separate
^ arrangements with the testing laboratory
and pay for additional samples and tests
which he may require for his convenience.
^ 3. Any tests which fail shall become the
i responsibility of the Contractor to both
pay for the testing laboratory services for
r re -testing and to correct the deficient
r work indicated.
01400-3
I
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
PART 2 - PRODUCTS
NOT USED
PART 3 - EXECUTION
NOT USED
END OF SECTION
01400-4
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
F
SECTION 01500
CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS
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.
01500-1
F
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
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 telephone service at the
site and shall maintain at a minimum one
telephone in the jobsite trailer. The
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
Contractor's trailer adjacent to the telephone.
C. The Contractor's full-time jobsite
superintendent shall carry a cellular telephone
or digital pager at all times while on the
project.
D. 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
01500-2
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
r
required connections, hoses, etc., as necessary
for his operation.
rB. The Contractor shall provide a gun type spray
nozzle on all hoses and shall maintain all
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 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.
C
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 Sections 04500 and
r'
07220 for protective construction barriers for
the respective trades.
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 worker's, the public, Owner's property,
to allow for temporary heating and to prevent
01500-3
F
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
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
security and maintenance, personnel.
C. Provide temporary partitions and ceilings as
required to separate work areas from Owner
occupied areas, to prevent product
contamination, penetration of moisture and dust
into Owner occupied areas, and to prevent
damage to existing areas, surfaces and
equipment. Where required temporary partitions
shall be constructed in accordance with the
current accepted edition of the Uniform
Building Code.
D. See individual Specification Sections 04500 and
07220 for protective construction barriers for
the respective trades.
1.09 PROTECTION OF INSTALLED WORK
A. Provide temporary protection for installed
products. Control traffic in immediate area to
minimize damage.
B. Provide protective covering to walls,
projections, jambs, sills, and soffits of
openings. Protect finished floors and stairs
from traffic, movement of heavy objects and
storage.
C. Prohibit traffic and storage on waterproofed
and roofed surfaces, on lawn and landscaped
areas not specifically identified for those
purposes.
1.10 WATER CONTROL
Maintain site free or running water. Control water
hoses as indicated in Article 1.05.B above.
1.11 CLEANING DURING CONSTRUCTION
A. Control accumulation of waste and debris and
rubbish on a several times per day basis and
dispose of off site. Clean interior areas
prior to start of any finish work and maintain
01500-4
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
I
7
all areas free of contamination.
B. All tear -off debris will be removed from the
site at the end of each day.
C. When working on the air traffic side of the
building at least one man shall be located at
ground level with the sole purpose of picking
up any and all debris which may find its way
out of the Contractor's designated area.
1.12 FIELD OFFICE AND SHEDS
A. A field office shall be maintained on the site
throughout the duration of the project. The
office shall be located in the areas designated
on the Drawings. The office will be equipped
with the following at a minimum:
1. Telephone with numbers as designated in
Article 1.04 above.
2. Desk or table, minimum size 36" x 72".
3. Current Construction Documents
including the Drawings, Specifications,
Addenda, Executed Change Orders, Change
Requests, all Approved Submittals, Shop
Drawings and Samples, file of all
Contractor's correspondence to or from the
Architect including all Architect's Field
Reports.
B. Storage sheds for tools, materials and
equipment shall be weather tight with heat and
ventilation for products requiring same.
1.13 REKOVAL
A. Remove temporary materials, equipment, services
and construction prior to Substantial
Completion inspection.
B. Clean and repair damage caused by installation
or use of temporary facilities. Restore
existing construction to specified or original
condition.
C. All grounds will be restored to a like -original
condition. If the grounds are Bermuda grass,
seeding is permitted. If it is St. Augustine
grass, it will be re -sodded.
01500-5
F
ROOF REPLACEMENT & WATERPROOFING.,
LUBBOCK INTERNATIONAL AIRPORT
PART 2 - PRODUCTS
NOT USED
FART 3 - EXECUTION
NOT USED
END OF SECTION
01500-6
r ROOF REPLACEMENT & WATERPROOFING
` LUBBOCK INTERNATIONAL AIRPORT
t SECTION 01510
WORKER PROTECTION - CHEMICAL EXPOSURE
*1 Di '5iDi
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 OF THE WORK
A. This Section describes the equipment and
procedures required for protecting workers
against exposure to chemicals within the
contained spaces required by Section 04500 of
7 these Specifications.
l
B. Instruct and train each worker involved in the
application of the chemicals in proper
respiratory use and require that each worker
always wear a respirator, properly fitted on the
face in the contained area from the start of any
application of the chemicals until work in the
area is complete. Use respiratory protection
appropriate for the level of chemical exposure
encountered and as recommended by the
manufacturer of the product for toxic or oxygen -
deficient situations.
1.02 REFERENCES
A. Specification Section 04500.
B. Except to the extent that more stringent
requirements are written directly into the
Contract Documents, the following regulations and
standards have the same force and effect (and are
made a part of the Contract Documents by
reference) as if copied directly into the
Contract Documents, or as if published copies
were bound herewith. Where there is a conflict
in requirements set forth in these regulations
and standards, meet the more stringent
requirement.
.. OSHA U.S. Dept. of Labor Occupational Safety
and Health Administration, Safety and
Health Standards 29 CFR 1910, Section 1001
and Section 1910.134 29 CFR 1926.
r-
A
r•
01510-1
f
r'
f,,
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
CGA Compressed Gas Association, Inc., New
York, Pamphlet G-7, "Compressed Air for
Human Respiration", and Specification G-
7.1 "Commodity Specification for Air".
CSA Canadian Standard Assoc., Rexdal, Ontario,
Standard Z180.1-1978, "Compressed
Breathing Air".
ANSI American National Standard Practices for
Respiratory Protection, ANSI Z88.2-1980.•
NIOSH National Institute. -for Occupational Safety
and Health.
MSHA Mine Safety and Health Administration.
1.03 WORKER TRAINING
A. Train workers in accordance with applicable
regulations for dangers inherent in the handling
and breathing of chemicals within contained
environments and in proper work procedures and
personal and area protective measures.
B. Include, but do not limit the topics covered in
the course to the following:
1. Methods of recognizing dangerous chemical
exposure Limitations..
2. Heath effects associated with chemical
exposures.
3. Nature of operations that could result in
dangerous exposure to chemicals.
4. Importance of and instruction in the use
of necessary protective controls, practices
and procedures to minimize exposure
including:
a. Engineering Controls
b. Respirators
c. Work Practices'
d. Protective Clothing
e. Emergency Procedures
5. Purpose, proper use, fitting,
instructions, and limitations of respirators.
6. Appropriate work practices for the Work.
7. Requirements of medical surveillance program.
8. Review of applicable regulations.
9. Ventilation systems.
10. Work practices including hands-on or on -
job training.
C. Medical Examinations shall be provided for all
workers exposed to the required chemical
applications for this project. Examinations
will, as a minimum, meet OSHA requirements as set
01510-2
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
7
forth in 29 CFR 1026.
1.04 SUBMITTALS
A. Prior to the start of the Work submit the
following to the Architect for review.
Each of the following documents shall be current
and remain current during the course of the
project. If a document expires during the course
of the project, workers will not be allowed to
perform work where chemical exposures occur until
an updated document has been submitted to the
Architect.
B. List of workers and other Contractor personnel
for the project. Only persons listed will
perform work at the site. Post a copy of the
list at the Work Area. The list shall be updated
if any additional workers are to be working on
the project.
C. One original signature and six (6) copies of the
Certificate of Worker's Acknowledgment found at
the end of this Section will be provided for each
worker.
D. Submit evidence of current Worker Training
Certificate as required by these documents.
E. Submit evidence of current Worker Registration
Certificate as required by these documents.
F. In accordance with
evidence of current
Certificate for the
for this Work.
OSHA requirements, submit
Respiratory Fit Test
type of respirator required
G. Submit a true and current copy of Medical
Examination Results in accordance with OSHA
medical surveillance requirements for each worker
who is to be used on the project. Submit at a
minimum a Physician's Written Opinion covering
the following for each worker:
1. Whether worker has any detected medical
conditions that would place the worker at an
increased risk of material health impairment
from exposure to these chemicals.
2. Any recommended limitations on the worker or
on the use of personal protective equipment
such as respirators.
3. Statement that the worker has been informed
by the physician of the results of the
medical examination and of any medical
conditions that may result from chemical
01510-3
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
exposure.
4. Statement that the worker is able to wear
and use the type of respiratory protection
required for the project, and is able to work
safely in an environment capable of producing
heat stress in the worker..
PART 2 - PRODUCTS
2.01 PROTECTIVE CLOTHING
A. Coveralls: Provide disposable full -body
coveralls, footwear, and disposable head covers
of polyolefin or polypropylene, and require that
they be worn by workers in the work area.
Provide a sufficient number for required changes,
for workers and visitors in the work area. Non- ^'
disposable or cloth protectives are not allowed.
B. Boots and Shoes: Waterproof boots or shoes will _
be used in the work area. They shall have non-
skid soles and hard toes as required by
applicable regulations.
C. Hard Hats: Provide head protectives (hard hats)
for workers. Require hard hats to be worn at
times that work is in progress., Provide with
plastic strap type suspension.
D. Goggles: Provide eye protectives (goggles) for
workers involved in cutting, scraping, spraying,
brushing or any other activity which may
potentially cause eye injury. Enforce their use.
E. Gloves: Provide durable waterproof work gloves -'
for workers and require that they be worn at all
times work is in progress. Gloves will be taped
at the sleeves of coveralls.
2.02 AIR PURIFYING RESPIRATORS
A. Respirator Bodies: Provide half -face or full -
face ;type respirators. Equip full -face
respirators with a nose cup or other devise to _
prevent fogging.
B. Filtor Cartridges: Provide, at a minimum, the
filters recommended by the manufacturer of the
chemical products being utilized.
C. Single use, disposable or quarter -face
respirators are not permitted.
D. In the event that exposure levels are greater
than may be protected against by this level of
01510-4
r++
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
d protection, or when recommended by the chemical
manufacturer, the Contractor shall provide
r Supplied Air Respirator Systems meeting all
applicable referenced standards.
3.01 GENERAL WORKER PROTECTION
A. Provide worker protection as required by the most
stringent standards applicable to the Work.
B. Require that protective clothing be worn within
the work area at all times.
C. While within the work area require that workers
not eat, drink, smoke, chew gum or tobacco.
D. Following this Section is a Certificate of
Worker's Acknowledgment. After each worker has
been included in the Contractor's Respiratory
Protection Program, completed the training
program, and medical examination, secure a fully
executed copy of this form. This form must be
z
provided for each employee on the site prior to
work proceeding.
3.02 RESPIRATORY PROTECTION
A. Respiratory Protection Program: Comply with ANSI
Z88.2-1980 "Practices for Respiratory Protection"
and OSHA 29 CFR 1910 and 1926, and other
applicable regulations.
B. Require that respiratory protection be used at
all times that there are chemicals being mixed or
installed.
C. Require that respiratory protection be used by
anyone in the contained work area whether they
are actually applying the materials or not.
D. Require that the minimum level of respiratory
protection used be half -face air -purifying
respirators with high efficiency filters.
E. Negative pressure (half or full -face mask)
respirators are required at a minimum. Higher
efficiency.respirators may be required should be
manufacturer indicate that exposures require
increased protection levels.
F. Supply a sufficient quantity of respirator
filters approved for chemical exposures, so that
workers can change filters during the work day.
01510-5
r
s:
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
Require that respirators be wet -rinsed, and
filters discarded, each time a worker leaves the
work area. Require that new filters be installed
each time a worker re-enters the work area.
END OF SECTION
01510-6
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
CERTIFICATE OF WORKER'S ACKNOWLEDGMENT
PROJECT NAME DATE
PROJECT ADDRESS
CONTRACTOR
WORKING WITH CHEMICAL MATERIALS IN ENCLOSED SPACES CAN BE
DANGEROUS TO HEALTH AND SAFETY OF THE WORKER.
Your employer's Contract with the Owner for the above project
requires that: You be supplied with the proper respirator
and be trained in its use. Your are to be trained in safe
work practices and in the use of the equipment found on the
job. You are to receive a medical examination. These things
are to have been done at no cost to you. By signing this
certification you are assuring the Owner that your employer
has met these obligations to you.
RESPIRATORY PROTECTION: I have been trained in the proper
use of respirators, and informed of the type respirator to be
used on the above referenced project. I have a copy of the
written respiratory protection manual issued by my employer.
I have been equipped at no cost with the respirator to be
used on the above project.
TRAINING COURSE: I have been trained in the dangers inherent
in the use of chemical agents in enclosed spaces and in the
proper work procedures and personal and area protective
measures. The topics covered in the course included the
following:
Health Hazards Associated with Chemicals in Enclosed Spaces
Respiratory Protection
Use of Protective Equipment
Work Practices Including Hands -On or on -Job Training
Personal Decontamination Procedures
MEDICAL EXAMINATION: I have had a medical examination within
the last 12 months which was paid for by my employer. This
examination included: health history, pulmonary function
tests and may have included an evaluation of a chest X-ray.
I further agree to hold the Owner and the Owner's Consultants
harmless from any and all claims for exposure to the
chemicals used in this project or other claims I may have.
Signature
Printed Name
Social Security Number
.� witness
r.,
01510-7
I
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
r
OM
SECTION 01600
MATERIAL AND EQUIPMENT
I.Vi'q �J.s
N Cy W- 41M 1• I*4
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.
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
01600-1
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
moisture damage
B. Provide equipment and personnel to handle pro- —
ducts 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 imper-
vious 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.
F. Provide a comprehensive list of all hazardous
and potentially hazardous materials stored on
01600-2
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
4, the project site to the Owner's security
personnel along with all material safety data
r, 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 ranufacturers
meeting specifications: No options, no
substitutionsallowed.
