HomeMy WebLinkAboutResolution - 5882 - Contract - Hamilton Roofing Company - Roof Renovations, LIA - 06_11_1998Resolution No.5882
Item No. 24
June 11, 1998
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 with Hamilton
Roofing Company of Lubbock, TX, to install and furnish all materials and services as bid
for the roof renovations at Lubbock International Airport, and all related documents.
Said Contract is attached hereto and incorporated in this Resolution as if fully set forth
herein and shall be included in the minutes of the Council.
Passed by the City Council this 11th day of June
MAX L. INCE
ATTEST: MAYOR PRO TEM
APPROVED AS TO CONTENT:
Victor Kilman, Purchasing Manager
APPROVED AS TO FORM:
i liam de Haas, Municipal Contracts Attorney
WdAk/Hamilton,Roof-Airport Res.doc
ccdocWune 2, 1998
1998.
r
2e5��88Z.
CITY OF LUBBOCK
SPECIFICATIONS FOR
ROOF RENOVATIONS AT LUBBOCK INTERNATIONAL AIRPORT
BID #98110
«' 0�c
CITY OF LUBBOCK
Lubbock, Texas
, pa
1
P.O. Box 2000
PM Lubbock. Texas 79457
(806) 775-2167 • Fax (806) 775-2164
i
E
F
r
l c
The following items take precedenc
Where any item called for in the IT
ITB #98110, Addendum 91
Office of
Purchasing
ADDENDUM #9
ITB #98110
ROOF RENOVATIONS AT LUBBOCK
INTERNATIONAL AIRPORT
AXED TO VENDOR: May 22, 1998
LOSE DATE: May 26, 1998 @ 2:00 PM
B
THIS ADDENDUM WITH YOUR BID
Addendum No. 1
Roof Renovations for Lubbock International Airport
Bid # 98110
City of Lubbock
Item 1: The Tamko roof specification number to be used shall be 107FR.
Item 2: Contract time to execute the specified work shall be extended to
45 consecutive calendar days, as shown on the lump sum contract.
Item 3: Contractors are instructed to submit along with their required bid
documents the unit prices as requested in Section 01020 BID ITEMS.
Submit unit prices on company letterhead stationery.
Item 4: The substitution request form identified in Section 01600 is not
applicable to this project - disregard.
Item 5: Existing sand bags which are salvageable are to be turned over to the
owner. Unsalvageable bags are to be disposed of by contractor.
Item 6: It is the intent of the plans and specifications that the existing wood
nailers are to be removed and replaced with new nailers as specified.
There shall be no unnecessary gaps, either vertically or horizontally,
between existing and new nailers. Once removed, existing 2x nailers
may be ripped and properly fastened to tops of new nailers so to
flush out to specified heights.
Item 7: No submittal schedule will be required on this project. Submittal data
will be required to be delivered to architect within 10 calendar days
after contractor has signed construction agreement and prior to Notice
to Proceed.
r
7
i
i
CITY OF LUBBOCK
INVITATION TO BID
FOR
TITLE: ROOF RENOVATIONS AT LUBBOCK INTERNATIONAL AIRPORT
ADDRESS: LUBBOCK, TEXAS
BID NUMBER: 98110
PROJECT NUMBER: 9624.9211.30000
CONTRACT PREPARED BY: PURCHASING DEPARTMENT
i
7
r
1.
2.
3.
4.
r
t: 5
6.
7.
8.
9.
10
rr
1
is
r
f
L
NOTICE TO BIDDERS
GENERAL INSTRUCTIONS TO BIDDERS
BID SUBMITTAL — BID FOR LUMP SUM CONTRACTS
PAYMENT BOND
PERFORMANCE BOND
CERTIFICATE OF INSURANCE
CONTRACT
GENERAL CONDITIONS OF THE AGREEMENT
CURRENT WAGE DETERMINATIONS
SPECIFICATIONS
No Text
r
P
P`
t
r
I
NOTICE TO BIDDERS
BID #98110
Sealed bids addressed to Victor Kilman, Purchasing Manager, City of Lubbock, Texas, will be received in the
office of the Purchasing Manager, Municipal Building, 1625 13th Street, Room L-04, Lubbock, Texas, 79401, until 2:00
o'clock p.m. on the 26th day of May,1998, or as changed by the issuance of formal addenda to all planholders, to
furnish all labor and materials and perform all work for the construction of the following described project:
"ROOF RENOVATIONS AT LUBBOCK INTERNATIONAL AIRPORT"
After the expiration of the time and date above first written, said sealed bids will be opened in the office of the
Purchasing Manager and publicly read aloud.
It is the sole responsibility of the bidder to insure that his bid is actually in the office of the Purchasing Manager for
the City of Lubbock, prior to the expiration of the date above first written.
The City of Lubbock will consider the bids on the 11th day of June, 1998, at the Municipal Building, 1625 13th
Street, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all bids
and waive any formalities. The successful bidder will be required to furnish a performance bond in accordance with
Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price
exceeds $100,000 and the successful bidder will be required to furnish a payment bond in accordance with Chapter 2253,
Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000.
Said statutory bonds should be issued by a company carrying a current Bag Ratina of B or su e�rio_r, as the rating of the
bond company is a factor that will be considered in determination of the lowest responsible bidder.
Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's or certified
check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without
recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the bid submitted as a
guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within 10 days after notice of
award of the contract to him.
It shall be each bidders sole responsibility to inspect the site of the work and to inform himself regarding all local
conditions under which the work is to be done. It shall be understood and agreed that all such factors have been
thoroughly investigated and considered in the preparation of the bid submitted. There will be a pre -bid conference on �i
r- day of May, at 10:00 o'clock a.m., in the L04 - Purchasing Conference Room, Lubbock, Texas
i
r Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included
in the contract documents on file in the office of the Purchasing Manager of the City of Lubbock, which document is
specifically referred to in this notice to bidders. Each bidder's attention is further directed to provision of Article 5159a,
Vernon's Ann. Civil St., and the requirements contained therein concerning the above wage scale and payment by the
1 contractor of the prevailing rates of wages as heretofore established by owner in said wage scale.
r. The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this
i advertisement, minority and women business enterprises will be afforded equal opportunities to submit bids in response to
i this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in
consideration for an award.
r�
r
a
The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -bid meetings and
bid openings are available to all persons regardless of disability. If you would like bid information made available in a more
accessible format or if you require assistance, please contact the City of Lubbock Human Relations Office at (806) 767-
2281 at least 48 hours in advance of the meeting.
C TY OF LU CK
VICTOR KIL N
PURCHASIN MANAGER
Bid documents may be obtained upon request from the Purchasing Department at 1625 13th Street,
Room L-04, Lubbock, Texas 79401; Telephone (806) 775-21671Fax (806) 775-2164.
Z
r
r
f-
i
i
F
SCOPE OF WORK
The contractor shall fumish all labor, superintendence, machinery, equipment and all materials necessary to
complete this project in accordance with contract documents for the ROOF RENOVATIONS AT LUBBOCK
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.
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.
= � � _ ; ►L�Iill�i��
No bidder shall request any information verbally. All written requests for additional information or clarification
concerning this bid must be addressed to:
RON SHUFFIELD
SENIOR BUYER
CITY OF LUBBOCK
P.O. BOX 2000
LUBBOCK, TX 79457
FAX (806) 775-2164
The construction covered by the contract documents shall be fully completed within 45 (FORTY-FIVE) consecutive
calendar days from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful
bidder.
r611 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the
City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the
contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by
the City that the progress of the work is not in accordance with the progress schedule so submitted, the City may
direct the Contractor to take such action as the City deems necessary to insure completion of the project within the
time specified.
6. PAYMENT
4
All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the
" contract documents.
i
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.
* MtHAMMI
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 fall to be sufficiently complete in some detail will not relieve —
the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until
incorporated into the project. The presence or absence of a representative of the City on the site will not relieve
the Contractor of full responsibility of complying with this provision. The specifications for materials and methods
set forth in the contract documents provide minimum standards of quality which the Owner believes necessary to
procure a satisfactory project.
9. SUARANTEES
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).
Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants
fault -free performance and fault -free result in the processing date and date -related data (including, but not limited
to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services
provided under this Contract, individually or in combination, as the case may be from the effective date of this
Contract. Also, the Contractor warrants the year 2000 calculations will be recognized and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may
require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to comply with all
the obligations contained herein.
The obligations contained herein apply to products and services provided by the Contractor, its sub -contractor or
any third party involved in the creation or development of the products and services to be delivered to the City of
Lubbock under this Contract. Failure to comply with any of the obligations contained herein, may result in the City
of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its
right pertaining to termination or default.
The warranties contained herein are separate and discrete from any other warranties specified in this Contract,
and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the Contractor's liability
which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated
in this Contract by reference.
•- M , Rd 0 iiUOMR, OR Lei -
The contractor will be furnished one set of plans and specifications, and related contract documents for his use
during construction. Plans and specifications for use during construction will only be furnished directly to the
Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or —
others, as required for proper prosecution of the work contemplated by the Contractor.
r
The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials,
supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any
and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the
date the City issues its certificate of completion to Contractor. The City reserves the right, after the bids have
been opened and before the contract has been awarded, to require of a bidder the following information:
(a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by
the intended contract and all work in progress with bond amounts and percentage completed.
(b) A sworn statement of the current financial condition of the bidder.
(c) Equipment schedule.
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.
CThe Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials
to be incorporated into the work without paying the tax at the time of purchase.
13. PROTECTION OF SUBSURFACE LINES AND STRUCTURES
It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a
r' way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or
other underground structures which might or could be damaged by Contractor during the construction of the
project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the
location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve
the Contractor of his responsibilities aforementioned. All such underground lines or structures cut or damaged by
Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by
Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense.
14. BARRICADES AND SAFETY MEASURES
The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and
shall take such other precautionary measures for the protection of persons, property and the work as may be
necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs,
,., and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and
f replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of
barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of
acceptance of the project.
i
15. EXPLOSIVES
The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from
i 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
r" 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.
k
In all cases where explosives are to be used during the construction of the project contemplated by this contract, it _
shall be the duty of the Contractor to notify each utility company having structures (above or below the ground) in
proximity to the site of the work of Contractor's intention to use explosives, and such notice shall be given
sufficiently in advance to enable the companies to take such steps as they may deem necessary to protect their
property from injury. Such notice, however, shall not relieve the Contractor of responsibility for any damage
resulting from his blasting operations.
16. CONTRACTOR'S REPRESENTATIVE
The successful bidder shall be required to have a responsible local representative available at all times while the
work is in progress under this contract. The successful bidder shall be required to furnish the name, address and
telephone number where such local representative may be reached during the time that the work contemplated by
this contract is in progress. —
17. INSURANCE
The Contractor shall not commence work under this contract until he has obtained all insurance as required in the -
General Conditions of the contract documents, from an underwriter authorized to do business in the State of
Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of
cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All -'
policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor
shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as
hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall
be carried with an insurance company authorized to transact business in the State of Texas and shall cover all
operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate
policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each
and all coverage's shall be submitted prior to contract execution.
The insurance certificates furnished shall name the City as an additional Insured, or in the alternative,
shall be accompanied by a statement from the Contractor to the effect that no work on this particular —
project shall be subcontracted. It shall be the contractors responsibility to provide to the owner all proof
of coverage insurance documents including workers compensation coverage for each subcontractor.
18. LABOR AND WORKING HOURS
Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included
in these contract documents. The wage rate which must be paid on this project shall not be less than specified in
the schedule of general prevailing rates of per diem wages as above mentioned. The bidders' attention is further
directed to the requirements of Article 5159a, Vernon's Annotated Civil Statutes providing for the payment of the
wage schedules above mentioned and the bidder's obligations thereunder. The inclusion of the schedule of
general prevailing rate of per diem wages in these contract documents does not release the Contractor from
compliance with any wage law that may be applicable. Construction work under this contract requiring an
inspector will not be performed on weekends or holidays unless the following conditions exist:
(1) The project being constructed is essential to the City of Lubbock's ability to provide the necessary service
to its citizens.
(2) Delays in construction are due to factors outside the control of the Contractor. The Contractor is
approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort
to complete the contract within the allotted time.
Before construction work requiring an inspector is to be performed on weekends or holidays, the Contractor must
notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires
to do work and obtain written permission from the Owner's Representative to do such work. The final decision on
whether to allow construction work requiring an inspector on weekends or holidays will be made by the Owner's
Representative.
r
22
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.
The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project.
under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount,
not less often than once each week. The Contractor and each of his subcontractors engaged at the site of the
work shall not later than the seventh day following the payment of wages, file with the Owner's Representative, or
Engineer, a certified, sworn, legible copy of such payroll. This shall contain the name of each employee, his
classification, the number of hours worked on each day, rate of pay, and net pay. The affidavit shall state that the
copy is a true and correct copy of such payroll, that no rebates or deductions (except as shown) have been made,
or will in the future be made from the wages paid as shown thereon. The Contractor must classify employees
according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which
schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on
whose behalf this contract is made, ten dollars for each laborer, workman, or mechanic employed for each
calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his
particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these
contract documents.
Bids submitted containing any conditions which provide for changes in the stated bid price due to increases or
decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the
bidder without being considered.
The bidder shall submit his bid on forms furnished by the City. All blank spaces in the form shall be correctly filled
in and the bidder shall state the price both in words and numerals, for which he intends to do the work
contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or
typewritten. In case of discrepancy between the price written in words and the price written in figures, the price
written in words shall govern. If the bid is submitted by an individual, his name must be signed by him or his duly
authorized agent. If a bid is submitted by a firm, association, or partnership, the name and address of each
member must be given and the bid signed by a member of the firm, association or partnership, or person duly
authorized. If the bid is submitted by a company or corporation, the company or corporate name and business
address must be given, and the bid signed by an official or duly authorized agent. Powers of attorney authorizing
agents or others to sign bids must be properly certified and must be in writing and submitted with the bid. The bid
shall be executed in ink.
Each bid shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and endorsed
on the outside of the envelope in the following manner:
(a) Bidder's name
(b) Bid for (description of the project).
Bid submittals may be withdrawn and resubmitted at any time prior to the time set for opening of the bids, but no
bid may be withdrawn or altered thereafter.
BOUND COPY OF CONTRACT DOCUMENTS
Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the
following:
(a) Notice to Bidders.
