Loading...
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