1.06 PRODUCTS LIST
Within ten (1.0) 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
r 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.
C. Document each request with complete data
substantiating compliance of proposed
01600-3
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
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.
1.08 SYSTEMS DEMONSTRATION
A. Prior to final inspection, demonstrate
operation of each system to all parties.
C01-14Zlm
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
B. Instruct Owner's personnel in maintenance of
new roofing and waterproofing systems and/or
modified mechanical or electrical items, etc.
.ARPRODUCTS
NOT USEI
PART 3 EXECUTION
NOT USED
END OF SECTION
01600-5
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
r• SECTION 01610
SUBSTITUTION REQUEST FORM
TO: JOE D. MCKAY ARCHITECTS, INC. DATE:
PROJECT: ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
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.
r (Information Attached] (No Changes Required]
F
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.
01610-1
U
01610-2
ROOF REPLACEMENT & WATERPROOFING
" LUBBOCK INTERNATIONAL AIRPORT
SECTION 01700
Thy V56R'D10S* A
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,
r' 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
r any) shall be applicable to other provisions of
section.
F
1.03 PREREQUISITES TO SUBSTANTIALCOMPLETION
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.
01700-1
0
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
Submit specific warranties, workmanship/maintenance
documents maintenance agreements, final
certifications and similar documents. Submit record
drawings, maintenance manuals, and similar documents.
Deliver tools, spare parts, extra stocks of
materials, and similar physical items to Owner.
Make final change -over of locks and transmit keys to
Owner, and advise Owner's personnel of change -over in
security provisions.
Complete start-up testing of systems, and
instructions of Owner's operating/maintenance,
personnel. Discontinue (or change over) and remove
from project site temporary facilities and services,
along with construction tools and facilities, mock-
ups, and similar elements.
Complete final cleaning 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
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.
01700-2
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
r
�l
Submit copy of Architect's final
itemized work to be completed or
that each item has been completed
resolved for acceptance.
Submit Consent of Surety.
punchlist of
corrected, stating
or otherwise
Submit final liquidated damages settlement statement,
if any, acceptable to Owner.
Reinspection Procedure: Upon receipt of Contractor's
notice that work has been completed, including
punchlist items resulting from earlier inspections,
and excepting incomplete items because of acceptable
circumstances, the Architect will reinspect the Work.
Upon completion of reinspection, the Architect will
either prepare certificate of final acceptance or
advise Contractor of work not completed or
obligations not fulfilled as required for final
acceptance. If necessary, procedure will be
repeated.
Should more than two final inspections be required,
the Architect will be reimbursed for his time at his
normal hourly rate by the Contractor. The Contractor
is advised to have the project at the above required
stage and all information available so as to not
require additional inspection.
1.05 RECORD DOCUMENT SUBMITTALS
general: Specific requirements for record documents
are indicated in individual sections of these
specifications. other requirements are indicated in
General Conditions. General submittal requirements
are indicated in "Submittals" sections. Do not use
record documents for construction purposes; protect
from deterioration and loss in a secure, fire
resistive location; provide access to record
documents for Owner's reference during normal working
hours.
Record Drawings: Maintain a white -print set (blue -
line or black -line) of contract drawings and shop
drawings in clean, undamaged condition, with mark-up
of actual installations which vary substantially from
the work as originally shown. Mark whichever drawing
is most capable of showing "field" conditions fully
and accurately; however, where shop drawings are used
for mark-up, record a cross-reference at
corresponding location on Construction Documents.
Mark with red erasable pencil and, where feasible,
use other colors to distinguish between variations in
01700-3
F
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
separate categories 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
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.
01700-4
r
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
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
j and dispose of in a lawful manner.
Where extra materials of value remain after
r 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 2PRODUCTS
NOT USED
.i DK4Xq0Y-*1iQ
NOT USED
19
END OF SECTION
01700-5
F
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
F
F
SECTION 04500
EXTERIOR RESTORATION AND CLEANING
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 but not be limited to the
cleaning and waterproofing of all exterior concrete
and aggregate masonry panels on the Original Main
Terminal Building and the East and South Additions.
B. Specific items of work include the following:
1. Cut out and repair areas of aggregate masonry
to provide proper height flashing conditions
for new roofing base flashing.
2. Provide protective barriers in preparation for
chemical cleaning and waterproofing of panels.
3. Chemically clean the exterior of all precast
concrete and aggregate masonry panels on the
entire exterior of the building.
4. Apply a protective water -repellant sealant to
all precast concrete and aggregate masonry
panels for the entire exterior of the building.
1.02 SUBMITTALS
A. Submit Manufacturer's literature and letters
attesting that the cleaning and waterproofing
products used meet or exceed these Specifications.
Comply with the provisions of Section 01300.
B. Submit one representative 24" x 24" sample panel in
place in the field of the removal and repair of the
aggregate masonry panels, matching the existing
surface as to texture, color, type and general
acceptability. One panel each is required for the
Main Original Terminal Building, the East Addition,
the South Addition, and for the added projected
04500-1
F
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
beams at the inside radius.
C. Provide one 48" x 48" sample panel for each of the
following conditions for approval on the job for
the following:
1. Sample cleaning and sealing of each type of
precast concrete and aggregate masonry panel.
As directed later in this Section the
Contractor may be required to provide this
sample several times until a satisfactory -
solution of the cleaning materials is achieved.
D. Submit complete and edited manufacturer's
literature and letters attesting that the aggregate
masonry patch materials are in full compliance with
these Specifications. Comply with the provisions
of Section 01300.
E. Manufacturer's Safety Data Sheets on each product
proposed for use must be submitted prior to work
beginning. The Sheets must be kept on site and
available to the Contractor and his personnel at
all time, with additional copies to the Architect
and his designated representative, and the owner's
security and maintenance personnel.
1.03 QUALITY ASSURANCE
A. Manufacturers, Suppliers and Contractor shall be
firms of long term operation, technically
proficient and experienced in this trade.
Contractor shall have been in business a minimum of
five (5) years and be able to show proof of
successful completion of at least three (3)
projects of similar scope, cost and complexity to
that being bid.
B. It is anticipated that this work will be
accomplished by a Sub -Contractor to the Prime
Contractor although it is not the intent of this
Specification to direct the structure of the
Contractor's personnel approach to this Work. For
purposes of this Section it is assumed that this
trade will be provided by a Sub -Contractor.
C. The Restoration Sub -Contractor shall have a
competent Foreman (full-time, on -site) to maintain
the standards required by these Specifications.
The Foreman shall be technically proficient in this
trade and be able to provide information to
substantiate proficiency.
D. Applicable Standards and Specifications:
04500-2
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
I.
Portland Cement shall
conform to Type I, ASTM
�.
C-150. Color to be gray standard or white as
required.
2.
Hydrated Lime shall conform to ASTM C-207.
!
3.
Sand, where required,
shall be pure natural
sand or ground stone,
conforming to ASTM C-144.
4.
Federal Specification
QQ-B-101c.
5.
ANSI A42.2 and A42.3.
6. ANSI/ASTM C926-81.
7. Texas Bureau for Lathing and Plastering, "Lath
and Plaster Systems Manual".
8. Uniform Building Code.
1.04 PRODUCT HANDLING, STORAGE AND DELIVERY
A. Deliver packaged materials to site in
Manufacturer's original, unopened labeled
containers. Labels will remain on the cans with
those labels properly identifying the material
contained within. Materials will not be placed in
containers other than those designated for that
material by manufacturer's label. The correct
labels will remain on containers while and where
the materials are being applied.
r B. Store on site, inside weatherproof structure, away
from damage by water or weather conditions. All
flammable and hazardous materialswillbe stored in
the designated hazardous materials storage area.
C. All solvents and cleaners are to be stored in the
designated hazardous materials storage area. No
material is to be stored in any existing building
under any condition. Lids will be fully secured on
the cans and materials at all times and will not be
allowed to mix with one another.
1.05 ENVIRONMENTAL CONDITIONS
A. Cleaning and demolition procedures may be
undertaken during light rainfall. Repair and
waterproofing work may not be undertaken during
rainfall nor when rain is expected within 24-hours
of the installation of that Work.
B. Cleaning and waterproofing may not be
04500-3
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
undertaken when wind conditions are such that the
Contractor cannot control the misting of those
materials outside of his containment area. Any
damage resulting to automobiles, airplanes,
building finishes such as glass and metal surfaces,
Owner's personnel and building users shall be the
sole responsibility of the Contractor to remedy.
The Contractor shall be the sole determiner as to
when wind conditions create a hazard to his safe
work practices.
C. outside temperatures for the cleaning and
waterproofing work must be a minimum of fifty
degrees Fahrenheit and rising. Outside
temperatures for the removal and repair of the
aggregate masonry panels shall be a minimum of
forty degrees Fahrenheit and rising.
1.06 JOB CONDITIONS
A. The Contractor is advised that the entirety of this
building is occupied at all times. Work hours will
be from 7:00 AM until 6:00 PM, Monday through
Friday.
B. The Contractor will maintain all exterior -exits and
doorways from buildings continuously throughout the
work. He will construct temporary structures as
required from plywood and framing lumber and
maintain those structures in a safe manner until
work is complete and the structures may be removed.
C. Water may be obtained at the building for the
potable water source for this Work. The designated
connecting points will be identified by the Owner's
maintenance personnel. Connections, hoses,
devices, etc., for the delivery and use of water
will be provided by the Contractor.
D. Electrical power will be provided by the Owner for
the Contractor's use. The Owner's maintenance
personnel shall designate locations for tie-ins.
It is the responsibility of the Contractor to make
those tie-ins in accordance with safe electrical
practices, with safe equipment, with a licensed
electrician (where tie-ins are other than direct
plugs) and in accordance with local codes. Ground
fault interrupts shall be installed at all direct
connections. No frayed, cut or otherwise
deteriorated extension cords will be allowed. No
open electrical boxes will be allowed. All
connections, boxes, etc., shall be kept above the
roof and masonry surfaces so as to not allow those
04500-4
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
P,
to be exposed to standing water.
E. All aggregate masonry patching materials will
remain in a fenced area as designated. At no time
shall these materials be stored outside of the
designated fenced areas.
F. The aggregate masonry patching materials may be
mixed adjacent to the building within a fenced
enclosure. Upon completion of the work all
evidence of this operation will be cleaned -up and
removed to the satisfaction of the Owner.
G. Protective containments shall be established at all
areas where work is proceeding for the cleaning and
waterproofing. These containments shall meet the
following minimum requirements:
1. The Contractor shall construct containment
structures around the limits of the areas in
which he is working and maintain those in
effect through the course of Work in that area.
2. Containments shall be constructed of heavy duty
transparent polyethylene over wood or steel
frames. The frames must be constructed so as
to rest on the roof surface and not penetrate
the surface. Where the frames rest on the roof
surface protective plywood and insulation
composite panels shall be provided to protect
the new roof membrane. ANY DAMAGE IMPOSED ON
THE NEW ROOF MEMBRANE BY THIS CONTRACTOR SHALL
BE.HIS RESPONSIBILITY TO REPAIR AT HIS COST TO
THE SATISFACTION OF THE ARCHITECT AND OWNER.
3. Containments shall be open topped and extend an
adequate height above the work area so as to
prevent mist and overspray from escaping the
area.
4. Doors into the containment shall be constructed
reasonably windtight so as to prevent the
escape of the chemical sprays.
5. No seal shall be made at the roof surface. The
polyethylene shall be draped and weighted
continuously on the roof surface so as to
prevent spray from escaping.
6. Continuing ventilation shall be provided in the
space in the form of fans drawing outside air
at the roof level and allowing it to escape
through the open top of the contained area.
The air flow shall be calibrated by baffles or
other means so as to not contribute to the
04500-5
F
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
escape of chemicals from the top of the
contained area. Fan penetrations shall be
sealed to the exterior barrier.
H. Protection of workers shall meet the requirements
indicated in Specification Section 01510 - Worker
Protection. The Contractor shall'be responsible
for the proper training, monitoring and equipping
or workers who are applying the chemicals required
under this Section.
2.01 CONCRETE AND AGGREGATE MASONRY CLEANING AND WATER
REPELLANT PRODUCTS
The following concrete and aggregate masonry cleaning
and water repellant products are those produced by
ProSoCo, Inc. of Irving, Texas. Approved equals may be
proposed by submitting the completed "Substitution
Request Form" found in Section 01610 and all required
literature for approval by the Architect. Where a
product name and designation is used hereafter it is
meant to have an "or equal" designation meaning that it
is not the only product which may be accepted for this
work.
A. Concrete and Aggregate Masonry Cleaning in General:
Sure Klean Restoration Cleaner and/or Sure Klean
776 Masonry Pre -Wash.
B. Algae Stains: Sure Klean Restoration Cleaner, Sure
Klean 766 Pre -Wash and/or Sure Klean 1217 Poultice.
These will be determined by their effectiveness in
the sample panel approval process.
C. Sealant and Paint Stains: Sure Klean 509 Paint
Stripper.
D. Water Resistant Sealer: Sure Klean Weather Seal
"Natural Stone Treatment". This material is a
clear liquid siloxane with 15.0% Active Substance
Content, 0.798 (minimum) Specific Gravity, 81
degrees F. Flash Point and Wt./Gal. of 6.64 pounds.
2.02 PLASTER REPAIR MATERI_AjS FOR AGGREGATE MASONRY PANELS
A. Corner Beads: USG Corner Bead or equal, Zinc.
B. Plaster Stops: USG 166 or equal, Zinc.
C. Control Joints: USG #75 or equal, 1" thickness,
04500-6
r.
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
Zinc.
D. Expansion Joints: USG #15 or equal, 1" thickness,
Zinc.
f,
E. Metal Lath: Expanded exterior galvanized diamond
�- metal lath, 3.4 pounds per square yard (3.4 lbs./
sq. yd.), self -furring.