(b) General Instructions to Bidders.
(c) Bidder's Submittal.
(d) Statutory Bond (if required).
(e) Contract Agreement.
(f) General Conditions. --
(g) Special Conditions (if any).
(h) Specifications.
(i) Insurance Certificates.
0) 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.
The bidder may be required before the award of any contract to show to the complete satisfaction of the City of
Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein
in a satisfactory manner. The bidder may also be required to give a past history and references in order to satisfy
the City of Lubbock in regard to the bidder's qualifications.' The City of Lubbock may make reasonable
investigations deemed necessary and proper to determine the ability of the bidder to perform the work, and the
bidder shall furnish to the City of Lubbock all information for this purpose that may be requested. The City of
Lubbock reserves the right to reject any bid if the evidence submitted by, or investigation of, the bidder fails to --
satisfy the City of Lubbock that the bidder is properly qualified to carry out the obligations of the contract and to
complete the work described therein. Evaluation of the bidder's qualifications shall include:
1. The ability, capacity, skill, and financial resources to perform the work or provide the service required,
2. The ability of the bidder to perform the work or provide the service promptly or within the time specified,
without delay or interference.
3. The character, integrity, reputation, judgment, experience, and efficiency of the bidder.
4. The quality of performance of previous contracts or services,
No Text
I
I
BID SUBMITTAL
LUMP SUM BID CONTRACT
PLACE: Lubbock, Texas
DATE: May 26, 1998
PROJECT NUMBER: #98110 - ROOF RENOVATIONS AT LUBBOCK INTERNATIONAL AIRPORT
r
Bid of H Construction Systems, Inc. d.b.a Hamilton Roofing Cpmgancy
ereinaerfled Bidder)
To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner)
Gentlemen:
The Bidder, in compliance with your invitation forbids for the construction of a Roof Renovations at
Lubbock International Airport
r- having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract
documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of
the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and
supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time
set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required
under the contract documents.
MATERIALS:Forty Five Thousand Dollars ($ 45,000.00
SERVICES: Seventy One Thousand Four Hundred Dollars ($ 71,400.00
One Hundred Sixteen Thousand Four HundreRollars 116 400.00
TOTAL BID: ($
(Amount shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.)
t Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written
"Notice to Proceed" of the Owner and to fully complete the project within 45 (FORTY-FIVE) consecutive calendar days
thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner
as liquidated damages the sum of $500.00 (FIVE HUNDRED DOLLARS) for each consecutive calendar day in excess of
the time set forth hereinabove for completion of this project, all as more fully set forth in the general conditions of the
r.. contract documents.
Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with
rinstruction number 21 of the General Instructions to Bidders.
Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the
F
bidding.
F
F. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days
after the scheduled closing time for receiving bids.
The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the
plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to
commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on
which he has bid; as provided in the contract documents.
Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or
certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable
without recourse to the order of the City of Lubbock in an amount not less than five percent (5% ) of the total amount of
the bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within
_ (ten) 10 days after notice of award of the contract to him.
Enclosed with this bid is a Cashier's Check or Certified Check for N.A.
Dollars ($ N.A. ) or a Bid Bond in the sum of Five Percent Dollars ($ 57, ),
which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the bid is accepted by
the Owner and the undersigned fails to execute the necessary contract documents and the required bond (if any) with the
Owner within ten (10) days after the date of receipt of written notification of acceptance of said bid; otherwise, said check
or bond shall be returned to the undersigned upon demand.
Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract
documents made available to him for his inspection in accordance wit the Nottic je to Bidders.
%�/ TtL�-�
Authorized Signature
�f'
Louis W. Howell,
II
(Printed or Typed Name)
H Construction Systems, Inc.
d.b.a. Hamilton
Roofing Company
Company
P.O. Box 2703
Address
Lubbock
Lubbock
City,
Countyty
Texas
79408
State
Zip Code
Telephone: 806 _
763-9375
Fax: 806 7-7-M-0640
(Seal if Bidder is a Corporation)
ATTE :
Secretary
Bidder acknowledges receipt of the following addenda:
Addenda No. One Date 5 - ? 9 - 9 R
Addenda No. Date
Addenda No. Date
Addenda No. Date
2
LIST OF SUBCONTRACTORS
Minority Owned
Yes No
Anthony Mechanical, Inc.' X
Berryhill Sewer Service X
Dent Electric, Inc. X
3
l
HAMILTON ROOFING
COMPANY
710 loth STREET PHONE 806-763-9375
P. O. BOX 2703 LUBBOCK, TEXAS 79408
May 26, 1998
Attachment to proposal for Bid #
98110
Unit Prices to replace the following items:
!�
Board Foot of deteriorated
wood blocking $3.00
Board Foot of deteriorated
gypsum decking $3.50
l
EwEe
l
I
1,
r
A DIVISION OF H CONSTRUCTION SYSTEMS, INC.
es-22-98 14:16 CITY OF LUBBOCK PUR
I D-86677 S2164
P.61
P.O. Box 2000
Lubbock, Texas 79457
(806) 775-2167 • Fax (SOS) 775-2164
ITB 80110. Addendum W
Office of
Purchasing
ADDS NDUM #1
!TB #9811 O
ROOF RENOVATIONS AT LUBBOCK
INTERNATIONAL AIRPORT
FAXED TO VENDOR, May 22,1998
CLOSE DATE: May 26,1998 C 2:00 PM
The following items take precedence over specifications for the above narned Invitation to Bid (ITS).
Where any Item called for in the ITB documents Is supplemented here, the original requirements, not
affected by this addendurn, shall remain In effect.
1. Please see attached Item descriptions,
All requests for additiona! information or clarifcation must oe submitted in writing and directed to:
Ron Shuffield, Senior Buyer
City of Lubbock
P.O. Box 2000
Lubbock, Texas 79467
Questions may be faxed to. (80S) 775-2164
or Email to: RSnuffield@mall.cl.lubbock.tx.us
4KTHYOU,
onuffield
Senior Buyer
PLEASE RETURN ONE COPY OF THIS ADDENDUM WITH YOUR BID
I
98110adt.dcc
65-22-98 14:17 CITY OF LUBBOCK FUR ID=8667752164
r,
P-02
Addendum No.
Roof Renovations for Lubbock International Airport
Bid # 98110
"" City of Lubbock
Item 1: The Tamko roof specification number to be used shall be 14717R.
Item 2: Contract time to execute the specified work shall be extended to
45 consecutive calendar days, as shown on the lump sum oontract.
Item 3: Contractors are instructed to submit along with their required bid
documents the unit prices as requested in Section 01020 BID ITEMS.
Submit unit prices on company letterhead stationery.
Item 4: The substitution request form identified in Section 01600 is not
applicable to this project - disregard.
Item 5: Existing sand bags which are salvageable are to be turned over to the
owner. Unsalvageable bags are to be disposed of by contractor.
Item 6: It Is the intent of the plans and specifications that the existing wood
naliers are to be removed and replaced with new naliers as specified.
There shall be no unnecessary gaps, either vertically or horizontally,
between existing and new naliers. Once removed, existing 2x naliers
l may be ripped and properly fastened to tops of new naliers so to
flush out to specified heights.
Item y: No submittal schedule will be required on this project. Submittal data
will be required to be delivered to archllect within 10 calendar days
after contractor has signed construction agreement and prior to Notice
r~ to Proceed.
7
American Economy Insurance Company
INDIANAPOLIS, INDIANA
Bid Bond
Know all Men by these Presents
That we. H. Construction Systems, Inc. DBA Hamilton Roofing Compauy
P.O. Box 2703
Lubbock, Texas 79408
of (hereinafter called the Principal).
as Principal, and AMERICAN ECONOMY INSURANCE COMPANY (hereinafter called the Surety). as Surety.
are held and firmly bound unto City of Lubbock
(hereinafter called the Obligee) in the penal sum of Five Percent of The Maximum Amount of Bid.
Dollars ($ 5% ) for the payment of which the Principal
and the Surety bind themselves. their heirs. executors. administrators. successors and assigns. jointly and severally.
firmly by these presents.
WHEREAS. the Principal has submitted a bid for Bid #98110; Roof Renovations At
Lubbock International Airport.
NOW. THEREFORE. if the Obligee shall accept the bid of the Principal and the Principal shall enter into
a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may
be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance
of such Contract. or in the event of the failure of the Principal to enter such Contract and give such bond or
bonds. if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the
amount specified in said bid and such larger amount for which the Obligee may in good faith contract with
another party to perform the Work covered by said bid. then this obligation shall be null and void. otherwise
to remain in full force and effect.
Signed and Sealed this
Witness
26th day of May
19 98
H. Construction Systems, Inc. DBA
Hamilton Roofing Company
n Principal
By.
Title
AM1ERICAN ECONOMY INSURANCE COMPANY
Witne Shirley Cou h attorney -in -Fact
39-1027
(10.89)
AMERICAN STATES GENERAL POWER OF ATTORNEY
INSURANCE
•-�•RATION American Economy Insurance Company
INDIANAPOLIS, INDIANA
KNOW ALL MEN BY THESE PRESENTS, that American Economy Insurance Company, a Corporation duly organized and existing under the laws of the
State of Indiana, and having Its principal office in the City of Indianapolis, Indiana, hath made, constituted and appointed, and does by these presents make,
constitute and appoint
-------------------------MAX L. INCE OR SHIRLEY COUCH -------------------------
w~
1= Z
Z
�-r �Z-
WLU
0)
LLw
�aw
Q 0.
H O
O
Z Z
to U)
LU
Op
w
rW¢
Z<Z
CA }
�O
�Z
LLO
}w
ZQ
ccU
7OE
�w
¢a
LL
O�
w~
Z
as
a
QZ
�QQ
o .O�
Z
to w
r
1459
921
of Lubbock and State of Texas O)
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 (37)
deliver any and all bonds, recognizances, contracts of indemnity and other conditional or obligatory undertakings, provided, however, CY)
that the penal sum of any one such instrument executed hereunder shall not exceed
FIVE MILLION AND N01100 ($5,000,000,00) DOLLARS------------------------------- Ca
and to bind the Corporation thereby as fully and to the same extent as If such bonds were signed by the President, sealed with the common seal of the Corporation O
and duly attested by its Secretary, hereby ratifying and confirming all that the said Attomey(s) in -Fact may do in the premises. This Power of Attorney is executed (�
and may be revoked pursuant to and by authority granted by Article VI, Section 7 of the By -Laws of the American Economy Insurance Company, which reads
as follows:
"The Chairman, the President or any Vice -President (including any Executive Vice -President. Senior Vice -President, Second Vice -President
or Assistant Vice -President) shall have power, by and with the concurrence with any other officer of the Corporation, to appoint Aftomeys4ri-fact
as the business of the Corporation may require and to authorize any such person to execute, on behalf of the Corporation, any bonds,
recognizances, stipulations and undertakings, whether by way of surety or otherwise"
IN WITNESS WHEREOF, American Economy Insurance Company has caused these presents to be signed by its Second Vice -President, attested by its
Assistant Vice -President and its corporate seal to be hereto affixed this 20th day of June
A.D. 19-3.5L. AMERICAN ECONOMY INSURANCE COMPANY
ATTEST: ByZ52:--ge4z•—
istani Vice -President S� ViceT resident a
STATE OF INDIANA 11
COUNTY OF MARION I ss
On this 20th day of June A.D., 19 95 , before me personally came
Joseph F. Heim , to me known, who
being by me duty sworn, acknowledged the execution of the above instrument and did depose and say; that he is a Second Vice -President of
American Economy Insurance Company; that he knows the seal of said Corporation; that the seal affixed to the said instrument is such corporate
seat; that 4 was so affixed by authority of the Board of Directors of said Corporation; and that he signed his name thereto under like authority. And said
Joseph F. Heim further said that he is acquainted with John J. Rosich and knows him to be the
Assistant Vice -President of said Corporation; and that he executed the a
IRITA ERCWN,'Notary Public
My Commission Expires: 12:4j9153
Resident of Marion County
STATE OF INDIANA
COUNTY OF MARION SS
1, John J. Rosich , the Assistant Vice -President of AMERICAN ECONOMY INSURANCE COMPANY, do hereby certify that
the above and foregoing is a true and correct copy of a Power of Attorney, executed by said AMERICAN ECONOMY INSURANCE COMPANY,
which is still in force and effect.
This Certificate may be signed and sealed by facsimile under and by the authority of Article VI, Section 7 of the By -Laws of AMERICAN ECONOMY
INSURANCE COMPANY which reads as follows:
"Ali policies and other instruments of insurance issued by the Corporation shall be signed on behalf of the Corporation by the Chairman.
the president or any vice-president (including any Executive Vice -President, Senior Vice -President, Vice -President, Second Vice -President.
or Assistant Vice -President) and the secretary, assistant secretary, or other officer, whose signatures, if the instrument is duly countersigned
by an authorized representative of the Corporation, may be facsimilies. Such signatures and facsimiles thereof shall be authorized and
binding upon the Corporation notwithstanding the fact that any such officer shall have ceased to be such officer at the time such policy
or other instrument of insurance shall have been actually issued by the Corporation." �/►�
In witness whereof, 1 have hereunto set my hand and affixed the seal of said Corporation, this �.� �" day ofJ/
A.D., 19�.
P
Assistant Vice -President
THIS POWER OF ATTORNEY MUST CONTAIN A VALIDATING STATEMENT PRINTED IN THE MARGIN HEREOF IN
RED INK, WITH A RED DIAGONAL IMPRINT — AMERICAN ECONOMY INSURANCE — PRESENT IN ITS ENTIRETY.
IF YOU HAVE ANY OUESTIONS REGARDING THE VALIDITY OF THIS POWER OF ATTORNEY, CALL 317-262-6262
OR WRITE US AT P.O. BOX 1636, INDIANAPOLIS, IN 46206-1636.
CO
C.
ci
ZZ
No Text
7
i
STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a)
OF THE TEXAS GOVERNMENT CODE
�* (CONTRACTS MORE THAN $25,000)
H. Construction Systems, Inc. DBA
r^ KNOW ALL MEN BY THESE PRESENTS, that Hamilton Roofing Company (hereinafter called the Principal(s), as
Principal(s), and
,.� American Economy Insurance Company
(hereinafter called the Suret ((s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the
�• Obligee), in the amount of One hundredd nineteen, four hudred Dollars ($ 119.400.Og lawful money of the
IG 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.