F. Metal Channels and Wire: All channels and wire
r" shall be galvanized and of the following scheduled
sizes.
7
3/4" Channels: 300 lbs./M Lin. Ft.
1 1/2" Channels: 475 lbs./M Lin. Ft.
Tie Wire: 16 gauge soft annealed wire.
G. Aggregate Masonry Panels (Portland Cement Plaster
Stucco with Aggregate Finish): Three (3) coats
required: scratch, brown and finish coat 3/4"
thickness, measured from back of.lath. Stucco mix
shall be Type CM, Lath and Plaster Systems Manual,
Table I, p. 118, modified as follows:
1) Bonding Agent applied as required to existing
concrete surface.
2) First Coat: Type CM
a) One (1) part Portland Cement, Type I
b) One (1) to two (2) parts Masonry Cement
c) Two and one-half (2 1/2) to Four (4)
parts Sand (volume of sand per sum of
cementitious materials).
d) One (1) pound bag of Dur-O-Fibar
fibers, by Dur-O-Wall or equal.
3) Second Coat: Type CM
a) One (1) part Portland Cement, Type I
b) One (1) to two (2) parts Masonry Cement
c) Three (3) to five (5) parts Sand
(volume.of sand per sum of cementitious
materials).
d) One (1) pound bag of Dur-O-Fibar
fibers, by Dur-O-Wall or equal.
4) Finish Coat: Type CM
a) One (1) part Portland Cement, Type I.
b) One (1) to two (2) parts Masonry Cement.
c) Three (3) to five (5) parts Sand
(volume of sand per sum of cementitious
04500-7
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
materials).
d) Texture: To match aggregate finish of
existing adjacent panels. Color shall to
match the existing shall be added as
required in the forms of dyes by volume
measure as recommended. -
,FART 3 - EXECUTION
3.01 INSPECTION
The Contractor shall examine the Contract Documents and
all conditions which affect the quality of his work.
Deviations or unsatisfactory conditions will be
reported to the Architect. No work will proceed until
conditions are satisfactory to meet requirements of the
Contract Documents.
3.02 PREPARATION
A. Review the Contract Documents to determine and
locate all work required by this Section and the
work of any other trade which will affect the work.
B. Coordinate the installation of f lashings, reglets,
flashing receivers, anchors, etc., requiring
embedment in plaster removal and repair work.
C. Erect all required scaffolding and protective
enclosures, securing same to the building in
compliance with all OSHA standards.
D. Erect a temporary fence containment consisting of
an orange 48" high polypropylene barrier fence
secured to metal posts or wood posts resting on the
concrete or other surfaces. Comply with protective
measures previously indicated for this work.
E. Immediately prior to the application of cleaners
and sealers all plant life including trees, shrubs,
flower beds and grass will be thoroughly wet until
dripping. The Contractor will maintain this wet
condition on the foliage throughout the application
and rinse cycles of all work. ANY PLANT LIFE WHICH
IS PERMANENTLY DAMAGED BY THE WORK WILL BE REPLACED
AT THE CONTRACTOR'S EXPENSE. A neutralizing ditch
or barrier trenches may be constructed at the
building perimeter to help protect plant life.
These trenches will be no more than 8" in width and
12" in depth and will be fully backfilled at
completion of the work.
04500-8
j ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
a
3.03 AGGREGATE AND PRECAST PANEL CLEANING
i' CLEANING IN GENERAL:
A. Mask or.protect all surfaces not to be cleaned
including vegetation protection as listed earlier..
Provide test panels for approval and to determine
dilution requirements of cleaning product.
B. Apply specified cleaning solution diluted as
F determined in the test panel in liberal amounts
using low pressure spray (50 psi), roller or
r densely filled (tampico) masonry washing brush and
{ in strict conformance with the manufacturer's
recommendations.
C. Allow the cleaning solution to remain on the
surface for three to five minutes. Re -apply
cleaning solution. Light scrubbing of the surface
^.
may be necessary for complete cleaning. Do not
leave cleaning solution unattended on surface and
do not allow it to "dry in" to the masonry.
D. Begin rinsing with low pressure flood rinse to
remove initial acidic residue with minimum risk of
wind drift then rinse the treated area thoroughly
using high pressure spray. Rinse from the bottom
of the treated area to the top flushing each
section of the surface with a concentrated stream
of water. To avoid streaking on vertical walls,
take care to keep the wall below wet and rinsed
free of cleaner and residue. Pressure rinsing
should be accomplished at 600 to 1000 psi with a
15-30 degree fan tip. Care must be taken to insure
i
that brittle aggregate masonry is not damaged under
the pressure.
r�
AGGREGATE MASONRY & PRECAST PANEL ALGAE STAINS:
A. Mask or protect all surfaces not to be cleaned
including vegetation as listed earlier. Provide
test panels for approval and to determine dilution
requirements of cleaning product.
B. Where test panels dictate apply a heavy coating
of the specified prewash using a brush or roller.
C. Allow the material to remain on the surface for 30
minutes to one hour, longer times may be required
when temperatures are below 71 degrees Fahrenheit.
D. Pressure rinse surface making sure to hit each
portion of the surface with concentrated water
pressure. Re -apply the specified prewash and scrub
04500-9
I
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
vigorously where stains persist, rinsing thoroughly
with clean water.
E. After the prewash process is complete the entire
surface will be cleaned with the specified cleaner.
SURFACE SEALANT OR PAINT STAINS:
A. Mask or protect all surfaces not to be cleaned
including vegetation.- Plants, trees and ground
covers must be completely covered and the solvent
must not come in contact with these materials.
Protect glass using solvent resistant polyethylene
held in place with duct tape. Strippable films are
not to be used as protection from this material.
B. Provide test sample panel for inspection and
approval prior to proceeding with the work.
C. Prepare the surface by dry scraping to remove all
peeling and loose paint. Use caution so as to not
damage the masonry surface in the process.
D. Using a solvent resistant brush or roller, apply a
uniformly thick coating of the specified stripper
to the DRY surface.
E. Allow stripper to dwell on the surface for 15-20
minutes or until paint "lifts" or shows indications
of dissolving. Periodic agitation with a stiff
bristle brush will improve stripper penetration.
Stripper should not be allowed to dry on the
surface. If tests indicate a longer waiting
period, reapply the stripper to prevent drying.
F. Remove the stripper with high pressure water
rinsing providing 400 to 1200 psi with a 25 degree
fan tip at a flow rate of 4-6 gallons per minute.
Heating of water to 150-180 degrees Fahrenheit may
improve stripping efficiency.
G. A general cleaning of the surface is required with the Restoration Cleaner previously mentioned. The
Contractor is to note that the strippable solvent
is only to be used on sealant or paint stains. _
3.04 WATER RESISTANT SEALERS
A. All masonry cleaning as described above and joint —
sealant work as required in SECTION 07900 - JOINT
SEALERS is to be completed prior to the work of
this Section.
04500-10
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
B. Provide test panel for approval prior to beginning
overall work.
C. Apply sealer to all concrete and aggregate masonry
surfaces on the building. Surfaces are to be
completely dry and free of all dirt and residue.
Insure that leaves, insects and other foreign
debris are not captured by application of the
sealer.
D. Protect adjacent surfaces from overspray along with
all vegetation as previously described.
E. Do not dilute or alter the material. Apply with
low pressure (20 psi) spray equipment or brush or
roller.
F. Apply to vertical surfaces with two successive
"wet -on -wet" applications. Uniformly apply,
working from the bottom up, sufficient material to
produce a 6" to 8" rundown below the contact point.
Allow the first application to penetrate
(approximately 5 minutes) and reapply in the same
saturating manner. Less material will be required
on the second application.
G. Apply to horizontal surfaces in a single saturating
application so the surface remains wet for a few
minutes before penetrating. Broom out surface
residues, pools and puddles until they completely
penetrate.
H. Coverage rates depend on the material's surface
porosity. Recommended rates for clay brick are
100-150 sq.ft/gal.
r. 3.05 AGGREGATE PANEL (PLASTER) APPLICATION
A. General:
r" 1) Comply with Table 4, p. 118, Lath and Plaster
Systems Manual, as follows:
a) Curing: Damp cure each coat before
applying the next coat. All coats shall be
kept damp and D_Qt allowed to dry between
successive coats.
r
b) Finish: Finish texture to be approved by
Architect.
2) Total thickness of finish systems shall match
existing as measured from face of concrete
04500-11
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
substrate.
B. Application of portland cement _plaster and
aggregate surfacing:
1) Scratch Coat: Shall be thoroughly and evenly
scored. Apply under pressure for thorough key
to lath.
2) Brown Coat: Rod and float to a straight and —
true surface.
3) Finish Coat: _Skim,on,brown coat and float.
Bring to a total finish thickness to match
existing (approximately 111). Apply aggregate
finish by pressing matching marble aggregate
into face of new finish coat.
3.06 CLEANING
A. Clean all grounds free of patch material debris.
Remove scaffolding and tie -backs to building.
Patch holes in surfaces where tie -back anchors were
located.
B. Remove strippable film from cleaning and sealing
operations.
C. Remove temporary fence.and restore grounds to prior
work condition. Replace any permanently damaged
vegetation as required. —
3.07 WARRANTY
Provide a two-year written warranty against defects in
materials and workmanship. The Contractor shall be
required to co-sign this warranty along with the Sub -
Contractor.
END OF SECTION
04500-12
PM
is
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
F
SECTION 06100
• Noll:
llhuy
�, �•
al• 1
The requirements of this Section are an extension and are in
addition to the requirements of the Uniform General
Conditions, Supplementary General Conditions, Forms,
Specification Sections found in Division 1 through Division
16 and all Drawings.
1.01 DESCRIPTION
A. Carpentry required for this specification shall
include all additional or replaced wood nailers
or members necessary to achieve proper flashing
heights, new or replaced wood members for roof
associated supports, nailers necessary for new
edgings, copings, expansion joints, etc., all
other labor, materials equipment and services
to do all carpentry and miscellaneous
installation work called for on the Drawings,
including but not limited to the following:
B. Wood blocking, nailers, cants, curbs, furring
and other wood members necessary for roof
repairs and associated up -grades.
C. New wood curbs and sheathing or plywood
sheathing as necessary for protection from
traffic on existing roof areas.
1.02 REFERENCES
A. Section 04500 - Waterproofing of Exterior Walls
B. Section 07220 - Roof Insulation
C. Section 07540 - Modified Bitumen Roofing
D. Section 07600 - Flashing and Sheet Metal
E. Reference Authorities
1. PS20 - Softwood Lumber Standards 2. PSI -
U.S. Product Standard for Construction and
Industrial Plywood 3. APA - Product Guide
4. AWPA - Book of Standards 1.03 SUBMITTALS
06100 PAGE 1
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
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.
1.05 JOB CONDITIONS
06100 PAGE 2
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
F
A. Coordination. Fit carpentry work to other
work; scribe and cope as required for accurate
fit. Correlate locations of nailers, blocking,
and similar supports to allow proper attachment
of other work necessary.
PART 2 - PRODUCTS
A. Factory mark each piece of lumber with type,
grade, mill, and grading agency.
B. Nominal sizes are indicated, except as shown by
dimensions. Provide actual sizes as required
by PS 20, for moisture content specified for
each use.
C. Provide dressed lumber, sized four sides,
unless otherwise indicated.
D. Provide seasoned lumber with 19% maximum
moisture content at time of dressing.
E. Framing, furring, etc. shall be southern yellow
pine or coast region douglas fir.
F. Southern Yellow Pine 1. Wolmanized where
indicated 2. Two inch dimension lumber: No. 1
stress rated Fb 1350. No. 1 common.
G. Douglas Fir 1. 2 x 4 and less, light framing
grade No. 1 boards 2. No. I 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.
06100 PAGE 3
F
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
L. Pressure treat above ground items with 'water
borne preservatives to comply with AWPB LP-2.
After treatment, kiln dry lumber to a maximum
moisture content of 19 percent. The following
items shall be wolmanized: wood cants, curbs,
nailers, equipment bases.and similar members in
connection with all roofing and flashing.
M. Kiln dry treated items to maximum moisture
content of 19%
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
l 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
06100 PAGE 4
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
place. All bent or deformed nails or fasteners
shall be removed and disposed of.
G. Spilled nails and fasteners on any roof surface
are a constant source of problems. Therefore,
all nails will be picked up not less than three
(3) time per day. Crews will be required to
terminate all work until satisfactory clean-up
is accomplished.
H. Protective Walkways - Traffic Area Protection:
Install full sheets of 3/4" exterior grade
r- plywood and min. 1/21 wood fiber insulation to
L 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
06100 PAGE 5
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
SECTION 07220
ROOF INSULATION & REMOVAL PROCEDURES
PART
•TT ED DOCUMENTS:
The requirements of this Section are an extension and are in
addition to the requirements of the Uniform General
ConditionsSupplementary General Conditions, Forms,
Specification Sections found in Division i 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
r' requirements of Section 01300.
B. Submit containment fence materials and supports,
�. and layout for all rooftop and ground locations.
F
1.03 RELATED WORK SPECIFIED ELSEWHERE
A. Carpentry: Section 06100
B. Roof Membrane: Section 07540
C. Flashing and Sheet Metal: Section 07600
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
application throughout the Project. Coordinate
07220 PAGE 1
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
shipment receipt as necessary to cause occupant
least amount of interference. Do not expect or
anticipate Owner to take responsibility of any
deliveries, etc.
B. Storage. Materials shall be stored out of direct
._exposure to the elements and on pallets. All goods
which are susceptible to water damage will be
stored in fully enclosed watertight trailers. No
materials will be stored on the roof overnight.
C. Handling. All materials shall be handled in a
manner which will preclude damage and contamination
with moisture or other harmful/foreign matter.
1.05 JOB CONDITIONS
A. Any portion of the roofing system or its
accessories shall not be applied during
precipitation or started in the event precipitation
is threatening, unless precautions are taken for
same.