7 WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 24th day of
Jude ,998 to Bid #98110 - Roof Renovations At Lubbock Internation-a-r—
,., Airport
�k
�E
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
j if copied at length herein.
rr 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
t ' contract, then, this obligation shall be void; otherwise to remain in full force and effect;
r PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the
• Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said
Article to the same extent as if it were copied at length herein.
IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this
24 th day of June 19 98 .
H. Construction Systems, Inc. DBA
American Economy Insurance Company Hamilton Roofing Company
1 `Surety Principal
-By: ; % , <'
(Title) Attorney -In -Fact
By: (G�
(Title) Vcc - j'Ra.s,pa.t
By:
(Title)
By:
(Title)
1-
The undersigned surety re INN
that it is duly qualified to do business in Texas, and hereby
designates Ince nsuran �. ,d n Sri Lubbock County to whom any requisite notices may be delivered and on
r" whom service of process may be had in matters arising out of such suretyship.
American Economy Insurance Company
h Surety
(Title) Attor y-In-Fact
Approved as to Form
:r
'l City of Lubbock
By: ,lilt..._
City Attorney
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
t attorney for our files.
2
AMfniCAN STATES GENERAL POWER OF ATTORNEY
L INSURANCE
•-�UNOM NATKMAmerican Economy Insurance company
INDIANAPOLIS, INDIANA
KNOW ALL MEN BY THESE PRESENTS, that American Economy Insurance Company, a Corporation duly organized and existing under the laws of the
POP State of Indiana, and having its principal office in the City of Indianapolis, Indiana, path made, constituted and appointed, and does by these presents make,
constitute and appoint
-------------------------MAX L. INCE OR SHIRLEY COUCH -------------------------
r
oLU
l Z [L
Q �
Y Z
�. Z LI
oU)
LU—
Z
r Z�-
4 QLIj
W W
a¢
as
a
H ~
00
ZZ
I^ W SO
toW
HU
W �
Z<Z
Z (n }
�0
�LLZ
LL0
U
}
W
WZ
Z¢
a:U
�^ 0 ¢
f
W
Q
ti
O1
W Z
oa
Q_
�J
J Q
4Z
Q0
Q
0Q
Z 0
(n W
7 g) UJ
UJ
l - I=- =
H
of Lubbock and State of Texas
Its true and lawful Attorneys}in-Fact, with full power and authority hereby conferred in its name, piece and stead, to execute, acknowledge and
deliver any and all bonds, recognizances, contracts of indemnity and other conditional or obligatory undertakings, provided, however,
that the penal sum of any one such instrument executed hereunder shall not exceed
FIVE MILLION AND N0/100 ($5,000,000.00) DOLLARS -------------------------------
and to bind the Corporation thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the common seal of the Corporation
and duly attested by its Secretary, hereby ratifying and confirming all that the said Attomey(s}in-Fact may do in the premises. This Power of Attorney is executed
and may be revoked pursuant to and by authority granted by Article VI, Section 7 of the By -Laws of the American Economy Insurance Company, which reads
as follows:
"The Chairman, the President or any Vice -President (including any Executive Vice -President, Senior Vice -President, Second Vice -President
cr Assistant Vice -President) shall have power, by and with the concurrence with any other officer of the Corporation, to appoint Attomeys-in-fact
as the business of the Corporation may require and to authorize any such person to execute, on behalf of the Corporation, any bonds,
recognizances, stipulations and undertakings, whether by way of surety or otherwise"
IN WITNESS WHEREOF, American Economy Insurance Company has caused these presents to be signed by Its Second Vice -President, attested by its
Assistant Vice -President and its corporate seal to be hereto affixed this 2Qth day of .Tune
A.D. 19 95 AMERICAN ECONOMY INSURANCE COMPANY
ATTEST: By
istant Vice -President Second Vice- esident 4�`c&% °cc
1
STATE OF INDIANA 1 Jw
COUNTY OF MARION I SS ''•cE cc''
On this 20th day of June , A.D., 19 95 , before me personally came
Joseph F. Heim , to me known, who
being by me duly sworn, acknowledged the execution of the above Instrument and did depose and say; that he is a Second Vice -President of
American Economy Insurance Company; that he knows the seal of said Corporation; that the seal affixed to the said instrument is such corporate
seat; that It was so affixed by authority of the Board of Directors of said Corporation; and that he signed his name thereto under like authority. And said
Joseph F. Heim further said that he is acquainted with John J. Rosich and knows him to be the
Assistant Vice -President of said Corporation; and that he executed the a
IRITA GROWN, Notary Publir
My Commission Expires: 12,41>5
Resident of Marion County
STATE OF INDIANA
SS
COUNTY OF MARION
I John J. Rosich the Assistant Vice -President of AMERICAN ECONOMY INSURANCE COMPANY, do hereby certify that
the above and foregoing is a true and correct copy of a Power of Attorney, executed by said AMERICAN ECONOMY INSURANCE COMPANY,
which is still in force and effect.
This Certificate maybe signed and sealed by facsimile under and by the authority of Article VI, Section 7 of the By -Laws of AMERICAN ECONOMY
INSURANCE COMPANY which reads as follows:
"Alt policies and other instruments of insurance issued by the Corporation shall be signed on behalf of the Corporation by the Chairman,
the president or any vice-president (including any Executive Vice -President, Senior Vice -President. Vice -President, Second Vice -President.
or Assistant Vice -President) and the secretary, assistant secretary, or other officer, whose signatures, if the instrument is duly countersigned
by an authorized representative of the Corporation, may be facsimilies. Such signatures and facsimiles thereof shall be authorized and
binding upon the Corporation notwithstanding the fact that any such officer shall have ceased to be such officer at the time such policy
or other instrument of insurance shall have been actually issued by the Corporation,"
In witness whereof, I have hereunto set my hand and affixed the seal of said Corporation, this day of
A.D., 19__f�_ ,'c' f'C
aU
`t
,
'•�r r
Assistant Vice -President
THIS POWER OF ATTORNEY MUST CONTAIN A VALIDATING STATEMENT PRINTED IN THE MARGIN HEREOF IN
RED INK. WITH A RED DIAGONAL IMPRINT — AMERICAN ECONOMY INSURANCE — PRESENT IN ITS ENTIRETY.
31,1459 IF YOU HAVE ANY QUESTIONS REGARDING THE VALIDITY OF THIS POWER OF ATTORNEY, CALL 317-262-6262
(2-92) OR WRITE US AT P.O. BOX 1636, INDIANAPOLIS, IN 46206-1636.
No Text
STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a)
OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $100,000)
H. Construction Systems, Inc. DBA Hamilton Roofing Company
rKNOW ALL MEN BY THESE PRESENTS, that (hereinafter called the Principal(s), as Principal(s), and
E
American Economy Insurance Company
hereinafter called the SureV(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the
Dbli ee , in the amount of One hundredd nineteen, four hundre 119,400 0
g ) dollars ($ 9 lawful money of the
United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators,
rgxecutors, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 24% of
June , 1�8, to Bid #98110 — Roof Renovations At Lub'oock. Interna—tTonal
Airport
`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
r copied at length herein.
[ NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully
�erform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void;
therwise to remain in full force and effect.
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the
Fexas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said
..rticle 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 24th
Say of June , 19 98
„American Economy Insurance Company
!! urety
/y
(Title) Lie
Attorney-In-Fact
F
F
H. Construction Systems, Inc. DBA
Hamilton Roofine Comuanv
Principal,
By:�
(Title)
By:
(Title)
By:
(Title)
i
r
The undersigned suretyAJ%Wnany resents that it is duly qualified to do business in Texas, and hereby
designates Ince Insurancen gen eesi eni in Lubbock County to whom any requisite notices may be delivered and on
^" whom service of process may be had in matters arising out of such suretyship.
Amerjran Rronomy Tnsnrance Company
r- Surety
*By: ,4
tL
(Title) Attorney -In -Fact
Approved as to Form
PM
City of Lubbock
City Attorney
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.
1
9:
L
i
jr .i ,
l
i
I
I2
r
..
J.
AMERICAN STATES
INSURANCE
.owe UNcowNATOMCOPJIC iMTM
( Q�
r.. Z W
d ON
Ld ~
Z
a: Z
Q W
W N
aW
r as
i ~O
OZ
Z
t� W N
aLW
W Q
2¢
� HN
ZCl) >-
-O
a�Z
�LLO
U
l >_ W
U1 Z
�U
OW
w
Q
LL Q
01
W Z
as
� J
111 J Q
Q Z
>O
r-39.1459
(2.92 i
GENERAL POWER OF ATTORNEY
American Economy Insurance company
INDIANapOLIS, INDIANA
KNOW ALL MEN BY THESE PRESENTS, that American Economy Insurance Company, a Corporation duly organized and existing under the laws cf the
State of Indiana, and having its principal office in the City of Indianapolis, Indiana, hath made, constituted and appointed, and does by these presents make,
constitute and appoint
-------------------------MAX L. INCE OR SHIRLEY COUCH -------------------------
Of Lubbock and State of Texas
Its true and lawtul Attorney(s}in-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and
deliver any and all bonds, recognizances, contracts of indemnity and other conditional or obligatory undertakings, provided, however,
that the penal sum of any one such instrument executed hereunder shall not exceed
FIVE MILLION AND N0/100 (S5,000,000,00) DOLLARS ----- --------------------------
and to bind the Corporation thereby as fully and to the same extent as If such bonds were signed by the President, sealed with the common seal of the Corporation
and duty attested by its Secretary, hereby ratifying and confirming all that the said Attorney(syin•Fact may do in the premises. This Power of Attomey is executed
and may be revoked pursuant to and by authority granted by Article VI, Section 7 of the By -Laws of the American Economy Insurance Company, which reads
as follows:
"The Chairman, the President or any Vice -President (including any Executive Vice -President, Senior Vice -President, Second Vice -President
or Assistant Vice -President) shalt have power, by and with the concurrence with any other officer of the Corporation, to appoint Attomeys-in-fact
as the business of the Corporation may require and to authorize any such person to execute, on behalf of the Corporation, any bonds,
recognizances, stipulations and undertakings, whether by way of surety or otherwise"
IN WITNESS WHEREOF, American Economy Insurance Company has caused these presents to be signed by its Second Vice -President, attested by its
Assistant Vice -President and its corporate seal to be hereto affixed this 20th day of June
AD. 19 9 5 AMERICAN ECONOMY INSURANCE COMPANY
ATTEST: By / x
L—AAistant Vice -President Se�Vica�P esident ED
STATE OF INDIANA tSS COUNTY OF MARION I
On this 20th day of June , A.D., 19 95 , before me personally came
Joseph F. Heim to me known, who
being by me duly sworn, acknowledged the execution of the above instrument and did depose and say; that he is a Second Vice -President of
American Economy Insurance Company; that he knows the seal of said Corporation; that the seal affixed to the said instrument is such corporate
seal; that it was so affixed by authority of the Board of Directors of said Corporation; and that he signed his name thereto under like authority. And said
Joseph F. Heim further said that he is acquainted with John J. Rosich and knows him to be the
Assistant Vice -President of said Corporation; and that he executed the a
IRITA EP.OWN, Notary Publln
My Commission Expires: 12;4I015
Resident of Marion County
STATE OF INDIANA SS
I COUNTY OF MARION
I John J . Rosich , the Assistant Vice -President of AMERICAN ECONOMY INSURANCE COMPANY, do hi:reby certify that
the above and foregoing is a true and correct copy of a Power of Attorney, executed by said AMERICAN ECONOMY INSURANCE COMPANY,
which is still in force and effect.
This Certificate may be signed and sealed by facsimile under and by the authority of Article VI, Section 7 of the By -Laws of AMERICAN ECONOMY
INSURANCE COMPANY which reads as follows:
"All policies and other instruments of insurance issued by the Corporation shall be signed on behalf of the Corporation by the Chairman,
the president or any vice-president (including any Executive Vice -President, Senior Vice -President, Vice -President, Second Vice -President.
or Assistant Vice -President) and the secretary, assistant secretary, or other officer, whose signatures, If the instrument is duly countersigned
by an authorized representative of the Corporation, may be facsimilies. Such signatures and facsimiles thereof shall be authorized and
binding upon the Corporation notwithstanding the fact that any such officer shall have ceased to be such officer at the time such policy
or other instrument of insurance shall have been actually issued by the Corporation." �
In witness whereof, I have hereunto set my hand and affixed the seal of said Corporation, this � � / day of_��yy(_
A.D.. 19 ➢ 'C. r�C
�k
1
3 i
YL
Ste•.. E C`%
Assistant Vice -President
THIS POWER OF ATTORNEY MUST CONTAIN A VALIDATING STATEMENT PRINTED IN THE MARGIN HEREOF IN
RED INK, WITH A RED DIAGONAL IMPRINT — AMERICAN ECONOMY INSURANCE — PRESENT IN ITS ENTIRETY.
IF YOU HAVE ANY QUESTIONS REGARDING THE VALIDITY OF THIS POWER OF ATTORNEY, CALL 317-262-6262
OR WRITE US AT P.O. BOX 1636, INDIANAPOLIS, IN-46206-1636.
r
-. _
r
07/14/98 TUE 09:00 FAX 806 793 1629 INCE INS AGENCY Q001 _......
Vza&%, 77,fi = .2/ & Se
CUSTOMER : 10638 C E R T I F I C A T E O F I N S U R A .' C E ISSUE DATE; 07/14/99
F.
PRODUCER I THIS CERIIPICATE IS ISSUED AS A MATTER -OF�INFORMATION ONLppY��AND CONFERS
PAC }{N6�8ANOCE AGCY INC 1 NO TE I#{OIS. UPON THE
THE
OVEit &ETAF' ORDtD.BfHTF1E POLi�CIESTjk1lEl NOT AMEND,
LUBBOCK, TEXAS I
I COMPANIES AFFORDING COVERAG;
ZIP CODE 79464 !