B. The Contractor is advised during his tear -off
operations that electrical conduit serving the
interior lighting was installed in the gypsum and
lightweight concrete decking. This conduit is
known to have rusted away leaving bare and live
electrical wires in the deck. This conduit and
wiring shall be replaced under an allowance as
defined in Sections 01020 and 01041.
PART 2 - PRODUCTS
2.01 MATERIALS
Insulation for use in the new modified bitumen
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 36".
B. Taper Insulation: At all areas so designated for
taper, use tapered perlite as manufactured by
International.Permalite (IP) Corporation or equal.
Taper shall have a minimum of 1/16" per foot
positive slope to drain and shall have minimum
thickness of not less than 3/4" unless otherwise
07220 PAGE 2
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
detailed. Saddles or crickets shall be as
manufactured by International Permalite (IP)
�. Corporation or equal and have a minimums slope of
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.
r` C. Polyisocyanurate Insulation Board: Rigid
polyisocyanurate`board insulation meeting F.S.
HH-I-1972/2. Size to be either 36" x 4811 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
r.
ASTM C-78. Size will be 4" x 4" with a 5 3/8"
F,
face.
2.02 INSULATION SCHEDULE
A. Primary Roof Areas:
1. Nail fiberglass base sheet to meet I-90.
2. The first layer of insulation in all roof
r-
replacement areas will be 1.5" polyisocyanurate
insulation board. Mop in Type IV asphalt.
3. The second layer of insulation in all roof
replacement areas will be 3/4" perlite
insulation board. Mop in Type IV asphalt.
,..
4. The third layer (as indicated in the Drawings)
of insulation in designated roof areas will be
1/16" or 1/8" per foot slope tapered perlite
insulation board. Mop in Type IV asphalt.
r-
B. Sunscreen Canopies:
14 Prime structural concrete with specified
r
primer.
F
07220 PAGE 3
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
2. Mop one layer 3/4" perlite in Type IV asphalt.
C. Loading Area Roofs: (Typ. Roof Areas 1D, OD, 101D,
etc.)
I. Nail fiberglass base sheet to meet I-90.
,2. Mop one layer 1 1/2" perlite 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 layersofinsulation
and for attachment of cant strip where applicable.
C. Fiberglass Base Sheet. Asphalt -impregnated
fiberglass matt produced by the roofing membrane
manufacturer and equal to ASTM D-4601, Type II.
D. Base Sheet Fasteners. "Gyptite". galvanized
fasteners nails for base sheet application over
gypsum fill.
E. Base Sheet Fastener Disks. "Gyptite" galvanized -
disks for use with "Gyptite" Base Sheet Fasteners.
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 apart 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. _
07220 PAGE 4
rROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
B. Commencement of application of new insulation,
where applicable, signifies Contractors acceptance
r, of the existing substrate.
C. Existing Electrical Conduit in Deck
1. The Contractor is advised during his tear -off.
operations that electrical conduit serving the
interior lighting was installed in the gypsum
and lightweight concrete decking. This
conduit is known to have rusted away leaving
bare and live electrical wires in the deck.
This conduit and wiring shall be replaced
under an allowance as defined in Sections
01020 and 01041.
2. This conduit and wiring is anticipated to
remain in place undisturbed in its current
location and to be abandoned. New conduit and
wiring with all associated connections and a
protective sleeve box will be provided as a
part of the Allowance. Where the insulating
fill decking has been damaged due to the
existing conduit it shall be restored to a new
condition with Pyrofil and paid for on a unit
price basis.
7
3.02 PREPARATION
F
A. Completely remove all existing roofing and base
flashing materials to the existing gypsum or
lightweight concrete decks over the entirety of the
roof areas. Remove all metal flashings not
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 such 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
area at the gates, taxiway, runway or their
surrounding 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. The person designated for this task
must be cleared by the FBI for a five-year
07220 PAGE 5
I
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
background check. Persons with past criminal
records or those who do not pass this check
will not be allowed to fulfill this task. The
Contractor is urged to select an individual
with a stable work history with their company
since replacement individuals cannot gain
access to this area without prior approval of
the background check.
2. At the air traffic side of the building access
for.dump trucks or dumpster placement will be
between the hours of 5:30 AM and 6:00 AM each
morning of the week. The trucks or dumpsters
must be removed from the area between 2:00 PM
and 4:00 PM each day. If not removed during
that time period they may be removed at night
after all flights have arrived or departed.
The Contractor must contact and have an airport
security or maintenance representative
available at the time of moving trucks and
equipment. No vehicle will move outside the
Contractor's ground containment area when air
traffic is in motion. The Contractor must also
be patient and allow some lead time between the
specified hours for security or maintenance
personnel to be contacted and arrive for the
move.
3. The only motorized vehicles which will be
allowed at one time on the air traffic side of
the building will be a lift for materials, two
dumptrucks (one pick-up truck if roll -off
dumpsters are used), supply truck for butane
tank refilling and one pick-up or one -ton type
truck.
4. Delivery of materials will be at one time in
the morning for all materials to be used that
day. In and out at the gate will be
discouraged for personnel, materials and
equipment due to security reasons. Delivery
vehicles will be limited to the two dump trucks
and pick-up.
5. 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.
07220 PAGE 6
v.
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
r
i 6. 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.
7. 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 coming in contact with air
traffic.
8. A ground fence shall be constructed to a
minimum height of 48" above the top of the
debris container for the purpose of containing
flying debris. The fence shall be removed at
the end of each day's roofing tear -off
operation. The fence material shall be the
same perforated plastic fencing as that used on
the roof with supports which are not required
to penetrate the concrete or asphalt surfaces.
9. 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
watertight condition.
r C. All roof decks shall be completely free of debris
or foreign matter. Decks shall be inspected at
this time in accordance with Article 3.01 above.
D. All concrete surfaces scheduled to receive new
roofing insulation or flashings (by mopping or
setting in bituminous materials) are to be primed
r'
with asphalt cut -back type primer at a minimum rate
of 3/4 gallon per 100 square feet of area.
E. Accessories encountered which are deemed no longer
necessary shall be brought to the attention of the
Owner or his representative. Removal of the
penetration items and deck repair procedures shall
not take place until written authorization is
obtained from the Owner's Representative. Any and
all removed accessories are to be considered the
property of the Owner who reserves the right to
r
retain possession of same.
F
07220 PAGE 7
F
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
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. 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.
J. Relocate or install new roof drains where shown.
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"
as required by existing conditions and as specified
in Section 06100.
B. Base Sheet Installation: Mechanically fasten one
ply of the specified fiberglass base sheet over the
prepared deck surface running each sheet
perpendicular to the slope or drainage direction of
the roof. Lap all side laps 2" and end laps 611.
Fasten with specified fasteners and disks spaced at
9" on center at side laps and in two rows spaced
12" apart down the center of the sheet with
fasteners spaced at 18" on center.
C. First Layer of Insulation: The first layer of
specified polyisocyanurate insulation shall be
installed 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 of all parts of each board. Fill all gaps
in excess of 1/2 inch. Stagger joints between
adjacent boards.
07220 PAGE 8
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
D. 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.
E. 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.
F. Cant strips, whether tapered or standard, shall be
adhered in hot asphalt or plastic cement at all
vertical terminations as detailed.
G. All appropriate measures shall be taken to prevent
asphalt bitumen bleed and drip through to the
building interior or exterior surfaces.
H. In all cases where multiple layers of insulation
�- are to be installed, all joints between layers
shall be broken and staggered to present a more
thermally efficient insulation substrate.
F
END OF SECTION
07220 PAGE 9
F
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
SECTION 07510
ROOFINGWARRANTY
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
r'
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
r
thereof has been paid by the Owner or by another responsible
(
party so designated.
07510 1
7
i
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
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
changed and it becomes used for, but was not originally
specified for, a`promenade, work deck, spray cooled surface,
flooded basin, or other use or service more severe than
originally specified, this Warranty shall become null and
void upon date of said change, but only to extent said
changes affect work covered by this Warranty.
5. The Owner shall promptly notify the Contractor of
observed, known, or suspected leaks, defect or deterioration,
and shall afford reasonable opportunity for the Contractor to
inspect the work, and to examine evidence of such leaks,
defects or deterioration.
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
07510 2
Address
! ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
F
SECTION 07540
MODIFIED BITUMEN ROOFING
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
07540 PAGE 1
F
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
system, whether manufactured by that company or
not, are acceptable to the manufacturer for use in
the system. The letter will also state that the
proposed system meets all criteria for the issuance
of the required ten-year no -dollar -limit warranty.
G. Project Record Documents: Record exact location of
all roof penetrations.
1.03 RELATED WORK SPECIFIED ELSEWHERE
A. Section 06100 - Carpentry Work (for Roofing)
B. Section 07220 - Insulation
C. Section 07600 - Flashing and Sheetmetal
1.04 PRODUCT DELIVERY
A. Delivery. Materials shall be delivered in the
Manufacturer's original sealed and labeled shrouds,
on pallets and in quantities to allow continuity of
application throughout the Project. Coordinate
shipment receipt as necessary to cause occupant the
least amount of interference. Do not expect or
anticipate Owner to take responsibility for signing
for or unloading any delivery.
B. Storage. Materials shall be stored out of direct
exposure to the elements and on pallets. All roll
goods shall be stored vertically. All goods which
are susceptible to water damage will be stored in
fully enclosed watertight trailers. No materials
will be stored on the roof overnight.
C. Handling. All materials shall be handled in a
manner which will preclude damage and contamination
with moisture or other harmful/foreign matter.
D. Roof Loading. Evenly distribute roll goods on roof
surface so as to not exceed 25 lbs. per square
foot.
1.05 JOB CONDITIONS
A. Any portion of the roofing system or .its
accessories shall not be applied during
precipitation or started in the event precipitation
is threatening, unless precautions are taken for
same. The Contractor shall be have the final
decision as to whether to chance roofing operations
07540 PAGE 2
I ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
r
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.
F
B. Do not tear -off the membrane and leave overnight
without the application of the complete insulation
and membrane.
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.
07540 PAGE 3
F
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
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 January.l, 1991. Also
provide evidence of the successful completion of at
least three (3) projects of the same type,system
installed and size of the project within that
three-year period.
1.09 REGULATORY REQUIREMENTS
A. Provide certification of inspection confirming
approval of design and installation by the
Authority Having Jurisdiction (AHJ).
B. Fire Hazard Classification: UL Class A.
C. Roof Assembly Classification: FM Class I-90
construction, in accordance with FM Construction
Bulletin 1-28.
07540 PAGE 4
ROOF REPLACEMENT & WATERPROOFING
1 LUBBOCK INTERNATIONAL AIRPORT
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 REQUIREMENTS
A. Do not apply roofing during inclement weather.
Temperatures must be a minimum of forty degrees
Fahrenheit and rising.
B. Do not apply roofing material to damp or frozen
deck or substrate.
C. Do not undertake roofing operations when the wind
is determined to be detrimental to safe
installation practices.
r► 1.12 SEQUENCING AND SCHEDULING
A. Coordinate Work under provision of Section 01041.
B. Coordinate installation of associated metal
flashings and roof -related items as Work of this
Section proceeds.
1.13 WARRANTY
*" A. The roofing material Manufacturer shall provide a
i 10-year No -Dollar -Limit (NDL) type warranty
covering all materials and workmanship. The
warranty shall include all membrane roofing, base
flashings and insulation.
B. The Contractor shall provide a two-year written
f-warranty covering defects in the roofing materials
E and/or labor on the form in Specification Section
` 07510.
r
07540 PAGE 5
F
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
FART 2 - PRODUCTS
2.01 MANUFACTURERS - MEMBRANE SYSTEMS
A. Manville Corporation - System 2CID.
B. Tamko Asphalt Products - System 107.
C. Siplast - Paradiene 20/30.
2.02 SHEET MATERIALS
A. Modified Bitumen Base Sheet: Fiberglass matt
coated with SBS modified Asphalt.
1. Manville - Dynabase.
2. Tamko - Versa Base.
3. Siplast - Paradiene 20.
B. Modified Bitumen Cap Sheet: Fiberglass and/or
polyester reinforced, SBS modified bitumen with tan
granular surfacing.
1. Manville - DynaKap FR.
2. Tamko - Awaplan Premium FR.
3. Siplast - Paradiene 30 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.
2.04. BITUMINOUS MATERIALS
A. Asphalt Bitumen:
Steep.
ASTM D3121 Type IV, Special
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.
07540 PAGE 6
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
2.05 FLEXIBLE FLASHINGS
A. Sheet Flashing: Fiberglass or polyester mat coated
with modified bitumen and granular or metal foil
surface. The flashing system is to be approved by
the membrane manufacturer for use with his
respective system and.be equal to one of the
following:
1. Manville - DynaFlex
I� 2. Tamko - Awaplan Premium FR
3. Siplast - Aluminum Veral
r^ B. Backer Sheet: Sheet flashings shall be installed
in all cases with fiberglass felt or fiberglass
base sheet.
2.06 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 3/41".
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 1" x 16-gauge metal disk cap nail
as manufactured by Simplex Nails, Inc. or
approved equal.
C. Wood Framing Nails: Hot -dipped galvanized box
nails in lengths as required to penetrate substrate
a minimum of 111.
D. Termination Bar: 1/8" x 1".hot-dipped galvanized
steel bar stock.
E. Substitutions: Under provisions of Section 01600.
2.07 SOURCE QUALITY CONTROL
A. Require asphalt bitumen supplier to provide source,
batch and test data on each shipment and submit for
Architect's approval.
1:
07540 PAGE 7
i
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
B. Include EVT for all asphalt.
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.
PART 3 — EXECUTION
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.
07540 PAGE 8_
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
f
B. Prevent debris and bitumen from entering scuppers,
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 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
t
minutes prior to application and allow rolls to
relax. Re -roll sheets just prior to application.
Weight the rolled out sheet on the roof to prevent
winds from blowing them across or off the roof.
�.
C. Starting at low point of roof (eaves or roof
drains), lay modified bitumen base ply
perpendicular to roof slope in uniform and solid
moppings of hot asphalt applied at a rate of 20 to
�-
25 lbs/square, providing 4" side and end laps.
r
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/square, providing 4" side
and end laps. Stagger lap joints between base ply
and cap sheet. Stagger lap joints between adjacent
plies of cap sheet by a minimum of 12". Where cap
sheet must be applied over granule.surface of
previously installed sheet apply asphalt primer to
surface of granular sheet and allow to dry prior to
mopping. Use dry laid sheets 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 dry laid sheets.
E. Apply sheets smooth, free of air pockets, wrinkles,
fishmouthsf or tears. Install sheets so as to not
"buck" or impede the flow of water.
F. Extend membrane felts above top edge of cant strips
a minimum of 2" onto the vertical surfaces. Mop
07540 PAGE 9
71
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
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"
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.
3.05 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. Secure top of
flashing assembly to wood substrate with specified
cap nails spaced at 411 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.
3.06 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
have Work inspected and tested using applicable
methods to establish conditions in the new roof
.assembly. Roof cuts may be taken at the rate of
one per fifty (50) roofing squares. The Contractor
will assist in securing the roof cuts and will
patch the roof as required to finished condition at
no cost to the Owner.
07540 PAGE 10
ROOF REPLACEMENT & WATERPROOFING
` LUBBOCK INTERNATIONAL AIRPORT
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.
D. Demolition operations will not be performed
during application of the new roofing system.
3.07 MANUFACTURER'S FIELD SERVICES
A. The Contractor will arrange to provide
�- Manufacturer's field services under provisions of
Article 1.07. B. above.
r
B. The Contractor will advise the Architect at least
48 hours in advance of each of the Manufacturer's
required site visits.
3.08 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.
3.09 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.
END OF SECTION
07540 PAGE 11
C;
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
7
19
SECTION 07600
FLASHING AND SHEET METAL
0 1
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. Carpentry: Section 06100
2. Roofing Insulation: Section 07220
3. Modified Bitumen Roofing: Section 07540
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, expansion joints, plumbing and air vent
flashings, roof drain leads, counterflashings,
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
Owner's Representative. Provide sample
installation in field of each condition for
07600 PAGE I
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
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: 1/8" x 1" hot -dipped
galvanized bar stock fastened with nylon
drive pins spaced .at 8" on center.
5. Downspout and Gutter Straps: 1/8" x i" 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 a
special selected choice by the Owner. It is not
to be assumed that the Owner will select a _
07600 PAGE 2
i
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
r
standard color, but that the color which is
intended to match as closely to the aggregate
concrete panels will be a custom selection.
1. Gravel Guard and Cover Plates: Minimum 24-
gauge nailed at 3" on center staggered.
2. Receivers and Counterflashings: Minimum 24-
gauge fastened or inserted as indicated on
the Drawings.
3. Expansion Joint Hook Strips: Minimum 24-
gauge fastened with neoprene -head screws at
12" on center.
4. Expansion Joint Cover: Minimum 24-gauge
hooked on both sides.
5. Gutters: Minimum 24-gauge nailed at 8" on
center and having 1/8" 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
1/8" x 1" galvanized steel straps spaced at
30" on center. 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. 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. Copper Sheetmetal: Minimum 16-ounce copper
sheet. Use only at thru-wall scuppers with all
joints soldered.
D. Fasteners•
1. Steel Roofing Fails: 11-gauge hot -dipped
galvanized nails with annular rings and
minimum 3/8" diameter heads.
2. Framing Nails: Hot -dipped galvanized box
nails.
07600 PAGE 3
7,
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
3. Neoprene -Head Screws: #12 stainless steel
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.
8. Copper Roofing Nails: 11-gauge hard copper
nails with annular rings and 3/8" diameter
head.
9. Copper Blind Rivets: Copper Series 44. Both
rivet and mandrel are required to be copper.
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 or walls, the washers may be omitted.
Exposed horizontal surface fasteners are not
permitted, recognized or acceptable unless
directed otherwise.
Other cleats, screws, rivets, bolts, etc. shall
be of matching material to which they attach or
be galvanically compatible to the surface to
which they are secured.
E. Miscellaneous Sheetmetal-Related Materials,
1. Plastic Cement: Trowel grade roofing cement
conforming to ASTM D4586 (non -asbestos
containing). See Section 07540.
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 -
07600 PAGE 4
I ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
C-920-79.
3. Pitch Pan Sealer: Equal to Sonneborn SL-1.
One component urethane pourable sealant
t meeting ASTM C-920, Type S, Grade P, Class
225, Use T.M.
P'
4. Solder: 50% Pig lead and 50% black tin as
per ASTM B32.
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. &U 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 joints in copper scuppers shall be connected
by copper blind rivets spaced at 2" on center and
fully soldered.
All pre -finished metal joints shall be fitted
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,
07600 PAGE 5
i
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
"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
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, 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. Install flange and umbrellas as detailed at all
penetrations through roof surface in lieu of a
standard pitch pan detail where shown on the -
Drawings. Pitch pans shall be allowed at those
penetrations deemed by the Architect to be
impractical for umbrella installation.
If and when pitch pans are required, they shall
be filled with 3" starter course of non -shrink
grout and be toped 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 asphalt, coal tar bitumen, or.plastic cements
07600 PAGE 6
I Oft
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
r
are to be used at pitch pans. 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 latest printed SMACNA guidelines
and in accord with recognized roofing and sheet
metal industry standards. Fit flashings tightly
in place using square and true mitered corners.
Surfaces shall be true and straight and lines
accurate to profiles encountered.
G. Install new 6" wide cover and backer plates at
all new copings and gravel guards, fabricated of
matching metal and suitable profile so as to
ensure complete and permanent water ticjht
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 SYPOMMICALLY 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
07600 PAGE 7
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
SECTION 07900
JOINT SEALERS
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 DESCRIPTION OF WORK:
1, A. The extent of each form and type of joint
sealer is indicated on the Drawings and/or by
provisions of this Section of the
G
Specifications.
B. Provide sealant joints where shown on Drawings.
This work shall provide for the cutting of new
I joints where shown, demolition of sealant in
existing joints and the sealing of existing
joints where indicated.
17
C. Provide backup materials in joints to assure
that the depth of the sealant in joints does
not exceed one-half of the width, except that
the minimum depth shall be 3/811. Rake joints
as required. In certain conditions as shown on
the Drawings the depth to width ratio may
exceed this requirement. In no event though
shall the ratio be less than indicated above.
D. Joints shall include those in existing concrete
and aggregate masonry walls and copings.
E. Work shall also include installation of
sealants at roofing pitch pan applications.
1.02 REFERENCE STANDARDS:
A. ASTM D412 - Test Methods for Rubber Properties
in Tension
B. ASTM D1056 — Flexible Cellular Materials -
Sponge or Expanded Rubber
C. FS TT-S-00230 - Sealing Compound Silicone,
Single component. 1.03 SUBMITTALS:
07900-1
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
A. Submit product data and samples under
provisions of Submittal Section 01300. _
B. Product Data. Submit manufacturer's product
specifications, surface preparation, handling/
installation/curing instructions, and perfor-
mance tested data sheets for each elastomeric
product required.
C. The Contractor shall provide 24" long samples
in the field of each of the following sealant
types for the Architect's approval. Each
sample shall be marked and remain in place --
throughout the project and will be gauged as
the standard by which all other work will be
judged.
1) Flat .vertical wall to wall joint.
2) Wall to wall at corner joint.
3) Horizontal wall panel to wall panel.
4) Wall panel to beam (concrete to
aggregate masonry panel).
5) Window joint to concrete panel.
6) Window joint to aggregate masonry panel.
7) Window joint to sheetmetal flashing.
1.04 ENVIRONMENTAL CONDITIONS:
A. Weather Conditions. Do not proceed with
installation of liquid sealants under unfavor-
able or wet weather conditions.
B. Install elastomeric sealants when temperature
is in lower third of temperature range
recommended by manufacturer for installation.
1.05 WARRANTY:
A. Provide two year warranty covering defects in
Tabor and materials for all sealants installed
under this contract.
B. Warranty shall cover complete replacement of
sealant which fail because of loss of cohesion
or adhesion, or do not cure.
07900-2
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
k PART 2 - PRODUCTS
2.01 MATERIALS
General Sealant Performance Requirements. Provide
colors as selected by the Architect and Owner from
manufacturer's standard colors. Select materials for
compatibility with joint surfaces and other indicated
exposures and, except as otherwise indicated, select
modulus of elasticity and hardness of grade
recommended by manufacturer for each application
indicated.
Sealants
Genera. Sealant: Equal to Sonneborn NP-2. Two
component urethane gun -grade sealant meeting F.S. TT-
S-00230-C, Type II, Class A &nd ASTM C-920-79.
Pitch Pan Sealer: Equal to Sonneborn SL-1. One
component urethane pourable sealant meeting ASTM C-
920, Type S, Grade P, Class 225, Use T.M.
Hot Vent Pipe Sealant: Equal to Sonneborn "Omniseal".
2.02 RELATED MATERIALS
A. Primer. Non staining type, recommended by
sealant manufacturer to suit applications as
found under this contract.
B. Joint Cleaner. Non corrosive and non staining
type, recommended by sealant manufacturer:
compatible with joint forming materials.
C. Joint Filler. ASTM D1056; round, closed cell
polyethylene foam rod; oversized 30% to 50%.
j
D. Bond Breaker. Pressure sensitive tape rec-
ommended by sealant manufacturer to suit
applications.
PART 3 - EXECUTION
r
3.01 Manufacturer's Instructions. Comply with
manufacturer's latest printed instructions, except
where more stringent requirements are shown or
specified, and except where manufacturer's technical
representative directs otherwise.
07900-3
ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
3.02 PREPARATION
A. Clean joint surfaces immediately before
installation of sealant or caulking compound.
Remove dirt, insecure coatings, moisture and
other substances which would interfere with
bond of sealant or caulking compound. Etch
concrete joint surfaces as recommended by
sealant manufacturer.
B. Prime or seal joint surfaces where indicated,
and where recommended by sealant manufacturer.
Do not allow primer/sealer to spill or migrate
onto adjoining surfaces. C. Examine joint dimensions and size materials to
achieve required width/depth ratio.
D. Contractor is to rework all existing exterior
wall and.beam expansion joints throughout the
entirety of the project.
3.03 INSTALLATION
A. Set joint filler units at proper width to depth
ratio or as shown on the Drawings or position
in joint to coordinate with other work,
including installation of bond breakers, backer
rods and sealants. Do not leave voids or gaps
between ends of joint filler units.
B. Install sealant backer rod for liquid
elastomeric sealants, except where shown to be
omitted or,recommended to be omitted by sealant
manufacturer for application indicated.
C. Install bond breaker tape where indicated and
where required by manufacturer's recommend-
ations to ensure that elastomeric sealants will
perform properly.
D. Employ only proven installation techniques,
which will ensure that sealants are deposited
in uniform, continuous ribbons without gaps or
air pockets, with complete "wetting" of joint
bond surfaces equally on opposite sides.
Except as otherwise indicated, fill sealant
rabbet to a slightly concave surface, slightly
below adjoining surfaces. Where horizontal
joints are between a horizontal surface and
vertical surface, fill joint to form a slight
cove, so that joint will not trap moisture and
dirt.
07900-4
r ROOF REPLACEMENT & WATERPROOFING
LUBBOCK INTERNATIONAL AIRPORT
r
k
E. For normal moving joints sealed with
elastomeric sealants but not subject to
traffic, fill joints to a depth equal to 50% of
joint width, but neither more than 1/2" deep
k: nor less than 1/4" deep.
F. Spillage. Do not allow sealants or compounds
to overflow or spill onto adjoining surfaces,
or to migrate into voids of adjoining surfaces.
.• Clean adjoining surfaces by whatever means may
be necessary to eliminate evidence of spillage.
I
3.04 CURE AND PROTECTION
Cure sealants and caulking compounds in compliance
with manufacturer's instructions and recommendations,
to obtain high early bond strength, internal cohesive
strength and surface durability. Advise Owner's Rep-
resentative of procedures required for cure and
protection of joint sealers during construction
period, so that they will be without deterioration or
damage (other than normal wear and weathering) at
time of substantial completion.
3.05 PITCH PAN FILLERS
Pitch pans shall be galvanized metal and constructed
in accordance with provisions of Section 07600.
Penetrations are to be completely cleaned to bare
metal or plastic, and void of paint, rust, scale or
other foreign material prior to application of
sealant. The bottom of the pan will be filled with a
non -shrink non-metallic grout to a point 1" below the
top of the pan. When this material has fully dried
the final one -inch will -be filled with the specified
sealant and allowed to self -level at the top of the
metal lip. Care will be taken so as to not allow the
sealant to drip over the edge of the pan. Where
recommended by the manufacturer a primer will be
applied to all metal surfaces.
END OF SECTION
07900-5
r SECTION 15000 - GENERAL PROVISIONS FOR MECHANICAL AND ELECTRICCA
PART 1 - GENERAL
1.01 CHECKING DOCUMENTS:
A. The drawings and the specifications are numbered consecutively.
The Contractor shall check the drawings and specifications
r� thoroughly and shall notify the Engineer of any discrepancies or
omissions of sheets or pages. Upon notification, the Engineer
will promptly provide the Contractor with any missing portions
of the drawings or specifications. No discrepancies or
omissions of sheets or pages of the contract documents will
relieve the Contractor of his duty to provide all work required
by the complete contract documents.