! COMPANY LETTER A BITUMINOUS
--------------------------------------I
INSURED I COMPANY LETTER B TWCI FUND
H.CONSTRUCTION SYSTEMS I COMPANY LETTER C
INC., ET AL I
P.O. BOX 2703 # COMPANY LETTER D
LUBBOCK, TEXAS I
ZIP CODE 79408 #. COMPANY LETTER E
I
COVERAGES
#'�R�O�SI IO��I�'I1rYN ��ITI���A�iI��iGOATi��RE�tt���ME�3�E�E���O �0#Ui�iEE'
I Sh �j II }�r�Rtil E�Mr�j p$� � FF T�f �¢��Ci
UHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED
b'
THE POLICIES DESCRIBED HERE.I14
IS SUBJECT
TO ALL THE TERMS, EXCLUSIONS, AND CONDITIONS OF SUCH POLICIES. LIMITS
SHOWN MiY
NAME BEEN REDUCED BY PAID CLAIMS.
CO POLICY
POLICY
LTR TYPE OF INSURANCE POLICY NUMBER EFF. DATE
EXP. DATI
LIMITS
!
-!GENERAL
-AGGREGATE =_--___---=$-2,000,000-
LIABILITY
#-
GENERAL
A# (X) COMMERCIAL GENERAL LIABILITY I CLP2299614 12/01/97
12/01/98 I
PRODUCTS-COMP/OP AGO.
$ 2,000,000
1 ( ) CLAIMS MADE (X) OCCUR. I
I
PERSONAL S ADV. INJURY
$ 11000,000
Al (X) OWNER'S 3 CONTRACTOR'S PROT. I CLP2299614 06/24/98
12/01/98 1
EACH OCCURRENCE
$ 11000,000
Al (X) CONTRACTUAL #
I
FIRE DAMAGE (ANY ONE FIRE)
T 50,000
I (X) BROAD FORM PD I
i
RED. EXPENSE' (ANY ONE PERS)
$ 51000
.--_------------------ _---------------------------- _----
IAUTOMOBILE LIABILITY I
�—_
I
_____ ___ ___ __------------------------
X# (X) ANY AUTO I CAP25OS722 12/01/97
12/01/98 I
COMBINED SINGLE LIMIT
$ 110001000
I ( ) ALL OWNED AUTOS I
I
I (X) SCHEDULED AUTOS I
!
BODILY INJURY (PER PERSON)
$
Al (X) HIRED AUTOS
I (X) NOR-OUNED AUTOS I
I
BODILY INJURY (PER ACC)
f
I {) GARAGE LIABILITY !
I
# ( } !
-----
I
-------
PROPERTY DAMAGE
----------
$
---------------------------------------------------------------
#EYCESS LIABILITY I
I
Al (X) UMBRELLA FOPM # CUP1887632 12/01/97
12/01/98 1
EACH OCCURRENCE
$ 11000,000
I () OTHER THAN UMBRELLA FORM i
I
AGGREGATE
$
--------- —--------------------------------------------------------------------------------------------------
i I
I
( ) STATUTORY LIMITS
------------
B1 VgR NERIS COMPENSATION I TSFOOIOS99202 12/01/97
12/01/98 1
EACH ACCIDENT
$ 500,000
81 AND I
I DISEASE -POLICY LIMIT
$ 500,000
I EMPLOYER'S LIABILITY !
1 I
DISEASE -EACH EMPLOYEE
I
$ 500,000
--------------------------------------------------------------------------------------------------------------------------
1
AlOTHER
BUILDERS RISK I CLP2299614 06/24/98
12/01/98
$119,400 NAMED INSURED
I $500 DED "ALL RISK" I
I i
. CITY OF LUBBOCK AW98110
_-_-_---___--------..------------------------------------;-----------
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS
,---__-_-_._
_______________.._____--------
------.. _
NAMED INSUkLD, H CONSTRUCTION SYSTEMS, INC DBA HAHILTON
ROOFING COMPANY AND
HAMILTON ACOUSTICAL COMPANY.CERT HOLDER IS ADD'L
INSURED
ON G.L. & AUTO, ALSO
VAIVER APPLIES ON G.L., AUTO, S Q.COMP FOR JOB
$119,400
QD a98110.
CERTIFICATE -HOLDER #-CANCELLATION
I
CITY OF LUBBOCK I SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
ATTN; V.C. I EXPIRATION DATE THEREOF, THE ISSUIN: COMPANY WILL ENDEAVOR TO MAIL
PO BOX 2000 # 10 DAYS URITTEN NOTICE TO THE CERT FICATE HOLDER NAMED TO THE LEFT,
LUBBOCK, TX I BUT FAILURE TO MAIL SUCH NOTICE BHA!L IMPOSE NO OBLIGATION OR LIABILITY
ZIP CODE 79457 1 OF ANY KIND UPON THE COMPANY, ITS A:ENTS OR REPRESENTATIVES.
-------------------------------------------�-- -- --------------------------
I AUTHORIZED REPRESENTATIVE %
I
ACORD 25-S
7,
ACORD COPRORATION 19$$
r
07-14-98 08:54 RECEIVED FROM:806 793 1629 P-01
r
I
7
F
CITY OF LUBBOCK
INSURANCE REQUIREMENT AFFIDAVIT
To Be Completed by Appropriate Insurance Agent/Broker
Prior to Award of Contract
I, the undersigned Agent/Broker, certify that the insurance requirements contained in this bid document have
been reviewed by me with the below identified Contractor. If the below identified Contractor is awarded this
contract by the City of Lubbock, I will be able to, within ten (10) days after being notified of such award by
contractor, furnish a valid insurance certificate to the City meeting all of the requirements defined in this
bid/proposal.
Agent (Signature)
i
k
Name of Agent/Broker:
Address of Agent/Broker:
City/State/Zip:
Agent/Broker Telephone Number: ( _
Date:
CONTRACTOR'S NAME:
Agent (Print)
(Print or Type )
r CONTRACTOR'S ADDRESS:
r
NOTE TO AGENT/BROKER
If this time requirement is not met, the City has the right to reject this bid/proposal and award the
contract to another contractor. If you have any questions concerning these requirements, please
contact the Purchasing Manager for the City of Lubbock at (806) 775-2165.
BID #98110 - ROOF RENOVATIONS AT LUBBOCK INTERNATIONAL AIRPORT
2
r
r, CONTRACTOR CHECKLIST
i
` A CONTRACTOR SHALL:
(1) provide coverage for its employees providing services on a project, for the duration of the project based on
proper reporting of classification codes and payroll amounts and filling of any coverage agreements;
r (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity
prior to beginning work on the project;
(3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the contractors current certificate of
coverage ends during the duration of the project;
(4) obtain from each person providing services on a project, and provide to the governmental entity:
(A) a certificate of coverage, prior to that person beginning work on the project, so the governmental
entity will have on file certificates of coverage showing coverage for all persons providing
services on the project; and
A no later than seven days after receipt by the contractor, a new certificate of coverage showing
extension of coverage, if the coverage period shown on the current certificate of coverage ends
3 during the duration of the project;
(5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter;
i
(6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the
�., contractor knew or should have known, of any change that materially affects the provision of coverage of
any person providing services on the project;
(7) post a notice on each project site informing all persons providing services on the project that they are
required to be covered, and stating how a person may verify current coverage and report failure to provide
coverage. This notice does not satisfy other posting requirements imposed by the Act or other
commission rules. This notice must be printed in at least 19 point normal type, and shall be in both
r- English and Spanish and any other language common to the worker population. The text for the notices
shall be the following text provided by the commission on the sample notice, without any additional words
or changes:
r
r-�
F
r
REQUIRED WORKERS' COMPENSATION COVERAGE
'The law requires that each person working on this site or providing services related to this construction project must (see
reverse) be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering
equipment and materials, or providing labor or transportation or other service related to the project, regardless of the
identity of their employer or status as an employee."
"Call the Texas Workers' Compensation Commission at (512)440- 3789 to receive information on the legal
requirement for coverage, to verify whether your employer has provided the required coverage, or to
report an employer's failure to provide coverage." and
t (8) contractually require each person with whom it contracts to provide services on a project, to:
(A) provide coverage based on proper reporting of classification codes and payroll amounts and filing
of any coverage agreements for all of its employees providing services on the project, for the
duration of the project;
(B) provide a certificate of coverage to the contractor prior to that person beginning work on the
project;
(C) include in all contracts to provide services on the project the language in subsection (e) (3) of this
rule;
(D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of
coverage ends during the duration of the project;
(E) obtain from each other person with whom it contracts, and provide to the contractor:
(i) a certificate of coverage, prior to the other person beginning work on the project; and
l i
(ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the
coverage period, if the coverage period shown on the current certificate of coverage ends during
r^
the duration of the project;
(F) retain all required certificates of coverage on file for the duration of the project and for one year
thereafter,
(G) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days
after the person knew or should have known, of any change that materially affects the provision of
coverage of any person providing services on the project; and
(H) contractually require each other person with whom it contracts, to perform as required by
paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they
are providing services.
4
No Text
CONTRACT
STATE OF TEXAS
COUNTY OF LUBBOCK
THIS AGREEMENT, made and entered into this t' day of June. 1998 Icy and between the City of Lubbock,
4 j County of Lubbock, State of Texas, acting by and through Max Ince, Mayor Pro Tern, thereunto authorized to do so,
l j hereinafter referred to as OWNER, and Hamilton Roofing Company of the City of Lubbock. County of Lubbock and
the State of Texas hereinafter termed CONTRACTOR.
WITNESSETH: Thaf for an in con�eration o-"h-e paymenfs a-n- agreemenfs-herein—a er mentone-a,-to-ne-mam-ana
performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the
CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements
described as follows:
BID #98110 - ROOF RENOVATIONS AT LUBBOCK INTERNATIONAL AIRPORT - $119,400.00 (Total bid plus
additional cost of temporary fencing)
and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own
proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance
and other accessories and services necessary to complete the said construction in accordance with the contract
documents as defined in the General Condition of Agreement.
The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have
been given to him and to substantially complete same within the time specified in the contract documents.
The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with
the bid submitted therefore, subject to additions and deductions, as provided in the contract documents and to make
payment on account thereof as provided therein.
IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County,
Texas in the year and day first above written.
APPROVED AS TO FORM:
is-,
City Attorney
ATTEST:
Corporate Secretary
zi,
F
CITY OF LUBBOCK, TEXAS (OWNER)
By:_ �aad Z-a"
MAYOR PRO/TEM
CONTRACTOR:
HAMILT N ROOFING COMPANY
By: _ 4/,- &,1 .1
PRINTED NAME: ""IS V I
TITLE: ViC6- P//'-Esr,0,0T
COMPLETE ADDRESS:
Hamilton Roofing Company
PO Box 2703
Lubbock, TX 79408
No Text
FGENERAL CONDITIONS OF THE AGREEMENT
F1. OWNER
Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of
Lubbock, Texas.
2. CONTRACTOR
Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co-
partnership or corporation, to wit HAMILTON ROOFING COMPANY who has agreed to perform the work
embraced in this contract, or their legal representative.
3. OWNER'S REPRESENTATIVE
l Whenever the word Owner's Representative or representative Is used in this contract, it shall be understood as
l referring to, City of Lubbock, or its representative GARY SMITH, FACILITIES MANAGER, so designated who will
inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may
r be authorized by said Owner to act in any particular under this agreement. Engineers, supervisors or inspectors
will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor
or persons acting on behalf of the Contractor.
r- 4. CONTRACT DOCUMENTS
The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Bid, Signed
Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the
Agreement (if any), Specifications, Plans, Insurance Certificate, and all other documents made available to Bidder
for inspection in accordance with the Notice to Bidders. The above described materials are sometimes referred to
herein as the "contract' or "contract documents".
5. INTERPRETATION OF PHRASES
Whenever the words "Directed," "
Directed,"" Permitted,"" Designated,"" Required,"" Considered Necessary,"" Prescribed," or
words of like import are used, it shall be understood that the direction, requirement, permission, order, designation
or prescription of the Owner's Representative is intended,. and similarly, the words "Approved," "Acceptable,"
"Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's
Representative.
6. SUBCONTRACTOR
The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for
performance of work on the project contemplated by these contract documents. Owner shall have no
responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated
r by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due
l Subcontractor.
7. WRITTEN NOTICE
` Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of
the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last
business address known to the party who gives the notice.
7
8. CONTRACTOR'S RESPONSIBILITIES
Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery,
equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other
facilities necessary for the execution and completion of the work covered by the contract documents. Unless
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 copies of all Plans and Specifications without expense to Contractor and
Contractor shall keep one copy of same consistently accessible on the job site.
12. RIGHT OF ENTRY
The Owner's Representative may make periodic visits to the site to observe the progress or quality of the
executed work and to determine, in general, if the work Is proceeding in accordance with the contract documents.
Owner's Representative will not be required to make exhaustive or continuous onsite inspections to check the
quality or quantity of the work, nor will Owner's Representative be responsible for the construction means,
methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the -
Owner's Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the
Contractor's failure to perform the work in accordance with the Contract Documents.
13. LINES AND GRADES
All lines and grades shall be furnished by the Owner's Representative whenever Owner's Representative deems
said lines and grades are necessary for the commencement of the work contemplated by these contract --
documents or the completion of the work contemplated by these contract documents. Whenever necessary,
Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but
such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore.
The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades
will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless
destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be
replaced by the Owner's Representative at Contractor's expense. _
f
i
r
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 has the authority to review all work included herein. The Owner's Representative has the authority
�- to stop the work whenever such stoppage may be necessary to insure the proper execution of the contract. The
Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work
which are to be paid for under the contract documents, and shall determine all questions in relation to said work
and the construction thereof, and shall, in all cases, decide every question which may arise relative to the
execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be
conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15)
calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection
by Contractor, as provided herein, any and all objection or objections shall be deemed waived.
15. SUPERINTENDENCE AND INSPECTION
r` 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
t 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
rA instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and
instructions are consistent with the obligations of this Agreement and accompanying plans and specifications
provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or
inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's
Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any
and all objection or objections shall be deemed waived.
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 its absence and all directions
given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate
supervision by competent and reasonable representatives of the Contractor is essential to the proper performance
j" of the work and lack of such supervision shall be grounds for suspending operations of the Contractor.
The work, from its commencement to completion, shall be under the exclusive charge and control of the
Contractor and all risk in connection therewith shall be borne by the Contractor.
` The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any
subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work.
17. CONTRACTOR'S UNDERSTANDING
It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and
location of the work, the confirmation of the ground, the character, quality and quantity of materials to be
encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the
work, and the general and local conditions, and all other matters which in any way affect the work under the
contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or
Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms
or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all
modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's
Representative and Contractor.
i
Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work
to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the
work, shall be sustained and borne by the Contractor at its own cost and expense.