1.02 GENERAL:
A. In general, the lines and ducts to be installed by the various
trades under these specifications shall be run as indicated, as
specified herein, as required by particular conditions at the
site, and as required to conform to the generally accepted
r. standards as to complete the work in a neat and satisfactorily
workable manner. The following is a general outline: concerning
the running of various lines and ducts and is to be excepted
where the drawings or conditions at the building necessitate
r deviating from these standards.
B. All piping, conduit and ductwork for the mechanical and
electrical trades shall be concealed in chases in finished
areas, except as indicated on the drawings. Horizontal lines
run in areas that have ceilings shall be run concealed in those
ceilings, unless otherwise specifically indicated or directed.
C. Piping, ductwork, conduits and raceways may be run exposed in
machinery and equipment spaces,.where serving as connections to
motors and equipment items in -finished rooms where exposed
connections are required, and elsewhere as indicated on the
r' drawings or required
D. All conduits in any space where they are exposed shall run
parallel with the building walls. They shall enter the
concealed areas perpendicular with the walls, ceilings or
floors. Fittings shall be used where necessary to comply with
this requirement.
E. The Contractor shall thoroughly acquaint himself with the
details of the construction and finishes before submitting his
bid as no allowances will be made because of the Contractor's
unfamiliarity with these details. Place all inserts in masonry
walls while they are under construction. All concealed lines
shall be installed as required by the pace of the general
construction to precede that general construction.
F. The mechanical and electrical plans do not give exact details as
to elevations of lines and ducts, exact locations, etc., and do
not show all the offsets, control lines, pilot line:; and other
installation details. The Contractor shall carefully lay out
his work at the site to conform to the architectural and
structural conditions, to provide proper grading of
15000-1
r-
lines, to avoid all obstruction, to conform to 'details of
installation supplied by the manufacturers of the equipment to
be installed, and thereby to provide an integrated,
satisfactorily operating installation.
G. The electrical plans show diagrammatically the locations of the
various electrical outlets and apparatus and the method of
circuiting and controlling them. Exact locations of these
outlets and apparatus shall be determined by reference to the
general plans and to all detail drawings, equipment drawings,
roughing -in drawings, etc., by measurements at the building, and
in cooperation with other sections, and in all cases shall be
subject to the approval of the Engineer. The Engineer reserves
the right to make any reasonable change in location of any
outlet or apparatus before installation (within 10 feet of
location shown on drawings) or after installation if an obvious
conflict exists, without additional cost to the Owner.
H. The mechanical plans do not give exact locations of outlets,
fixtures, equipment items, etc. The exact location of each item
shall be determined by reference to the general plans and to all
detail drawings, equipment drawings, roughing -in drawings, etc,,
by measurements at the building, and in cooperation with other
sections. Minor relocations necessitated by the conditions at
the site or as directed by the Engineer shall be made without
any additional cost accruing to the Owner.
I. The Contractor shall be responsible for the proper fitting of
his material and apparatus into the space. Should the
particular equipment which any bidder proposes to install
require other space conditions than those indicated on the
drawings, he shall arrange for such space with the Engineer
before submitting his bid. Should changes become necessary on
account of failure to comply with this clause,. the Contractor
shall make such necessary changes at his (the Contractor's) own
expense.
J. The Contractor shall submit working scale drawings of all his
apparatus and equipment which in any way varies from these
specifications and plans, which shall be checked by the Engineer
before the work is started, and interferences with the
structural conditions shall be corrected by the Contractor
before the work proceeds.
K. Order of precedence shall be observed in laying out the pipe,
ductwork, material, and conduit in order to fit the material
into the space above the ceiling and in the chases and walls.
The following order shall govern:
1. Items affecting the visual appearance of the inside of the
building such as lighting fixtures, diffusers, grilles,
outlets, panelboards, etc. Coordinate all items to avoid
conflicts at the site.
2. Large ducts and pipes with critical clearances.
3. Conduit, water lines, and other lines whose routing is not
critical and whose function would not be impaired by bends
and offsets.
15000-2
6
'M L. Piping, ducts, and conduits serving outlets on items of
equipment shall be run in the most appropriate manner. Where
the equipment has built-in chases, the lines shall be contained
r- therein. Where the equipment is of the open type, the lines
shall be run as close as possible to the underside of the top
and in a neat and inconspicuous manner.
r„ M. Exceptions and inconsistencies in plans and'specifications shall
be brought to the -Engineer's -attention before the contract is
signed. Otherwise, the Contractor shall be responsible for any
and all changes and additions that may be necessary, to
7 accommodate his particular apparatus, material, or equipment.
N. The Contractor shall distinctly understand that the work
described herein and shown on the accompanying drawings shall
r- result in a finished and working job, and any item required to
I accomplish this intent shall be included whether specifically
mentioned or not.
0. Each bidder shall examine the plans and specifications for the
r General Construction. If these documents show any item
requiring work under Division 15 or 16 and that work is not
indicated on the respective "M", "P" or "E" drawings, he shall
notify the Engineer in sufficient time to clarify before
bidding. If no notification is received, the Contractor is
assumed to require no clarification, and shall install the work
as indicated on the General Plans in accordance with the
specifications.
i
1.03 DIMENSIONS:
A. Before ordering any material or doing any work, the Contractor
t shall verify all dimensions, including elevations, and shall be
responsible for the correctness of the same. No extra charge or
•- compensation will be allowed on account of differences between
actual dimensions and measurements indicated on the drawings.
Any difference which may be found shall be submitted to the
Engineer for consideration before proceeding with the work.
1.04 INSPECTION OF SITE:
A. The accompanying plans do not indicate completely the existing
f' mechanical and electrical installations. The bidders for the
work under these sections of the specifications shall inspect
the existing installations and thoroughly acquaint themselves
r with conditions to be met and the work to be accomplished in
removing and modifying the existing work, and in installing the
new work in the present building and underground serving to and
from that structure. Failure to comply with this small not
constitute grounds for any additional payments in connection
with removing or modifying any part of the existing
installations and/or installing any new work.
1.05 ELECTRICAL WIRING:
A. All electric wiring, except for temperature controls, will be
�. done under Division 16 of these specifications. The Contractor
for each section shall erect all his motors in place ready for
connections. The Contractor, under Division 16, shall mount all
the starters and controls, furnishing the supporting structures
and any required outlet boxes.
15000-3
r
B. Every electrical current consuming device furnished as a part of
this project, or furnished by the Owner and installed in this
project, shall be completely wired up under Division 16.
Verification of exact location, method of connection, number and
size of wires required, voltage requirements, and phase
requirements is the responsibility of the Contractor under
Division 16. If conflicts occur between the drawings and the
actual requirements, actual requirements shall govern.
1.06 MOTORS AND CONTROLS:
A. All motors furnished under any of the several sections of these
specifications shall be of recognized manufacture, of adequate
capacity for the loads involved and wound for the current
characteristics shown on the electrical drawings. All motors
shall conform to the standards of manufacture and performance of
the National Electrical Manufacturers' Association as shown in
their latest publications. They shall further be listed by
Underwriters Laboratories.
B. Unless otherwise noted, the Contractor under Division 16 shall
furnish each motor with a starter and all controls of the types
specified or required. These starters shall be of the totally
enclosed type, of capacity rating within the required limits of
the motors which they are to serve, shall be suitable for the
motor current characteristics and shall provide thermal overload
protection. All starters shall be standard of manufacture and
performance of the National Electrical Manufacturers'
Association. They further shall be listed by Underwriters
Laboratories. Provide overload protection in each phase wire.
1.07 MANUFACTURER'S DIRECTIONS:
A. All manufactured articles shall be applied, installed and
handled as recommended by the manufacturer.
1.08 MATERIALS AND WORKMANSHIP:
A. All materials shall be new unless otherwise specified and of the
quality specified. Materials shall be free from defects. All
materials of a type for which the Underwriters Laboratories,
Inc. have established a standard shall be listed by the
Underwriters Laboratories, Inc. and shall bear their label.
B. Wherever the make of material or apparatus required is not
definitely specified, the Contractor shall submit a sample to
the Engineer before proceeding.
C. The Engineer reserves the right to call for samples of any item
of material offered in substitution, together with a sample of
the specified material, when, in the Engineer's opinion, the
quality of the material and/or the appearance is involved and it
is deemed that an evaluation of the two materials may be better
made by visual inspection. This shall be limited to lighting
fixtures, wiring devices, plumbing brass, grilles, registers,
ceiling outlets and similar items and shall not be applicable to
major manufacturers' items of equipment.
15000-4
r..
^' D. The Contractor shall be responsible for transportation of his
materials to and on the job, and shall be responsible for the
storage and protection of these materials and work until the
roll final acceptance of the job.
I E. The Contractor shall furnish all necessary scaffolding, tackle,
tools and appurtenances of all kinds, and all labor required for
the safe and expeditious execution of his contract.
F. The workmanship shall in all respects be of the highest grade
and all construction shall be done according to the best
practice of the trade.
1.09 SUBSTITUTION OF MATERIAL:
A. Unless noted otherwise, where a definite material or only one
manufacturer's name is mentioned in these specifications, it has
been done in order to establish a standard. The product of the
particular manufacturer mentioned is of satisfactory
construction and any substitution must be of quality as good as
or better than the named article. No substitution shall be made
without review by the Engineer, who will be the sole judge of
equality.
B. The Contractor shall submit for approval a complete list of the
materials he proposes to use. This list shall give
manufacturers' names and designations corresponding to each and
every item and the submission shall be accompanied by complete
descriptive literature and/or any supplementary data, drawings,
etc., necessary to give full and complete details.
C. Should a substitution be accepted under the provisions of the
conditions of these specifications, and should this substitute
prove to be defective or otherwise unsatisfactory for the
service for which it is intended within the guarantee period,
the Contractor who originally requested the substitution shall
replace the substitute material with the specified material.
,.., 1.10 SHOP DRAWINGS:
A. Wherever shop drawings are called for in these specifications,
they shall be furnished by the Contractor for the work involved
after review by the Engineer as to the make and type of material
and in sufficient time so that no delay or changes will be
caused. This is done in order to facilitate progress on the job
and failure on the part of the Contractor to comply shall render
.• him liable to stand the expense of any and all delays, changes
in construction, etc., occasioned by his failure to provide the
necessary details. Also, if the Contractor fails to comply with
this provision, the Engineer reserves the right to go directly
to the manufacturer he selects and secure any details he might
deem necessary and should there be any charges in connection
with this, they shall be borne by the Contractor.
B. Shop drawings will be reviewed by the Engineer for general
compliance with the design concept of the project and general
compliance with the information given in the contract
documents. Review by the Engineer and any action by the
Engineer in marking shop drawings is subject to the requirements
of the entire contract documents. Contractor will be held
15000-5
responsible for quantities, dimensions which shall be confirmed
and correlated at the job site, fabrication processes and
techniques of construction, coordination of all trades and the
satisfactory performance of his work.
C. Shop drawings submitted shall not consist of manufacturers,
catalogues or tear sheets therefrom that contain no indication
of the exact item offered. Rather, the submission -of individual
items shall designate the exact item offered and shall clearly
identify the item with the project.
D. All shop drawings shall be submitted at one time and shall
consist of a bound catalogue of all shop drawings under each
section, properly indexed and certified that they have been
checked by the Contractor.
E. The omissions of any material from the shop drawings which has
been shown on the contract drawings or specified, even though
reviewed by the Engineer, shall not relieve the Contractor from
furnishing and erecting same.
1.11 PROTECTION OF APPARATUS:
A. The Contractor shall at all times take such precautions as may
be necessary to properly protect his new apparatus from damage.
This shall include the erection of all required temporary
shelters to adequately protect any apparatus stored in the open
on the site, the cribbing of any apparatus above the floor of
the construction, and the covering of apparatus in the
incompleted building with tarpaulines or other protective
covering. Failure on the part of the Contractor to comply with
the above. to the entire satisfaction of the Engineer will be
sufficient cause for the rejection of the pieces of apparatus in
question.
1.12 PERMITS, FEES, ETC.:
A. The Contractor under each section of these specifications shall
arrange for a building permit from the City of Lubbock for
record purposes. In as much as all utilities at the site are
owned by the City, there are no connection fees. If any charges
are made by any of the utility companies serving the facility
due to work on this project, the Contractor shall pay these
charges. The Contractor shall pay for any inspection fees or
other fees and charges required by ordinance, law, codes or
these specifications.
1.13 TESTING:
A. The Contractor under each division shall at his own expense
perform the various tests as specified and required by the
Engineer and as required by the State and local authorities.
The Contractor shall furnish all fuel and materials necessary
for making tests.
1.14 LAWS, CODES AND ORDINANCES:
A. All work shall be executed in strict accordance with all local,
state and national codes, ordinances and regulations governing
the particular class of work involved, as interpreted by the
inspecting authority. The Contractor shall be responsible for
the final execution of the work under this heading to suit those
15000-6
r� requirements. Where these specifications and the accompanying
6 drawings conflict with these requirements, the Contractor shall
report the matter to the Engineer, shall prepare any
r' supplemental drawings required illustrating how the: work may be
installed so as to comply and, on approval, make the changes at
no cost to the Owner. On completion of the various portions of
P" the work the installation shall be tested by the constituted
authorities, approved and, on completion of the work, the
Contractor shall obtain and deliver to the Owner a final
certificate of acceptance.
1.15 TERMINOLOGY:
A. Whenever the words "furnish", "provide", "furnish and install,"
"provide and install', and/or similar phrases occur, it is the
intent that the materials and equipment described be furnished,
installed and connected under this Division of the
Specifications, complete for operation unless specifically noted
to the contrary.
B. Where a material is described in detail, listed by catalogue
number or otherwise called for, it shall be the Contractor's
OM responsibility to furnish and install the material.
C. The use of the word "shall" conveys a mandatory condition to the
contract.
�.. D. "This section" always refers to the section in which the
r statement occurs.
` E. "The project" includes all work in progress during the
construction period.