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
Contractor in writing that any man or men on the work, are, in Owners Representative's sole opinion, _
incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or
men shall be discharged from the work and shall not again be employed on the work without the Owner's
Representative's written consent.
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
Owners Representative shall consent or direct, and the sanitary conditions of the grounds in or about such
structure shall at all times be maintained in a manner satisfactory to the Owner's Representative,
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 Owners Representative shall have the right at all times to observe and test the work. Contractor ._
shall make necessary arrangements and provide proper facilities and access for such observation and testing at
any location wherever such work is in preparation or progress, Contractor shall ascertain the scope of any
observation which may be contemplated by Owner or Owners Representative and shall give ample notice as to
the time each part of the work will be ready for such observation. Owner or Owner's Representative may reject
any such work found to be defective or not in accordance with the contract documents, regardless of the stage of
its completion or the time or place of discovery of such errors and regardless of whether Owners Representative
has previously accepted the work through oversight or otherwise. If any such work should be covered without
approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for
examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at
a location where it is not convenient for Owner or Owners Representative to make observations of such work or
require testing of said work, then in such event Owner or Owner's Representative may require Contractor to
furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons
competent to perform such tasks at the location where that part of the work is being manufactured or fabricated.
All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials
or such other applicable organization as may be required by law or the contract documents.
If any such work which is required to be inspected, tested, or approved is covered up without written approval or �-
consent of the Owner or Owners Representative, it must, if requested by the Owner or Owner's Representative,
be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and
approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the
requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such
tests or approvals but does not meet the requirements of the contract documents shall be considered defective,
and shall be corrected at the Contractor's expense.
4
r
i Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by
Owner, Owner's Representative, or other persons authorized under the contract documents to make such
inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance
} with the requirements of the contract documents.
r.. 22. DEFECTS AND THEIR REMEDIES
It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in
the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not
r" in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written
5 notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy
such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial
r" 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,
l in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either
before or after the beginning of the construction, without affecting the validity of this contract and the
accompanying bond.
If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a
claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of
work, and the increased work can fairly be classified under the specifications, such increase shall be paid
according to the quantity actually done and at the unit price established for such work under this contract;
otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make
such changes or alterations as shall make useless any work already done or material already furnished or used in
4 said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual
expenses incurred in preparation for the work as originally planned.
i 24. EXTRA WORK
1
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 bid, except as provided under Changes and Alterations herein.
It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative
when presented with a written work order signed by the Owner's Representative; subject, however, to the right of
the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the
compensation to be paid to the Contractor for performing said extra work shall be determined by the following
methods:
Method (A) - By agreed unit prices; or
Method (B) - By agreed lump sum; or
Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced,
then the Contractor shall be paid the lesser of the following: (1) actual field cost of the
extra work, plus fifteen (15%) percent; or (2) the amount that would have been charged
by a reasonable and prudent Contractor as a reasonable and necessary cost for
performance of the extra work.
In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph
shall apply and the "actual 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
5
Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other
insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by
them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be '-
kept and records of these accounts shall be made available to the Owner's Representative. The Owner's
Representative may also specify in writing, before the work commences, the method of doing the work and the
type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the
Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be
determined by using 100%, 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 Contractor for its profit,
overhead, general superintendence and field office expense, and all other elements of cost and expense not
embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office
must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall
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 Contractor should receive
compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra
work, make written request to the Owner's Representative for a written order authorizing such extra work. Should
a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and
the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making
written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as
provided under Method (C)(1). If Contractor does not notify Owner's Representative prior to the commencement
any extra work, any claim for payment due to alleged extra work shall be deemed waived.
It is further agreed that it is the intent of the contract documents that all work described in the bid, the
specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that
such price shall include all appurtenances necessary to complete the work in accordance with the intent of these
contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in these -
plans, specifications, or contract documents, shall be given to the Owners' Representative and a clarification .�
obtained before the bids are received, and if no such notice is received by the Owner's Representative prior to the
opening of bids, then it shall be deemed that the Contractor fully understands the work to be included and has
provided sufficient sums in its bid to complete the work in accordance with these plans and specifications. If `
Contractor does not notify Owner's Representative prior to bidding of any discrepancies or omissions, then it shall
be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the
project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days
prior to the opening of bids.
r.
If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of
work with the rate of progress required under this contract, the Owner or Owner's Representative may order the
Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall
comply with such order.
If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the
Contractor shall, if so ordered in writing, increase its force or equipment, or both, to such an extent as to give -
reasonable assurance of compliance with the schedule of progress.
6 �-
The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an
insurance company licensed to transact business in the State of Texas, which policy shall comply with the
Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable
precaution for the safety of employees and others on or near the work and shall comply with all applicable
provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment
and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in
Construction" of Associated General Contractors of America, except where incompatible with federal, state or
i municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold
harmless the Owner and all of its officers, agents and employees against any all losses, costs, damages,
4 expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or
contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection
with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any
.. manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject
t matter of this contract.
The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an
Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given
by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses,
are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to
r.. supervise safety precautions by either the Contractor or any of its subcontractors.
28. CONTRACTOR'S INSURANCE
The Contractor shall not commence work under this contract until he has obtained all insurance as required in the
General Conditions of the contract documents, from an underwriter authorized to do business in the State of
Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of
cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change.
j All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and
its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self-insurance,
rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of
payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in
conformity with the provisions hereof shall establish such waiver..
r" The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance
' protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such
insurance shall be carried with an insurance company authorized to transact business in the State of Texas and
shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor,
or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance
` specifying each and all coverages shall be submitted prior to contract execution.
The insurance certificates furnished shall name the City as an additional insured, or in the alternative,
shall be accompanied by a statement from the Contractor to the effect that no work on this particular
project shall be subcontracted. It shall be the contractors responsibility to provide to the owner all proof
of coverage insurance documents Including workers compensation coverage for each subcontractor.
A. General Liability Insurance
The contractor shall have Comprehensive General Liability Insurance with limits of $500,000.00 Combined
Single Limit in the aggregate and per occurrence to include:
r Premises and Operations
Explosion & Collapse Hazard
7
Underground Damage Hazard
Products & Completed Operations Hazard
Contractual Liability
Independent Contractors Coverage
Personal Injury
Advertising Injury
B. Owner's Protective or Contingent Public Liability Insurance and Property Damage Liability Insurance. � -
For bodily injuries, including accidental death and or property damage, $500,000.00 Combined Single
Limit. This policy shall be submitted prior to contract execution.
C. Comprehensive Automobile Liability Insurance
The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than;
Bodily Injury/Property Damage, $300,000.00 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/Installation Floater Insurance
The Contractor shall obtain a Builder's Risk policy in the amount of 100% of the total contract price (100%
of potential loss) naming the City of Lubbock as insured.
E. Umbrella Liability Insurance ..
The Contractor shall have Umbrella Liability Insurance in the amount of $0.00 on all contracts with
coverage to correspond with Comprehensive General Liability and Comprehensive Automobile Liability
coverages.
F. Worker's Compensation and Employers Liability Insurance
Worker's Compensation Insurance covering all employees whether employed by the Contractor or any
Subcontractor on the job with Employers Liability of at least $500,000,00.
r-.
1. Definitions:
Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority
to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-
83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's
or entity's employees providing services on a project, for the duration of the project.
Duration of the project - includes the time from the beginning of the work on the project until the
Contra ctor's/person's work on the project has been completed and accepted by the governmental
entity.
Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor
Code) - includes all persons or entities performing all or part of the services the Contractor has
8
r.,
f
r
f undertaken to perform on the project, regardless of whether that person contracted directly with
the Contractor and regardless of whether that person has employees. This includes, without
limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -
operators, employees of any such entity, or employees of any entity which furnishes persons to
provide services on the project. "Services" include, without limitation, providing, hauling, or
r.. delivering equipment or materials, or providing labor, transportation, or other service related to a
1 project. "Services" does not include activities unrelated to the project, such as food/beverage
vendors, office supply deliveries, and delivery of portable toilets.
2. The Contractor shall provide coverage, based on proper reporting of classification codes and
payroll amounts and filing of any coverage agreements, which meets the statutory requirements of
Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on
the project, for the duration of the project.
3. The Contractor must provide a certificate of coverage to the governmental entity prior to being
awarded the contract.
4. If the coverage period shown on the Contractor's current certificate of coverage ends during the
duration of the project, the Contractor must, prior to the end of the coverage period, file a new
certificate of coverage with the governmental entity showing that coverage has been extended.
5. The Contractor shall obtain from each person providing services on the project, and provide to the
governmental entity:
(a) a certificate of coverage, prior to that person beginning work on the project, so the
governmental entity will have on file certificates of coverage showing coverage for all
persons providing services on the project; and
(b) no later than seven days after receipt by the Contractor, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of
coverage ends during the duration of the project.
6 The Contractor shall retain all required certificates of coverage for the duration of the project and
for one year thereafter.
7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery,
within 10 days after the Contractor knew or should have known, of any change that materially
affects the provision of coverage of any person providing services on the project.
8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by
the Texas Workers' Compensation Commission, informing all persons providing services on the
project that they are required to be covered, and stating how a person may verify coverage and
report lack of coverage.
9. The Contractor shall contractually require each person with whom it contracts to provide services
on the project, to:
(a) provide coverage, based on proper reporting of classification codes and payroll amounts
and filing of any coverage agreements, which meets the statutory requirements of Texas
Labor Code, Section 401.011(44) for all of its employees providing services on the
project, for the duration of the project;
(b) provide to the Contractor, prior to that person beginning work on the project, a certificate
of coverage showing that coverage is being provided for all employees of the person
providing services on the project, for the duration of the project;
9
f
(c) provide the Contractor, prior to the end of the coverage period, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the current
certificate of coverage ends during the duration of the project;
(d) obtain from each other person with whom it contracts, and provide to the Contractor:
(1) a certificate of coverage, prior to the other person beginning work on the project;
and
(2) a new certificate of coverage showing extension of coverage, prior to the end of
the coverage period, if the coverage period shown on the current certificate of
coverage ends during the duration of the project;
L
(e) retain all required certificates of coverage on file for the duration of the project and for one
year thereafter;
(f) notify the governmental entity in writing by certified mail or personal delivery, within 10
days after the person knew or should have known, of any change that materially affects
the provision of coverage of any person providing services on the project; and
(g) contractually require each person with whom it contracts to perform as required by
paragraphs (a) - (g), with the certificates of coverage to be provided to the person for
whom they are providing services.
10. By signing this contract or providing or causing to be provided a certificate of coverage, the
Contractor is representing to the governmental entity that all employees of the Contractor who will
provide services on the project will be covered by worker's compensation coverage for the
duration of the project, that the coverage will be based on proper reporting of classification codes
and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance
carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance y`
Regulation. Providing false or misleading information may subject the Contractor to administrative
penalties, criminal penalties, civil penalties, or other civil actions.
11. The Contractor's failure to comply with any of these provisions is a breach of contract by the
Contractor which entitles the governmental entity to declare the contract void if the Contractor
does not remedy the breach within ten days after receipt of notice of breach from the
r
governmental entity.
G. Proof of Coverage
Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner
for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence
of compliance with the above insurance requirements, signed by an authorized representative of the --.
insurance company setting forth:
(1) The name and address of the insured.
(2) The location of the operations to which the insurance applies.
(3) The name of the policy and type or types of insurance in force thereunder on the date borne by
such certificate.
(4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by
such certificate.
10 ^`
i
(5) A provision that the policy may be canceled only by mailing written notice to the named insured at
the address shown in the bid specifications.
(6) A provision that written notice shall be given to the City ten days prior to any change in or
cancellation of the policies shown on the certificate.
(7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job
specifications. No substitute of nor amendment thereto will be acceptable.
(8) If policy limits are paid, new policy must be secured for new coverage to complete project.
(9) A Contractor shall:
(a) provide coverage for its employees providing services on a project, for the duration of the
project based on proper reporting of classification codes and payroll amounts and filling of
any coverage agreements;
(b) provide a certificate of coverage showing workers' compensation coverage to the
governmental entity prior to beginning work on the project;
(c) provide the governmental entity, prior to the end of the coverage period, a new certificate
of coverage showing extension of coverage, if the coverage period shown on the
Contractor's current certificate of coverage ends during the duration of the project;
(d) obtain from each person providing services on a project, and provide to the governmental
entity:
(i) a certificate of coverage, prior to that person beginning work on the project, so the
governmental entity will have on file certificates of coverage showing coverage for
all persons providing services on the project; and
(ii) no later than seven days after receipt by the Contractor, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project;
(e) retain all required certificates of coverage on file for the duration of the project and for one
year thereafter;
(f) notify the governmental entity in writing by certified mail or personal delivery, within 10
days after the Contractor knew or should have known, of any change that materially
affects the provision of coverage of any person providing services on the project;
(g) post a notice on each project site informing all persons providing services on the project
that they are required to be covered, and stating how a person may verify current
coverage and report failure to provide coverage. This notice does not satisfy other
posting requirements imposed by the Texas Worker's Compensation Act or other
commission rules. This notice must be printed with a title in at least 30 point bold type
and text in at least 19 point normal type, and shall be in both English and Spanish and
any other language common to the worker population. The text for the notices shall be
the following text provided by the commission on the sample notice, without any additional
words or changes:
REQUIRED WORKERS' COMPENSATION COVERAGE
"The law requires that each person working on this site or providing services
related to this construction project must be covered by workers' compensation
insurance. This includes persons providing, hauling, or delivering equipment or
materials, or providing labor or transportation or other service related to the
project, regardless of the identity of their employer or status as an employee."
"Call the Texas Workers' Compensation Commission at 5121440-3789 to receive
Information of the legal requirements for coverage, to verify whether your
employer has provided the required coverage, or to report an employer's failure to
provide coverage;" and
(h) contractually require each person with whom it contracts to provide services on a project,
to: _
(i) provide coverage based on proper reporting of classification codes and payroll
amounts and filing of any coverage agreements for all of its employees providing
services on the project, for the duration of the project;
(ii) provide a certificate of coverage to the Contractor prior to that person beginning
work on the project;
(iii) include in all contracts to provide services on the project the following language:
"By signing this contract or providing or causing to be
provided a certificate of coverage, the person signing this
contract is representing to the governmental entity that all
employees of the person signing this contract who will
provide services on the project will be covered by workers'
compensation coverage for the duration of the project, that
the coverage will be based on proper reprinting of
classification codes and payroll amounts, and that all
coverage agreements will be filed with the appropriate
insurance carrier or, in the case of a self -insured, with the
commission's Division of Self-insurance Regulation.
Providing false or misleading information may subject the
Contractor to administrative penalties, criminal penalties,
civil penalties, or other civil actions.";
(iv) provide the Contractor, prior to the end of the coverage period, a new certificate
of coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project;
(v) obtain from each other person with whom it contracts, and provide to the
Contractor:
(1) a certificate of coverage, prior to the other person beginning work on the
project; and
(2) prior to the end of the coverage period, a new certificate of coverage
showing extension of the coverage period, if the coverage period shown
on the current certificate of coverage ends during the duration of the
project;
12 �-^
r
29.
461
31.
(vi) retain all required certificates of coverage on file for the duration of the project
and for one year thereafter;
(vii) notify the governmental entity in writing by certified mail or personal delivery,
within 10 days after the person knew or, should have known, of any change that
materially affects the provision of coverage of any person providing services on
the project; and
(viii) contractually require each other person with whom it contracts, to perform as
required by paragraphs (I)-(viii), with the certificate of coverage to be provided to
the person for whom they are providing services.
Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of
1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such
individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee
compensation, job training, and other terms, conditions, and privileges of employment.
Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the
Contractor agrees that it will indemnify and save the Owner and all of its officers, agents and employees, harmless
against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way,
manner or form, the demands of subcontractors, laborers, workmen, mechanics, materialmen and furnishers of
machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract
and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish
satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or
waived.
If during the progress of the work, Contractor shall allow any indebtedness to accrue for work furnished by any of
those designated in the preceding paragraph and shall fail to pay and discharge any such indebtedness within five
(5) days after demand is made, then Owner may, during the period for which such indebtedness shall remain
unpaid, in addition to any statutory retainage rights it may have, withhold from the unpaid portion of this contract, a
sum equal to the amount of such unpaid indebtedness or may apply the sum so withheld to discharge any such
indebtedness.
The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material
or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof.
Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the
Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and
save the Owner, and all of its officers, agents and employees harmless from any loss on account thereof, except
that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular
design, device, material or process or the product of a particular manufacturer or manufacturers is specified or
required in these contract documents by Owner, provided, however, if choice of alternate design, device, material
or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers,
agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the
contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the
Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's
Representative prior to bidding.
13
The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and
regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form,
the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the
Owner, and all of its officers, agents, and employees against any claims arising from the violation of any such
laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor
observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in
writing prior to bidding and any necessary changes shall be adjusted as provided in the contract for changes in the
work. In"the absence of timely written notification to Owner's Representative of such variance or variances within
said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or
local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors
perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's
Representative, Contractor shall bear all costs arising therefrom.
The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as
the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may
enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as
though embodied herein.
The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this
contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required
in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as
provided by the contract documents.
34. TIME FOR SUBSTANTIAL 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 documents, 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 as provided in the contract documents.
If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified, _
then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner
may withhold permanently from Contractor's total compensation, the sum of $500.00 (FIVE HUNDRED
DOLLARS) PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set
forth for each and every working day that the Contractor shall be in default after the time stipulated for
substantially completing the work.
It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial
completion of the work described herein is reasonable time for the completion of the same, taking into
consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality.
The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages
the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount
agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and
is expressly agreed to be not disproportionate to actual damages as measured at time of breach.
IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS
OF THE ESSENCE OF THIS CONTRACT.
14
KI:
37
r
38.
i
It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall
be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner as
shall be most conductive to economy of construction; provided, however, that the order and time of prosecution
shall be such that the work shall be substantially completed as a whole and in part, in accordance with this
contract, the plans and specifications, and within the time of completion designated in the bid; provided, also, that
when the Owner is having other work done, either by contract or by its own force, the Owner's Representative may
direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the
construction of the various works being done for the Owner shall be harmonized.
The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative,
schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the
Contractor will start the several parts of the work and estimated dates of completion of the several parts.
The Contractor agrees that it has submitted its bid in full recognition of the time required for the completion of this
project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and
has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that
it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been
delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors
employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public
enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all
justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days
of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the
extension no later than twenty (20) calendar days of written submission by Contractor shall be deemed a denial,
and final. Further, in the absence of timely written notification of such delay and request for extension, as provided
herein, any request for extension by Contractor shall be deemed waived.
In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein
fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such
work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in
securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for
hindrance or delays from any cause during the progress of any part of the work embraced in this contract except
where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in
which event, such expense as in the sole judgment of the Owner's Representative that is caused by such
stoppage shall be paid by Owner to Contractor.
No extra or customary measurements of any kind will be allowed, but the actual measured or computed length,
area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the
event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the
specifications, plans and other contract documents are intended to show clearly all work to be done and material
to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated
to be estimates, for the various classes of work to be done and material to be furnished under this contract, they
are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing
their bids offered for the work. In the event the amount of work to be done and materials to be furnished are
expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and
agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ
somewhat from these estimates, and that where the basis for payment under this contract is the unit price method,
payment shall be for the actual amount of work done and materials furnished on the project.
15
"M911i; WM2a911:431•'1
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 Contractor shall be
liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without
limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the
Contractor agrees to indemnify, save and hold harmless the Owner, and any of its officers, agents and employees,
against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising
from or growing out of the performance of this contract.
G _ 7s13���
In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by
the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the
specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the
bid proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to
receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all
expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner
and according to this agreement, the attached specifications, plans, contract documents and requirements of
Owner's Representative.
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, Owner's
agents and employees, which have not theretofore been timely filed as provided in this contract.
kj k
On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for
partial payment or, if the Contractor does not submit such application, the Owner's Representative shall determine
the amount to be partially paid. Owner's Representative shall review said application for partial payment if
submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a
certificate for partial payment showing as completely as practical the total value of the work done by the Contractor
up to and including the last day of the preceding month. The determination of the partial payment by the Owner's
Representative shall be in accordance with Paragraph 14 hereof.
The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the
Owner's Representative's Certificate of 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 the contract documents.
Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to
enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work �...
performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said
partial payment is attributable.
16 ■—
,i
170
43. SUBSTANTIAL COMPLETION
i Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31)
working days after the Contractor has given the Owner's Representative written notice that the work has been
substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time,
if the work be found to be substantially completed in accordance with the contract documents, the Owner's
Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding
the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete
the work within the time provided in this contract.
►EL•kM •► _.s ' u al
The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of final
completion, the Owner's Representative shall proceed to make final measurement to determine whether final
completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's
Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion,
Owner shall pay to the Contractor on or before the 31 st working day after the date of certification of final
completion, the balance due Contractor under the terms of this agreement. Neither the certification of final
completion 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 contract documents and/or any warranty or
warranties implied by law or otherwise.
45. CORRECTION OF WORK
Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative
on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and
y Contractor shall at its own expense promptly replace such condemned materials with other materials conforming
to the requirements of the contract documents. 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.
Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the
contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and
Contractor 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 certification of final completion by Owner's
Representative.
r^ 46. PAYMENT WITHHELD
` The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify
J.- the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of:
(a) Defective work not remedied and/or work not performed.
(b) Claims filed or reasonable evidence indicating possible filing of claims.
(c) Failure of the Contractor to make payments promptly to subcontractors or for materials or labor.
(d) Damage to another contractor.
When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the
amount withheld, payment shall be made for amounts withheld because of them.
r
17
47. CLAIM OR DISPUTE
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) calendar days after the Owner's
Representative has given any direction, order or instruction to which the Contractor desires to take exception.
Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner
shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right
under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by
Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's
Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed
denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed
that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor,
and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and
Owner's Representative, by Contractor.
48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR
In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after
written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the
written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety
on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be
delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no --
further notice of such non-compliance to Contractor shall be required.
After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any
machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and
equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the
Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or
credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for
under paragraph 24 of this contract); it being understood that the use of such equipment and materials will
ultimately reduce the cost to complete the work and be reflected in the final settlement.
In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice
hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with
diligence to complete the -project as contemplated and in compliance with all terms and provisions of the contract
documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or
otherwise, including, but not limited to, providing for completion of the work in either of the following elective
manners:
(a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and
supplies as said Owner may deem necessary to complete the work and charge the expense of such labor,
machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall
be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time
become due to the Contractor under and by virtue of this Agreement. In case such expense is less than
the sum which would have been payable under this contract, if the same had been completed by the
Contractor, then said Contractor shall receive the difference. In case such expense is greater than the
sum which would have been payable under this contract, if the same had been completed by said
Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or
(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. Should the cost to complete any such new contract prove to be less than that which
18 '"
would have been the cost to complete the work under this contract, the Contractor or his Surety shall be
credited therewith.
In the event the Owner's Representative elects to complete the work, as described above, when the work shall
have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as
provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract -
accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to
Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be,
shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion.
In the event the statement of accounts shows that the cost to complete the work is less than that which would
have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract,
or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the
Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over
to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price,
and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time
designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of
the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the
Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided,
however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of
such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to
the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the
date of said 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, if applicable. 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, if applicable, to their proper owners.
The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted
by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this
paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise
of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies
available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in
paragraph 34, hereinabove set forth.
The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually
performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be
liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the
project which is the subject matter of this contract.
r
50. BONDS
I
1 The successful bidder will be required to furnish a performance bond in accordance with Chapter 2253,
Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds
$100,000 and the successful bidder will be required to furnish a payment bond in accordance with Chapter 2253,
Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds
$25,000. All bonds, if required, shall be submitted on forms supplied by the Owner, and executed by an approved
Surety Company authorized to do business in the State of Texas. It is further agreed that this contract shall not be
in effect until such bonds are so furnished.
r-- 19
r
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.
52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES
Unless otherwise specified herein, all loss, expense 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 or from unusual
obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the
prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense.
Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to
direct, supervise, and control its 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 Contractor's 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.
54. 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 Contractor shall remove all such debris and also its tools, scaffolding, and surplus
materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition.
In case of dispute Owner may remove the debris and charge the cost to the Contractor.
Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response,
Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same
may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in
any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the
Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the
City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a
Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in
the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project
or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts
and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least
twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and
provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If
the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5)
days of the receipt of said request, said request shall be deemed to be denied.
In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for
ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper
performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage,
disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and
asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective
gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum
products or byproducts and/or asbestos.
20
i
I
k
i
t
1�
k
O
w
i
r
s
I'
i
CURRENT WAGE DETERMINATIONS
Resolution No. 5121
March 14, 1996
i Item #19
k
F
f i ; WHEREAS, the City Council has heretofore established the general prevailing rate of
per diem wages for each craft or type of workmen or mechanics needed to execute public
works contracts for the City of Lubbock in accordance with the provisions of Vernon's
Ann.Civ.St., Art. 5159a; and
WHEREAS, such wage rates were established by Resolution No. 719 enacted February i
1. 12, 1981, updated by Resolution No. 1590 enacted February 23, 1984, and further updated by
Resolution No. 2502 enacted January 8. 1987; and
WHEREAS, such rates need to be updated at the present time in order to reflect the
current prevailing rate of per diem wages; NOW THEREFORE:
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the general prevailing rate of per diem wages for public works contracts shall he
as set forth in the following named exhibits, which exhibits shall be attached hereto and made
a part hereof for all intents and purposes:
Exhibit A: Building Construction Trades
Exhibit B: Paving and Highway Construction
Exhibit C. Overtime Rate
Exhibit D: Weekend and Holiday Rate !
}
Such wage rates are hereby found and declared to be the general prevailing rate of per diem
wages in all localities where public works are undertaken on behalf of the City of Lubbock and
such wage rates shall be included in all public works contracts as provided by law.
i.
r
..
Passed by the City Council this 14th
ATTEST:
&-
iie'ttym. J nson, City Secretary
APPROVED AS TO CONTENT:
17)6w a4e�
Mary AndrYws, Managing Director of
Human Resources
APPROVED AS TO FORM:
Hafold Willard, Assistant City Attorney
H W : da lccdocs/pubworks. res
February 14. 1996
2
City of Lubbock
Building Construction Trades
Prevailing Rates
Craft Hourly Rate
Acoustical Ceiling Installer
10.00
Air Conditioner Installer
11.00
Air Conditioner Installer -Helper
5.50
Asbestos Worker
8.00
Asbestos Supervisor
11.00
Bricklayer
11.00
Bricklayer -Helper
6.00
Carpenter
11.00
Carpenter -Helper
6.00
Cement Finisher
7.50
Drywall Hanger
10.00
Electrician
13.00
Electrician -Helper
6.00
Equipment Operator -Heavy
8.50
Equipment Operator -Light
7.50
Floor Installer
8.50
Glazier
8.00
Insulator-Piping/Boiler
9.00
Insulator -Helper
5.50
Iron Worker
8.00
Laborer -General
5.50
Mortar Mixer
5.50
Painter
9.50
Plumber
10.50
Plumber -Helper
6.00
Roofer
8.00
Roofer -Helper
5.50
Sheet Metal Worker
8.75
Sheet Metal Worker -Helper
5.50
Welder -Certified
10.00
Paving and Highway Construction
Prevailing Wage Rates
Asphalt Heaterman
Asphalt Shoveler
Concrete Finisher
Concrete Finisher -Helper
Electrician
Flagger
Form Setter
Form Setter -Helper
Laborer -General
Laborer -Utility
Mechanic
Mechanic -Helper
Power Equipment Operators
Asphalt Paving Machine
Bulldozer
Concrete Paving Machine
Front End Loader
Heavy Equipment Operator
Light Equipment Operator
Motor Grader Operator
Roller
Scraper
Tractor
Truck Driver -Light
Truck Driver -Heavy
Houdy Rate
6.00
5.50
7.35
5.75
10.50
5.50
6.50
5.50
5.50
6.25
7.25
5.50
7.00
7.00
7.00
6.50
7.00
6.50
8.50
6.00
6.50
6.50
6.00
6.50
:11:
Prevailing Wage Rates
Overtime Rate
The rate for overtime (in excess of forty hours per week) is 1 1/2 times base rate.
EXHIBIT D
Prevailing Wage Rates
Weekend and Holiday Rate
The rate for weekend and holiday is 1 1/2 times base rate.