'^ F. "Concealed" areas are those areas which cannot be seen by the
building occupants from the floor with all building components
in place.
r G. "Exposed" areas are all areas which are exposed to view by the
building occupants, including mechanical rooms.
H. In describing the various items of equipment, in general, each
r,. item will be described singularly, even though there may be a
multiplicity of identical or similar items.
1.16 COOPERATION AND CLEANING UP:
A. The contractor for the work under each section of these
specifications shall coordinate his work with the work described
in all other sections of the specifications to the end that, as
r* a whole, the job shall be a finished one of its kinel, and shall
carry on his work in such a manner that none of the work under
any section of these specifications shall be handicapped,
hindered or delayed at any time.
I B. At all times during the progress of the work, the Contractor
shall keep the premises clean and free of unnecessary materials
and debris. The Contractor shall, on direction at any time from
the Engineer, clear any designated areas or area of materials
and debris. On completion of any portion of the work, the
Contractor shall remove from the premises all tools and
machinery and all debris occasioned by the work, leaving the
premises free of all obstructions and hindrances.
15000-7
r
1.17 CUTTING AND PATCHING:
A. All cutting and patching for work under Divisions 15 and 16
shall be done by the Contractor under the section for which the
trade is specified.
1.18 PAINTING:
A. All painting shall be done by the Contractor under Division 9.
Following is a general outline of the required work for
Divisions 15 and 16.
1. When the factory finish on any apparatus or equipment is
marred, it shall be touched up and then given one coat of
half flat half enamel, followed by a coat of machinery
enamel of a color to match the original. Paint factory
primed surfaces.
2. Paint all new exposed pipe, conduit, boxes, cabinets,
hangers and supports and miscellaneous metal.
3. Paint all new exposed sheet metal to match existing.
4. Paint all new insulated surfaces exposed to view, including
piping, equipment, etc. Size surfaces until a smooth, non
grainy surface is obtained.
5. Generally, painting is required on all surfaces such that no
exposed bare metal or insulation surface is visible.
1.19 SEALING AROUND PIPES, CONDUITS, DUCTS, ETC.:
A. The Contractor installing pipes, conduits, ducts, etc. shall
seal all spaces between pipes and/or sleeves where they pierce
walls, partitions or floors with Dow Corning No. 2000 fire
resistant caulk. The packing shall effect a complete fire
and/or air seal where pipes, conduits, ducts, etc., pierce
walls, floors or partitions.
1.20 OWNERS OCCUPANCY:
A. It shall be understood that the building in which the work is to
be done is a necessary part of the Owner's operation, and shall
continue in use throughout the construction period without
interruption. Take all precautions required by the Owner for
the protection of his equipment and property.
B. Contractor shall cooperate with the owner in scheduling areas in
which work is permitted. Owners schedule will govern.
1.21 SCHEDULE OF WORK:
A. The Contractor shall program his work in such manner as to
interfere as little as possible with the normal routine of the
Owner. It must be understood that the Owner will continue to
function throughout the construction period. All water,
electrical and sanitary facilities shall therefore be continued
in operation with a minimum of interruption and the Contractor
shall make any temporary connections necessary to comply with
this requirement.
15000-8
i
r�
1.22 RELOCATION OF EXISTING INSTALLATIONS:
A. There are portions of the existing plumbing system,
heating, ventilating and air conditioning system and
electrical system which shall remain in use to serve the
finished building in conjunction with the indicated new
installations. By actual examination at the site, .each
bidder shall determine those portions of the remaining
present installations which must be relocated to avoid
interferences with the installations of new work of his
r' particular trade and that of all other trades. All such
existing installations which interfere with new
installations shall be relocated by the Contractor tinder
,.• the Division in which the existing material normally
belongs, and in a manner as directed by the Engineer.
For example:
1. Existing plumbing piping, etc. shall be relocated
under Division 15 where it interferes with the
installation of new work.
2. Where existing piping, ductwork, etc, interferef; with
the installation of new work, it shall be relocated
under Division 15.
3. Where existing conduit and electrical equipment
r., interferes with the installation of new work, it
shall be relocated under Division 16.
B. Failure to become familiar with the extent of the
relocation work involved shall not relieve the Contractor
of responsibility and shall not be used as a basis for
additional compensation.
1.23 SALVAGE MATERIALS:
A. The Contractor shall remove existing equipment, piping,
duct, grilles, conduit, wire, junction boxes, light
r, fixtures and other items associated with the mechanical,
plumbing and electrical systems where shown on the
drawings. Where such items are exposed to view or
uncovered by any cutting or removal of general
construction and has no continuing function (as
determined by the Engineer), they shall be removed by the
contractor under the section in which the item normally
r-• falls.
B. Unless noted otherwise, existing items (see above) where
concealed in/above construction which is not disturbed,
abandon in place. Plug, cap, disconnect or otherwise
l render harmless all such items.
l C. All items or materials removed from the project shall be
made available for the Owner's inspection. The Owner
retains the option to claim any item or material.
r
15000-4
Contractor shall deliver any claimed item or material in
good condition to the place designated by the Owner. All
item not claimed become the property of the contractor
and shall be removed from the site.
1.24 INSTALLATION DRAWINGS:
A. It shall be incumbent upon the Contractor to prepare
special drawings as called for elsewhere herein or as
directed by the Engineer to coordinate the work under
each section, to illustrate changes in his work, to
facilitate its concealment in finished spaces to avoid
obstructions or to illustrate the adaptability of any
item of equipment which he proposes to use.
B. These drawings shall be used in the field for the actual
installation of the work. Unless otherwise directed,
they shall not be submitted for approval but three copies
shall be provided to the Engineer for his information.
1.25 ROUGH -IN AND MAKE FINAL CONNECTION FOR EQUIPMENT:
A. The shop drawings for all equipment are hereby made a
part of these specifications. The Contractor under each
section of the specifications shall rough -in for the
exact item to be furnished on the job, whether in another
section of the specifications or by the Owner. The
Contractor shall refer to all drawings and other sections
of the specifications for the scope of work involved for
the new equipment, and by actual site examination
determine the scope of the required equipment connections
for the Owner furnished equipment.
B. Should any of the equipment furnished require connections
of a nature different from that shown on the drawings,
report the matter to the Engineer and finally connect as
directed by the Engineer.
C. Should any shop drawings not be available for equipment
furnished under other contracts or by the Owner, the
Contractor under each section of these specifications
shall bid the work as detailed on the drawings.
D. Minor differences in the equipment furnished and that
indicated on the drawings will not constitute ground for
additional payment to the Contractor.
1.26 OPERATING INSTRUCTIONS:
A. The Contractor for each section of the work hereunder
shall, in cooperation with the representatives of the
manufacturers of the various equipment items, carefully
instruct the Owner's representatives in the proper
operation of each item of equipment and of each system.
During the balancing and adjusting of systems, the
Owner's representative shall be made familiar with all
procedures.
15000-10
r
r` 1.27 OPERATING MANUALS:
A. Prepare and submit 3 copies of the operating manuals
bound in hard covers. Three weeks prior to completion of
r� the work, the Engineer will check the manuals and any
additional material necessary to complete the manuals
shall be furnished and inserted by the Contractor.
B. Manuals shall contain the following data:
1. Catalogue data of all equipment.
2. Shop drawings of all equipment.
3. Temperature control drawings (reduced in size)
4. Start-up instructions for major equipment.
5. Trouble shooting procedures for major equipment.
6. Wiring diagrams.
.•7. Recommended maintenance schedule for equipment.
8. Parts list for all items.
9. Name and address of each vendor..
10. List of fuse sizes required for equipment.
1.28 GUARANTEE:
A. Unless a longer guarantee is hereinafter called for, all
work, material and equipment items shall be guaranteed
for a period of one year after acceptance by the Owner.
All defects in labor and materials occurring during this
period, as determined by the Engineer, shall be replLired
and/or replaced to the complete satisfaction of the
Engineer. Guarantee shall be in writing and in
triplicate.
1.29 COMPLETION REQUIREMENTS:
A. Before acceptance and final payment the Contractor under
each Division of the specifications shall furnish:
1. Accurate record drawings, shown in red ink on blue
line prints furnished for that purpose all changes
from the original plans made during installation of
the work. Drawings shall be filed with the Engineer
when the work is completed.
2. All manufacturers' guarantees.
3. All operating manuals.
4. Guarantees.
5. Test and Balance Report.
1.30 CONTRACTOR'S RESPONSIBILITY FOR FINAL INSPECTION:
I A. Before calling for the final inspection, the Contractor
under each Division shall carefully inspect his work to
be sure it is complete and according to plans and
specifications.
' This Section Prepared by Agnew & Associates, Inc.
End of Section 15000-11
0
F
FSECTION 16110 - RACEWAYS AND FITTINGS
PART 1 - GENERAL
1.01 NOTE:
A. Conform with applicable provisions of the General Conditions,
Special Conditions, General Requirements, and Supplemental
Conditions.
1.02 SUBMITTALS:
A. Submit manufacturer's data on all materials.
1.03 SCOPE:
A. The work shall include furnishing and installing all rigid steel
and flexible metallic conduit, intermediate metallic conduit,
electrical metallic tubing, polyvinyl chloride conduit,
wireways, pull and junction boxes and outlet boxes, together
with all supporting devices and other accessories required.
PART 2 - PRODUCTS
2.01 CONDUITS:
A. Rigid Steel Conduit: Rigid, threaded, thick -wall; galvanized
inside and outside or galvanized outside with a protective
coating inside; UL listed and labeled according to Standard UL6;
conforming to ANSI Standard C80.1; Pittsburg, Republic Steel,
Robroy or Allied.
B. Electrical Metallic Tubing (EMT): Steel tubing, galvanized
outside and provided with a slick corrosion resistant interior
coating; UL listed and labeled according to Standard 797;
conforming to ANSI Standard C80.3; Pittsburg, Republic Steel,
Robroy or Allied.
C. Flexible Metal Conduit: Spirally wound with hot dip galvanized
steel strips (commercial Greenfield); conforming to UL Standard
UL 1 and UL listed and labeled; Triangle Conduit and Cable
Company,.or equivalent.
D. Liquidtight Flexible Metal Conduit: Spirally wound with hot dip
r galvanized steel strips as for flexible metal conduit; with
l polyvinyl chloride cover extruded over the exterior to make
condit liquidtight; UL listed; Electri-flex type "IA" or
r• equivalent.
2.02 CONDUIT FITTINGS:
A. Couplings and Terminations for Rigid Steel Conduit: Factory
made steel threaded couplings; bushing at all boxes and
cabinets, with locknuts inside and outside box or cabinet.
B. Couplings and Terminations for Electrical Metallic Tubing: Join
lengths of EMT with steel compression type couplings and
connectors where exposed to the weather or in wet locations.
Otherwise use steel, set -screw couplings and connectors. The
connectors shall have insulated throats or a smooth interior so
as not to damage the insulation during wire pulling operations.
r
16110-1
1^
d.
C. Couplings and Terminations for Flexible Metal Conduit: T & B
440 Series couplings at connections between flexible and rigid
conduit; T & B 3110 or 3130 Series nylon insulated throat,
steel connectors at box or cabinet terminations.
D. Couplings and Terminations for Liquidtight Flexible Metal
Conduit: T & B 5271 Series adapters at connections between
flexible and rigid conduit; T & B 5331 Series'nylon insulated
throat, steel connectors. at box or cabinet terminations.
2.03 WIREWAYS:
A. Interior Use: UL listed; enamel finished; sizes shown or
required; screw covers; complete with all fittings, couplings,
hangers and accessories; Square D, General Electric, or
equivalent
B. Exterior Use: UL listed; enamel finished; sizes shown or
required; removable front cover which.is gasketed; weatherproof
rainhood.
2.04 PULL BOXES AND JUNCTION BOXES:
A. Sheet steel, galvanized inside and outside, with galvanized
covers.
B. Small Boxes: For boxes where the volume required is not over
100 cubic inches, use standard outlet boxes.
C. Larger Boxes: For boxes where the volume required is over 100
cubic inches, use cabinets as specified for panelboard cabinets
with covers of same gauge as boxes, secured with corrosion
resistant bolts or screws.
PART 3 - EXECUTION
3.01 INSTALLATION OF BUILDING RACEWAYS:
A. All wiring of every description shall be run in conduit or
electrical metallic tubing unless noted or specified otherwise.
Conduits may be run exposed in machinery and electrical rooms
and unfinished areas. All other conduits shall be run concealed
unless otherwise noted. All exposed runs shall be installed
parallel to the surface of the building in a neat and orderly
manner.
B. Types: All conduits installed in wet or damp locations, or on
roofs shall be rigid galvanized steel conduits. Above grade
interior conduits shall be rigid galvanized steel conduit,
intermediate metal conduits. In sizes up to and including
1-1/2", electrical metallic tubing may be used in dry locations
where not subject to mechanical damage. EMT may be used in air
conditioned spaces, such as accessible ceilings,,dry wall
partitions and exposed where 6' above the floor. EMT shall not
be used outside, in concrete, underground, in underfloor spaces,
in locations likely to be damp, or exposed within 6' of the
floor. Conduits installed below grade in slabs or buried in
earth shall be PVC or rigid galvanized steel.
C. Sizes: Size and install raceways so that conductors may be
drawn in without injury or excessive strain. Make field bends
with approved bending devices. Do not install bends or offsets
16110-2
I
r
in which conduit is crushed, deformed or otherwise injured.
L.
Sizes of conduits shown on the drawings are minimum sizes to be
installed.
D. Connections: Use lengths of flexible metal conduit, not less
than 12" long at final connections to all motors, generators,
controls and other devices subject to movement because of
vibration or mechanical adjustment. Use flexible metal conduit
also at connections to recessed lighting fixtures, and elsewhere
as required. In damp or wet locations, and where installed
outdoors, use liquidtight flexible metal conduit.