No Text
PROJECT MANUAL
Lubbock International Airport
Reroofing of Sections 11B, 12B & 13B
Lubbock, Texas
343•1d
ARCHITECT
Joe D. McKay, AIA Architects
1402 AVENUE N
LUBBOCK, TX 79401
f806)
806) 744-4990
Fa=: 744-4494
CONSULTING ARCHITECT
Amtech Roofing Consultants, Inc.
13706 RESEARCH, SUITE 109
AUSTIN. TX 78750
512 258-1661
Fax: f512 258-1662
Date: March 13, 1998
Set No.
LUBBOCK INTERNATIONAL AIRPORT RE -ROOFING OF SECTIONS 11B, 12B & 13B
LUBBOCK, TEXAS
TABLE OF CONTENTS
r
SECTION TITLE PAGE NUMBER
r
r
E .
DIVISION 0 - BIDDING AND CONTRACTS
Notice to Bidders
General Instructions to Bidders
Bid Proposal - Bid for Lump Sum Contract
Payment Bond
Performance Bond
Certificate of Insurance
Contract
General Conditions of the Agreement
Current Wage Determination
Notice of Acceptance
DIVISION 1 - GENERAL REQUIREMENTS
SECTION 01010
SECTION 01020
SECTION 01030
SECTION 01041
SECTION 01045
SECTION 01090
SECTION 01120
SECTION 01300
SECTION 01400
SECTION 01500
SECTION 01600
SECTION 01700
SUMMARY OF THE WORK
BID ITEMS
SPECIAL CONDITIONS
PROJECT COORDINATION
CUTTING AND PATCHING
REFERENCE STANDARDS
ALTERATION PROJECT PROCEDURES
SUBMITTALS
QUALITY CONTROL
CONSTRUCTION FACILITIES AND
TEMPORARY CONTROLS
MATERIALS AND EQUIPMENT
CONTRACT CLOSEOUT
DIVISION 6 WOODS AND PLASTICS
SECTION 06100 CARPENTRY
DIVISION 7 - THERMAL AND MOISTURE PROTECTION
SECTION 07220 ROOF INSULATION AND REMOVAL
PROCEDURES
SECTION 07510 ROOFING WARRANTY
SECTION 07550 MODIFIED BITUMEN ROOFING SYSTEM
SECTION 07600 SHEETMETAL WORK
END OF TABLE OF CONTENTS
TABLE OF CONTENTS - PAGE 1
01010-1 THRU 3
01020-1 THRU 2
01030-1 THRU 4
01041-1 THRU 2
01045-1 THRU 5
01090-1 THRU 2
01120-1 THRU 3
01300-1 THRU 5
01400-1 THRU 3
01500-1 THRU 5
01600-1 THRU 4
01700-1 THRU 4
06100-1 THRU 5
07220-1 THRU 7
07510-1 THRU 2
07550-1 THRU 11
07600-1 THRU 6
F
r'
7
( LUBBOCK INTERNATIONAL AIRPORT RE -ROOFING OF SECTIONS 11B,12B 8,138
LUBBOCK, TEXAS
SECTION 01010
SUMMARY OF WORK
PART 1 - GENERAL
1.01 WORK COVERED BY CONTRACT DOCUMENTS
A. The Project is located at the Lubbock International Airport which is located off
Interstate Highway 27 North which is strictly located in Lubbock, Texas.
B. The Work of this Contract consists of the furnishing of all labor, materials,
services, equipment, and appliances required in conjunction with Lubbock
International Airport Re -Roofing of Sections 11 B, 12B & 13B for the City of
Lubbock, Texas, as indicated on the Drawings and Specifications herein.
C. The Work will be accomplished in thirty (30) consecutive calendar days from
the date of the Notice to Proceed.
D. The Drawings and Specifications do not necessarily indicate or describe all
work required for completion of Project. Contractor shall provide and install
all incidentals reasonably inferable from the Contract Documents that are
required for a complete Project.
E. These documents describe the essential elements sufficiently to determine the
scope of the Project.
F. Provide all items required for complete operating systems including items not
necessarily shown in these documents, but that can be reasonably inferred
as being required for the complete operating system.
G. The Drawings and Specifications indicate the basic quality of materials and
quality of construction required for the entire project.
H. Site Inspection: Contact Mr. David Jones at Lubbock International Airport at
806/767-2035. Appointments must be scheduled in advance.
I. Inquiries Conceming Bid Documents: Prior to bidding, questions concerning
the bid documents shall be directed to:
Joe D. McKay Architects, Inc.
1402 Avenue N
Lubbock, Texas 79401
(806) 744-4490
01010 -1
r
LUBBOCK INTERNATIONAL AIRPORT RE -ROOFING OF SECTIONS 11 B, 12B & 13B
LUBBOCK, TEXAS
Fax: (806) 744-4494
1.02 RELATED DOCUMENTS
The requirements of this Section are an extension and are in addition to the
requirements of the Uniform General Conditions, Supplementary General —
Conditions, Forms, Specification Sections found in Division 1 through Division
16 and all Drawings.
1.03 CONTRACT
A. The Contract will be executed as a lump -sum agreement on the forms
provided.
B. Employ subcontractors for the disconnect, re -connect and installation of all
mechanical, electrical and gas line work in conjunction with all work required,
or implied, to be performed by licensed mechanics of these disciplines:
1. Subcontractors of Contractor shall furnish to Contractor bonds covering
faithful performance of subcontract work and payment of all obligations,
thereunder, when Contractor is required to furnish such bonds to the _
Owner.
2. Subcontractors of Contractor shall purchase and maintain liability
insurance as will protect him from claims, for not less than limits of liability
which Contractor is required to provide to Owner.
3. The Contractor shall include in Contract Amount costs of supervision,
coordination and monitoring work of his selected Subcontractors.
1.04 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.
01010 - 2
LUBBOCK INTERNATIONAL AIRPORT RE -ROOFING OF SECTIONS 11B, 12B & 13B
LUBBOCK, TEXAS
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.
END OF SECTION
01010 - 3
r
LUBBOCK INTERNATIONAL AIRPORT RE -ROOFING OF SECTIONS 11 B,12B & 13B
LUBBOCK, TEXAS
SECTION 01020
BID ITEMS
PART 1 - GENERAL
1.01 DESCRIPTION OF REQUIREMENTS:
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
r
t : Bid Form that will be added to or deducted from the 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 the 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
l.. at a later date. Include a complete description of negotiated modifications to
alternates, if any.
1.02 RELATED DOCUMENTS:
The requirements of this Section are an extension and are in addition to the
t-- requirements of the Uniform General Conditions, Supplementary General
Conditions, Forms, Specification Sections found in Division 1 through Division
16 and all Drawings.
PART 2 - PRODUCTS
NOT USED.
01020 -1
r
LUBBOCK INTERNATIONAL AIRPORT RE -ROOFING OF SECTIONS 11B, 12B & 13B
LUBBOCK, TEXAS
PART 3 - EXECUTION
Base Bid No. 1: Base No. 1 includes all work shown and specified required to
construct the re -roofing of Sections 11 B, 12B & 13B.
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.
Unit Price No. 1: Deteriorated wood blocking. Price by the board foot.
Unit Price No. 2: Deteriorated gypsum decking. Price by V x V x 1" thick.
END OF SECTION
01020 - 2
r
LUBBOCK INTERNATIONAL AIRPORT RE -ROOFING OF SECTIONS 11B,12B & 13B
LUBBOCK, TEXAS
PART 1 - GENERAL
1.01 REFERENCES
SECTION 01030
SPECIAL CONDITIONS
t" 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 these
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
r,
ASME
American Society of Mechanical Engineers
ASTM
American Society for Testing Materials
AWSC
American Welding Society Code
FS
Federal Specifications
NFPA
National Fire Protection Association
NBS
National Bureau of Standards
NEC
National Electric Code
SPR
Simplified Practice Recommendations
UL
Underwriters' Laboratories, Inc.
NRCA
National Roofing Contractors Association
`
ANAAMM
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 around the building or site around this Contract.
For convenience of reference and to facilitate letting of subcontracts, these
Specifications are separated into sections. Such separation shall not operate
to make Owner an arbitrator to establish subcontract limits between
subcontractors.
01030-1
LUBBOCK INTERNATIONAL AIRPORT RE -ROOFING OF SECTIONS 11 B, 12B & 138
LUBBOCK, TEXAS
Contractor's Responsibilities: Amend to include:
Execute the Work as per the Contract Documents. Make no changes
therefore without having first received written permission. Where detailed
information is lacking before proceeding with the Work, refer matters to the
Architect for information.
Materials and Workmanship: Amend to include:
All work shall be executed by mechanics skilled in their respective trades.
Mechanics whose work is unsatisfactory to the Owner or who are considered
by the Owner to be careless, incompetent, unskilled, or otherwise
objectionable are to be dismissed from work upon notice from the Owner.
The Owner will provide temporary water and electrical power required for the
work at no cost to the Contractor. The Contractor shall make necessary
connections to existing fire plugs and/or tap the existing water service, and to
power transformer at the building site as required to perform his work.
Coordinate all connections with the Owner's maintenance department.
The Contractor shall be responsible for furnishing storage buildings,
construction office, temporary security fencing, temporary air -tight partitions,
bulletin boards temporary fire protection, etc., as required to carry out
construction operations.
Construction related access to the site shall be as shown on the Drawings.
It shall be the responsibility of the Contractor to prevent damage to the
existing road system and to repair any damage thereto. Any loss or damage
to the Owner's property caused by the Contractor or his workmen shall be
repaired or replaced at no cost to the Owner. Restore the grounds to original
condition at the completion of the Project. Remove all fences, barricades, etc.
Replace all vegetation damaged by construction operations, including grass,
shrubs, and trees, to the satisfaction of the Owner. Repair any damage to the
drives and parking areas.
Work hours in general are between 7:00 AM and 5:00 PM, Monday through
Friday, unless an exception is granted by the Owner and Architect, or as
otherwise defined by various Sections of these Specifications.
For purposes 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 PM.
01030-2
LUBBOCK INTERNATIONAL AIRPORT RE -ROOFING OF SECTIONS 11 B, 12B & 13B
LUBBOCK, TEXAS
The Contractor shall remove trash and rubbish from the Owner's premises at
the end of each work day. This shall mean that these materials shall be
cleaned from the grounds and shall not be left in areas or locations other that
containers specified for this purpose. Burning of combustibles will not be
permitted.
1.02 RELATED DOCUMENTS
Uniform General Conditions, Supplementary General Conditions, Forms,
Specification Sections found in Division 1 through Division 16 and all Drawings
F . apply to Work specified in this Section.
1.03 PROJECT SUPERINTENDENT
In addition to other duties imposed by these Specifications the Project
Superintendent shall meet the following requirements:
s,
A. Show prior to the start of work references from Owners of a minimum of five
(5) previously completed jobs of the same size, complexity and construction
cost.
B. Show proficiency prior to the start of the Work that the Superintendent is fluent
in the English language, or if not, provide a competent and approved
interpreter for such purposes. The purpose of this clause is to assure
r adequate communications with all parties involved in the Work.
I'
r
C. The Project Superintendent shall be present at the project site at all times that
any work of this contract is underway. In the case that the Project
Superintendent must be away from the project site the Contractor shall first file
written documentation of the absence with the Architect at least 48-hours in
advance of the new replacement. The replacement or acting Project
Superintendent shall meet the minimum requirements defined above and
elsewhere in the Specifications for the Project Superintendent. The only
exception to this shall be when the Contractor, an owner of the company with
at least a majority share of ownership. A majority owner of the contracting
company may act as the Project Superintendent for the entirety of the project.
D. No subcontractor(s) shall be permitted to work at any time when the Project
Superintendent is not present.
01030-3
LUBBOCK INTERNATIONAL AIRPORT RE -ROOFING OF SECTIONS 11B, 12B & 13B
LUBBOCK, TEXAS
PART 2 - PRODUCTS
NOT USED
PART 3 - EXECUTION
NOT USED
END OF SECTION
F
LUBBOCK INTERNATIONAL AIRPORT RE -ROOFING OF SECTIONS 11B, 12B & 13B
LUBBOCK, TEXAS
SECTION 01045
CUTTING AND PATCHING
PART 1 - GENERAL
1.01 REQUIREMENTS INCLUDED
A. Requirements and limitations for cutting and patching of Work.
B. Definition: "Cutting and patching" includes cutting into existing construction
to provide for the installation or performance of other work and subsequent
# fitting and patching required to restore surfaces to their original condition.
r' "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.
F
Cutting and patching performed during the manufacture of products, or during
the initial fabrication, erection or installation processes is not considered to be
"cutting and patching" under this definition. Drilling of holes to install fasteners
and similar operations are also not considered to be "Cutting and Patching".
"Demolition" and "Selective Demolition" are recognized as related but separate
categories of Work, which may or may not require cutting and patching as
defined by this Section; refer to "Demolition" or "Selective Demolition" sections
as necessary
1.02 RELATED REQUIREMENTS
Uniform General Conditions, Supplementary General Conditions, Forms,
Specification Sections found in Division 1 through Division 16 and all Drawings
apply to Work specified in this Section.
1.03 SUBMITTALS
A. Submit written request in advance of cutting or alteration which affects:
1. Structural integrity of any element of Project.
2. Integrity of weather -exposed or moisture -resistant element.
3. Efficiency, maintenance, or safety of any operational equipment.
4. Visual qualities of sight -exposed elements.
5. Work of Owner or separate contractor.
01045 -1
r
i
LUBBOCK INTERNATIONAL AIRPORT RE -ROOFING OF SECTIONS 11 B,12B & 13B
LUBBOCK, TEXAS
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.
1.04 QUALITY ASSURANCE
Requirements for Structural Work: Do not cut and patch structural work in
a manner that would result in a reduction of load -carrying capacity or of load -
deflection ratio.
PART 2 - PRODUCTS
2.01 MATERIALS
A. General: Except as otherwise indicated, or as directed by the Owner, use
materials for cutting and patching that are identical to existing materials. If
identical materials are not available, or cannot be used, use materials that
match existing adjacent surfaces to the fullest extent possible with regard to
visual effect. Use materials for cutting and patching that will result in
equal -or -better performance characteristics. _
B. Those required for original installation.
C. For any change in materials, submit request for substitution under provisions
in Section 01600.