E. Around Heat Producing Equipment: Do not install raceways within
3" of steam and hot water pipes, breeching and flues, except
where crossings are unavoidable, and then keep raceways at least
1" from insulation on the pipe, breeching or flue crossed.
Wherever possible, avoid installing raceways directly above or
in close proximity to boilers and other like objects operating
at high temperatures.
F. Damp or Wet Locations: In damp or wet locations make every
effort to avoid installing raceways in a manner which will
create moisture traps. Where they must be so installed, seal
both ends of raceways with an approved sealing compound to
prevent "breathing" and moisture condensation within the
raceways.
G. Different Systems: In systems operating at more than 300 volts
between phase conductors, where different phase conductors are
to be run to a common gang wall switch box, install a separate
conduit for each different phase wire and its return switch leg,
and provide substantial barriers between adjacent switches in
the box so that two different phase wires will not be the same
compartment.
H. Joining Rigid Conduits: Join with threaded couplings. Ream out
all conduit ends after threading. Secure rigid conduits at
panel boxes, junction boxes, pull boxes, switchboards, support
boxes, or sheet metal outlet boxes by galvanized locknuts,
r,
inside and outside, with insulating bushing inside. Unthreaded
set screw type couplings or connectors are not acceptable in
rigid conduit systems. No running threads shall be used
anywhere in conduit systems.
I. Protection of Raceways: Seal ends of all raceways with blank
discs ("pennies"), push pennies or other approved closers during
construction. Do not pull any conductors into raceways until
all plastering in the vicinity is completed. Swab out all
raceways before pulling in conductors.
J. Penetrations: Wherever raceways pass through floors, walls
partitions, etc., carefully fill any space between the outside
of.the raceway and the building material to prevent passage of
air, water, smoke and fumes. Filling material shall be fire
resistive and, in general, similar to the basic building
materials through which the raceway passes.
3.02 CONDUIT SUPPORTS:
A. Support spacing:
Electrical Code,
r, by conditions.
Use minimum spacing as directed by National
but space hangers more closely where required
16110-3
B. Vertical conduit risers: Support vertical conduits at each
floor by means of riser clamps or U-bolts, clamping them to a
steel channel bridging the opening in the floor.
C. Individual Conduits: Support conduits running vertically or
horizontally with galvanized malleable iron one hole clamps.
Carry individually supported horizontal conduits 1-1/4" and
larger on Kindorf No. 150 or Steel City No. C-149 hangers. Use
no perforated strap iron as hanger material. Where conduits
smaller than 1-1/4" are installed above metal lath and plaster
ceilings or mechanically suspended dry ceilings of the
non -removable type, they may be supported on ceiling runner
channels. Where conduits smaller than 1-1/4" are installed
above removable ceilings, attach them to the structure or bar
joists (where present) or support them on threaded hanger rods
with clips. Do not use any wire to support conduits or to attach
conduits to supporting members. Locate conduits a sufficient
distance above the ceiling to permit removal of the ceiling
panels. Locate them so as not to hinder access to mechanical
and electrical equipment through the ceiling panels.
D. Multiple Conduits: Where multiple raceways are run horizontally
at the same elevations, they may be supported on trapezes formed
of sections of Unistrut angle iron or channels suspended on rods
or pipes. Size trapeze members including the suspension rods
for the number size and loaded weight of the conduits they are
to,support. Space them as required for the smallest conduit
supported.
3.03 INSTALLATION OF PULL AND JUNCTION BOXES:
A. Sizing: Size all pull and junction boxes in accordance with
NEC, using larger sizes than required by code where job
conditions so indicate.
B. Mounting: Fasten all boxes securely to the building
construction, independent of conduit systems. On concealed
conduit systems where boxes are not otherwise accessible, set
box covers flush with finished surfaces for access.
This Section Prepared by Agnew & Associates, Inc.
End of Section 16110-4
F
7 SECTION 16120 - CONDUCTORS
PART 1 - GENERAL
1.01 NOTE:
A. Conform with applicable provisions of the General Conditions,
Special Conditions, General Requirements, and Supplemental
Conditions.
1.02 SUBMITTALS:.
A. Submit manufacturer's data on all materials.
1.03 SCOPE:
A. The work shall include the furnishing of all conductors,
together with all splices, connections, identification,
including pulling devices.
PART 2 - PRODUCTS
2.01 CONDUCTORS (600 VOLTS AND UNDER):
A. Type: Soft drawn, annealed copper, UL listed, rated at 600
volts, continuous without weld, splice or joint, uniform
cross-section, free from flaws, scale and other imperfections;
Okonite, Triangle, Anaconda or Simplex. No. 8 and larger shall
be stranded; No. 10 and smaller shall be solid.
B. Insulation: Branch circuits shall have type TW, THW, THHN or
THWN insulation unless the type is specifically designated or
l specified. Service feeders shall be type THW or THWN. Feeder
l circuits shall be Type THW or THWN.
C. Circuits Subjected to High Temperatures: Type THHN or THWN
conductors for wiring in proximity to boilers, and for motors
and devices subject to high temperature because of high ambient
temperature or convection or radiant heat.
D. Lighting Fixture Conductors: Type and size approved by the NEC
for the purpose.
2.02 JOINTS AND SPLICES:
A. Stranded Copper Conductors: UL approved solderless bolted
pressure connectors or Thomas and Betts Series 54000 compression
connectors. All connectors shall be of proper sizes to match
conductor sizes. All compression connectors shall be applied
with properly sized dies and tools. Split -bolt connectors are
not acceptable.
B. Solid Copper Conductors: UL approved solderless bolted pressure
connectors; or UL approved electrical spring connectors of
"Scotchlok", Ideal or T & B "Piggy" make. All connectors shall
be of proper sizes to match conductor sizes. Split bolt
connectors are not acceptable.
2.03 COLOR CODING:
A. Use standardized color -coding of conductors throughout. All
color coding shall be continuous for the entire length of the
conductors, and shall be permanent and readily distinguished
after installation. In cases where the specified colors of
insulated wire and cable are unavailable, such conductors shall
16120-1
be color -coded, as specified above, by means of Brady, or
equivalent, slip-on colored plastic sleeves or plastic tape at
all pull boxes, support boxes, outlet boxes, panelboards, and
other terminal and splicing points.
B. Neutral conductors shall be white or natural grey. Grounding
conductors shall be green, or green with one or more yellow
stripes.
C. Phase conductors shall be black, red and blue for phases, A, B,
and C respectively in the 208 volt system.
D. Phase conductors shall be yellow, brown and orange for phases A,
B, and C respectively in the 480 volt system.
PART 3 - EXECUTION
3.01 WIRE PULLING:
A. Wire Pulling: Provide suitable installation equipment for
pulling conductors into raceways or conduits. Use ropes of
polyethylene, nylon or other suitable material to pull in
conductors. Attach pulling lines to conductors by means of
woven basket grips or by pulling eyes attached directly to
conductors. All conductors to be installed in a single conduit
shall be pulled in together. Pull no conductors into conduits
until all work of a nature which may cause injury to conductors
is completed. Use an Underwriters' listed cable pulling
compound where necessary.
B. Cable Lubricants: All cable lubricants shall be UL listed, and
shall be certified by their manufacturer to be non -injurious to
the insulation on which they are used.
C. Pulling Devices in Empty Raceways: Provide in every empty
raceway, not containing conductors to be installed by this
Contractor, a suitable pull line to facilitate future
installation of wiring. Lines shall be free from splices and
shall have ample exposed length at each end. Identify each end
of each line with a linen tag bearing complete information as to
the purpose of the raceway and the location of its other end.
All lines shall be nylon or polyethylene cord with a tensile
strength not less than 200 pounds.
3.02 INSTALLATION OF BUILDING WIRE (600 VOLTS AND UNDER):
A. Feeders Run all feeders their entire length in continuous
pieces without joints or splices, insofar as practicable. Make
joints in branch circuits only where circuits divide as shown on
drawings. Such joints shall consist of one through circuit to
which shall be spliced the tap circuit.
B. Branch Circuits: Not more than one power or lighting circuit
shall be installed in a single conduit, except that one 3-wire
circuit or one 4-wire circuit consisting of 2 different phase
wires and a common neutral or 3 different phase wires and a
common neutral may be installed in a single conduit. This
provision shall not prohibit the installation in a single
conduit of all conductors of a circuit with three- and four-way
switching.
16120-2
7
C. Sizes: No wire shall be smaller than No. 12 except for signal
or control circuits, and except for individual lighting fixture
taps as permitted by the National Electrical Code.
D. Receptacle and Motor Branch Circuits: No. 12 conductors unless
noted or scheduled otherwise.
E. Home runs on 120 volt, 20 ampere Lighting Branch Circuits:
Where length of run from panelboard to first lighting outlet
exceeds 75 feet use No. 10 conductors; otherwise use No. 12
t
conductors.
F. Power and Lighting circuits of different system voltages (eg.
208Y/120 and 480Y/277 volts) shall not occupy the same conduit.
G. Joints and Splices: Make joints and splices only where
necessary and only at outlet boxes and'pull boxes. All joints
r-
shall be mechanically and electrically secure. After a joint or
splice is complete, insulate it with Okonite rubber tape, and
Manson friction tape to make the insulation of the joint or
splice equal to that of the conductor. In lieu of this, 3M
Company's "Scotch" No. 33 vinyl plastic tape may be: used if
-
applied in at least four layers (half lapped in two directions),
with all larger splices, terminals, sharp corners and voids
being first protected by application of "Scotchfil" insulating
putty.
H. Conductor splices in wet locations shall be made in accordance
with the conductor manufacturer's recommendations.
I. Identifying Tags: Non-ferrous; stamped to clearly identify each
circuit. Securely fasten tags to all cables, feeders and power
circuits in pull boxes, lighting, power and distribution
r
panelboards, etc.
J. Bundling Conductors: Bundle all conductors in panelboards,
cabinets and the like, using marlin twine lacing or nylon straps
made for the purpose. Bundle conductors larger than No. 10 in
4
individual circuits. Bundle smaller conductors in larger
groups.
K. Cable Supports and Boxes: Install cable supports and boxes for
all vertical conductors in accordance with National Electrical
R
Code requirements. Boxes shall be of heavy galvanized steel
plate construction, not less than No. 10 USS gauge, riveted to
an angle iron frame. Removable box covers shall be secured with
corrosion -resistant screws. For cables without a metallic
sheath, cable supports shall be of the split wedge type which
clamps each conductor firmly and tightens due to the weight of
r
cable. For cables with metallic sheath, a basket weave or equal
type of support shall be provided as approved by the cable
_
manufacturer.
This Section Prepared by Agnew & Associates, Inc.
End of Section 16120-3
0
7 SECTION 16140 - WIRING DEVICES
PART 1 - GENERAL
1.01 NOTE:
A. Conform with applicable provisions of the General Conditions,
Special Conditions, General Requirements, and Supplemental
Conditions.
1.02 SUBMITTALS:
A. Submit manufacturer's data on all materials.
1.03 SCOPE:
R.... A. Furnish and install in suitable outlet boxes, the wiring devices
indicated, complete with lamps, coverplates, etc. All shall be
properly connected to conductors so as to be operable.
r PART 2 PRODUCTS
2.01 MATERIALS:
A. Acceptable Manufacturers: The catalog numbers listed herein are
generally of Hubbell manufacture. Equivalent devices of
Arrow -Hart, Pass and Seymour or General Electric are also
acceptable.
B. Classification: All wiring devices shall be "Specification
Grade", and shall be UL listed.
C. Colors: All devices shall have an ivory finish where mounted in
r' walls finished in light colors and a brown finish where mounted
in walls finished in dark colors.
F
2.02 WALL SWITCHES:
A. For loads not exceeding 1500 watts at 120 volts or 3000 watts at
277 volts:
DEVICE HUBBELL CATALOG NO
a. Single pole wall switch 1201 or 1201-I
b. Three-way wall switch 1203 or 1203-I
B. For loads exceeding above listing:
DEVICE HUBBELL CATALOG NO.
a. Single pole wall switch 1221 or 1221-I
b. Three-way wall switch 1223 or 1223-I
2.03 RECEPTACLES:
A. Receptacle, 15 ampere, 125 volt, 2 pole, 3 wire grounding
duplex: Hubbell No 5262 or 5262-I (NEMA 5-15R).
B. Receptacle, 15 ampere, 125 volt, 2 pole, 3 wire grounding duplex
with self-contained ground fault circuit interrupter: Hubbell
No. GF 5262 or GF 5262-I (NEMA 5-15R).
16140-1
C. Outdoor receptacle with self-contained ground fault circuit
interrupter: Hubbell No. GFA315.
2.04 OTHER DEVICES:
A. Weatherproof Devices: Provide the specified device in FS box
with a gasketed cast aluminum or cast alloy coverplate having a
lift cover.
2.05 COVERPLATES:
A. For Flush Mounted Devices: Sierra Electric Corporation "S-Line"
0.040" stamped satin stainless steel.
PART 3 - EXECUTION
3.01 CIRCUIT IDENTIFICATION:
A. At each wiring device, install a label on the inside of the
coverplate which shall identify the panel and circuit number to
which the device is finally connected. The labels shall be made
on the job with indent type Dynamo adhesive tape. Attach the
label to the plate with contact cement or�other suitable
adhesive material. In lieu of a label, the panel and circuit —
number may be marked on the inside of the coverplate with an
indelible pencil.
3.02 MOUNTING HEIGHTS:
A. Where mounting heights are indicated on the drawings, the device
shall be installed with the centerline of the device at the
indicated height.
B. Unless otherwise noted on the drawings, or directed by the
Architect, install devices at the following heights.
DEVICE MOUNTING HEIGHT
Wall Switch 4'6"
Receptacle 12"
This Section Prepared by Agnew & Associates, Inc.
End of Section 16140-2