01045 - 2
7
I
LUBBOCK INTERNATIONAL AIRPORT RE -ROOFING OF SECTIONS 11 B,12B & 13B
LUBBOCK, TEXAS
PART 3 - EXECUTION
3.01 GENERAL
A. Execute cutting, fitting and patching including excavation and fill, to complete
work and to:
1. Fit the several parts together, to integrate with other work.
�• 2. Uncover work to install ill-timed work.
i 3. Remove and replace defective and non -conforming work.
4. Remove samples of installed work for testing.
5. Provide openings in elements of work for penetrations of mechanical and
electrical work.
3.02 INSPECTION
Before cutting, examine the surfaces to be cut and patched and the conditions
under which the Work is to be performed. If unsafe or otherwise
unsatisfactory conditions are encountered, take corrective action before
proceeding with the work.
A. Inspect existing conditions, including elements subject to damage or
movement during cutting or 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 Work from damage.
B. Provide protection from elements for areas which may be exposed by the
Work; maintain excavations and openings free of water.
C. Prevent debris from entering facility; do not permit product contamination.
See Section 01500.
3.04 PERFORMANCE
A. General: Employ skilled workers to perform .cutting and patching work.
01045 - 3
7
LUBBOCK INTERNATIONAL AIRPORT RE -ROOFING OF SECTIONS 11B, 12B & 13B
LUBBOCK, TEXAS
Except as otherwise indicated or as approved by the Architect, proceed with
cutting and patching at the earliest feasible time and complete work without
delay.
B. Cutting: Cut the work using methods that are least likely to damage work to
be retained or adjoining work. Where possible review proposed procedures
with the original installer; comply with the original installer's recommendations.
C. In general, where cutting is required use hand or small power tools designed
for sawing or grinding, not hammering and chopping. Cut through concrete
and masonry using a cutting machine such as a carborundum saw or core drill
to insure a neat hole. Cut holes and slots neatly to size required with a
minimum disturbance or adjacent work. To avoid marring existing finished
surfaces, cut or drill from the exposed or finished side into concealed surfaces.
Temporarily cover openings when not used.
D. Patching: Patch with seams which are durable and as invisible as possible.
Comply with specified tolerances for the work. Where feasible, inspect and
test patched areas to demonstrate integrity of work. Restore exposed finishes
of patched areas and where necessary extend finish restoration into retained
adjoining work in a manner which will eliminate evidence of patching and
re -finishing.
E. Where removal of walls or partitions extends on finished areas into another
finished area, patch and repair floor and wall surfaces in the new space to
provide an even surface of uniform color and appearance. If necessary to
achieve uniform color and appearance, remove existing floor and wall covering
and replace with new materials.
F. Where patch occurs in a smooth painted surface, extend final paint coat over
entire unbroken surface containing patch, after patched area has received
prime and base coat. Patch, repair or re -hang existing ceilings as necessary
to provide an even plane surface of uniform appearance.
G. Fit work airtight to pipes, sleeves, ducts, conduit, and other penetrations ...
through surfaces.
H. At penetrations of fire -rated wall, ceiling, or floor construction, completely seal
voids with fire rated material, full thickness of the construction element.
Do not leave facility open to contamination or the elements; close off at end
of each work day.
01045 - 4
LUBBOCK INTERNATIONAL AIRPORT RE -ROOFING OF SECTIONS 11B, 12B & 13B
LUBBOCK, TEXAS
J. CLEANING: Thoroughly clean areas and spaces where work is performed or
used as access to work. Remove completely paint, mortar, oils, putty and
items of similar nature. Thoroughly clean piping, conduit and similar features
before painting or other finishing is applied. Restore damaged pipe covering
to its original condition.
END OF SECTION
01045 - 5
r
LUBBOCK INTERNATIONAL AIRPORT RE -ROOFING OF SECTIONS 11 B,12B a 13B
LUBBOCK, TEXAS
SECTION 01090
REFERENCE STANDARDS
PART 1 - GENERAL
1.01 REQUIREMENTS INCLUDED
A. Applicability of Reference Standards
B. Provision of Reference Standards at Site
C. Acronyms used in Contract Documents for Reference Standards.
1.02 RELATED REQUIREMENTS
Uniform General Conditions, Supplementary General Conditions, Forms,
Specification Sections found in Division 1 through Division 16 and all
r.., Drawings apply to Work specified in this Section.
1.03 QUALITY ASSURANCE
C 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.
F
B. The date of the standard is that in effect as of the Bid Date, except when a
specific date is specified.
C. When referenced by individual Specification Section, obtain a copy of the
standard and maintain it at the job site, making it accessible to the Architect
at all times during submittals, planning and progress of the specific Work, until
Substantial Completion.
1.04 SCHEDULE OF REFERENCES
AABC Associated Air Balance Council
2146 W. Sunset Blvd., Los Angeles, CA 90026
ACI
American Concrete Institute
AGC
Box 19150 Redford Station, Detroit MI 48129 ,
Associated General Contractors of America
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
In
American National Standards stitute
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, 61h Floor, Arlington, VA 22209
ASA
Acoustical Society of America
01090 - 1
r
LUBBOCK INTERNATIONAL AIRPORT RE -ROOFING OF SECTIONS 118, 12B & 13B
LUBBOCK, TEXAS
ASC
Adhesive and Sealant Council
ASHRAE
American Society of Heating, Refrigeration and
ASME
Air Conditioning Engineers
American Society of Mechanical Engineers
ASTM
American Society for Testing and Materials
AWPA
American Wood Preservers Association
7745 Old Georgetown, Bethesda, MD 20014
AWPB
American Wood Preservers Bureau
AWS
American Welding Society, Inc.
BHMA
Builder's Hardware Manufacturer's Association
CSI
Construction Specifications Institute, Inc.
DHO
Door and Hardware Institute
EIA
Electronics Industries Association
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
S. Department of Commerce)NEBB
Waorial
Environmental Balancing Bureau
NEC
National Electric Code, NFPA 70-84
NEMA
National Electrical Manufacturers Association
NFPA
National Fire Protection Association
NIOSH
National Institute of Occupational Safety and Health
NRCA
National Roofing Contractor's Association
NSF
National Sanitation Foundation
NSPE
National Society of Professional Engineers
OSHA
Occupational Safety and Health Act
PDCA
Painting and Decorating Contractors of America
PS
Product, Standards of NUBS
SDI
Steel Deck Institute
SMACNA
Sheet Metal and Air Conditioning Contractor's National
Association - Architectural Sheef Metal Manual
SSPC
Steel Structures Painting Council
UL
Underwriter's Laboratories, Inc.
PART 2 - PRODUCTS
NOT USED
PART 3 - EXECUTION
NOT USED
END OF SECTION
01090 - 2
r
I.
jLUBBOCK INTERNATIONAL AIRPORT RE -ROOFING OF SECTIONS 11B,12B & 13B
LUBBOCK, TEXAS
SECTION 01120 '
ALTERATION PROJECT PROCEDURES
PART 1 - GENERAL
1.01 REQUIREMENTS INCLUDED
�— A. Procedural requirements
! B. Rehabilitation and renovations of existing spaces and materials.
C. Installation of products removed in Sections as specified.
l 1.02 RELATED REQUIREMENTS
Uniform General Conditions, Supplementary General Conditions, Forms,
Specification Sections found in Division 1 through Division 16 and all Drawings
apply to Work specified in this Section.
PART 2 - PRODUCTS
2.01 PRODUCTS FOR PATCHING AND EXTENDING WORN:
A. New Materials; As specified in individual Sections
B. Match existing products and work for patching and extending work.
C. Determine type and quality of existing products by inspection and any
necessary testing, and workmanship by use of existing as a standard.
Presence of a product, finish or type of work requires that patching, extending
or matching shall be performed as necessary to make work complete and
consistent with the Specifications.
PART 3 - EXECUTION
3.01 EXAMINATION
A. Verify that demolition is complete, and areas are ready for installation of new
r work.
B. Beginning of restoration work means acceptance of existing conditions.
F
01120 -1
F
LUBBOCK INTERNATIONAL AIRPORT RE -ROOFING OF SECTIONS 11B, 12B & 13B
LUBBOCK, TEXAS
3.02 PREPARATION
A. Cut, move or remove items as necessary for access to alteration and
renovation work, replace and restore at completion. —
B. Remove unsuitable material not marked for salvage, such as rotted wood,
rusted metals, and deteriorated masonry and concrete: replace materials as
specified for finished work.
C. Remove debris and abandoned items from area and from concealed spaces.
D. Prepare surfaces and remove surface finishes to provide for proper installation
of new work and new finishes. —
E. Close openings in exterior surfaces to protect existing work and salvage items
from weather and extremes of temperature and humidity. Insulate ductwork
and piping to prevent condensation in exposed areas.
3.03 INSTALLATION
A. Coordinate work of alterations and renovations to expedite completion
sequentially and to accommodate Owner occupancy.
B. Designated areas, rooms and spaces and finishes shall be complete in all
respects, including operational mechanical and electrical systems.
C. Remove, cut and patch work in a manner to minimize damage and to provide
means to minimize products and finishes to specified condition.
D. Refinish visible existing surfaces to remain in renovated rooms and spaces, to specified condition for each material, with a neat transition to adjacent new
finishes.
E. In addition to specified replacement of equipment and fixtures, restore existing
plumbing, heating, ventilation, air conditioning, and electrical systems to full
operational condition.
F. Install products as specified in individual sections.
01120 - 2
r
i
LUBBOCK INTERNATIONAL AIRPORT RE -ROOFING OF SECTIONS 11 B,12B & 13B
LUBBOCK, TEXAS
1.
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, terminate existing surface along a straight line at a natural line
4
of division and make recommendation to the Architect.
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 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
LUBBOCK INTERNATIONAL AIRPORT RE -ROOFING OF SECTIONS 11B, 12B & 13B
LUBBOCK, TEXAS
SECTION 01300
SUBMITTALS
PART 1 - GENERAL
1.01 REQUIREMENTS INCLUDED
A. Procedures
B. Construction Progress Schedule
C. Shop Drawings
D. Product Data
E. Samples
F. Manufacturer's Instructions
G. Manufacturer's Certificates
1.02 RELATED REQUIREMENTS
Uniform General Conditions, Supplementary General Conditions, Forms,
Specification Sections found in Division 1 through Division 16 and all Drawings
apply to Work specified in this Section.
1.03 PROCEDURES - BEFORE BID OPENING
A. Substitute systems or materials will be considered prior to bidding only when
transmitted with complete information regarding the material(s) to be
substituted. Incomplete materials in the sole opinion of the Architect will
constitute cause for rejection of the request.
B. Statement: Materials discussed in these Specifications whether by trade or
brand name or by reference specification are not intended to be an elimination
of competition from other products having equal or better qualities.
1.04 PROCEDURES - AFTER BID OPENING
A. Deliver submittals to: JOE D. MCKAY ARCHITECTS, INC.
1402 Avenue N
f ' Lubbock, Texas 79401
Tel: 806/744-4490, Fax: 806/744-4494
B. Transmit each item under form acceptable to the Architect in this document.
01300 - 1
LUBBOCK INTERNATIONAL AIRPORT RE -ROOFING OF SECTIONS 11B, 12B & 13B
LUBBOCK, TEXAS
Identify Project, Contractor, Subcontractor, major suppliers; identify pertinent
drawing sheet and detail number, and specification section number as
appropriate. Identify deviations from Contract Documents. Provide 3" x 5"
space for each Contractor and Architect review stamps. Provide certification
stamp on all submittal sets.
C. Submit initial submittal schedule in duplicate within five days after Notice to
Proceed. After review by the Architect, revise and resubmit as required.
Submit revised schedule as required, reflecting changes since previous --
submittal.
All shop drawings and product data on this project will be submitted to the
Architect within ten (10) days after receipt of the Notice to Proceed.
D. Comply with schedule for submittals related to Work progress. Coordinate
submittal of related items.
E. After Architect's review of submittal, revise and re -submit as required,
identifying changes made since previous submittal.
F. Distribute copies of reviewed submittals to concerned persons. Instruct
recipients to promptly report any inability to comply with provisions.
G. Bind each set of submittals in a three-ring binder identified on the outside with
the project number, title, date, Architect and Owner's names, including a table
of contents corresponding to the Specification format, with all contents -
correlated.
1.05 CONSTRUCTION PROGRESS SCHEDULES
A. Submit horizontal bar chart with separate bar for each major trade or
operation, identifying first work day of each week.
B. Show submittal dates required for Shop Drawings product data and samples
and product delivery dates including those, if any, identified to be furnished by
the Owner.
1.06 SHOP DRAWINGS
A. Submit in the form of one reproducible transparency and seven (7) minimum,
opaque reproductions. After review, reproduce and distribute in accordance ►-
01300 - 2
i!
LUBBOCK INTERNATIONAL AIRPORT RE -ROOFING OF SECTIONS 11B,12B & 13B
LUBBOCK, TEXAS
with requirements in Article on Procedures, above.
(" B. Present in a clear and thorough manner. Title each Drawing with Project and
L 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.
1.07 PRODUCT DATA
A. Submit the number of copies which Contractor requires, plus four (4) copies
which will be retained by the Architect, for a minimum of five (5) copies total.
B. Submit only pages which are pertinent; mark each copy of standard printed
data with yellow hi -liter to identify pertinent products, referenced to
Specification Section and Article number. Show reference standards,
performance characteristics, and capacities; wiring and piping diagrams and
controls; component parts; finishes; 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
submitted. Any items not identified
Specifications.
1.08 MANUFACTURER'S INSTRUCTIONS
must be clearly identified when
shall be deemed to meet the
When required in individual Specification Section, submit manufacturer's
printed instructions for delivery, storage, assembly, installation, start-up,
adjusting and finishing in quantities specified for product data.
1.09 SAMPLES
A. Submit full range of Manufacturer's standard colors, textures, and patterns for
r'• Owner's selection. Submit seven (7) samples for selection of finishes and/or
colors within 10 days after date of Notice to Proceed. Submit three (3)
samples of items not requiring color selection.
r, 01300 - 3
r
LUBBOCK INTERNATIONAL AIRPORT RE -ROOFING OF SECTIONS 11B, 12B & 13B
LUBBOCK, TEXAS
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: two (2) will
be retained by the Architect. Reviewed samples which may be used in the
Work are indicated in the Specification Section. —
1.10 FIELD SAMPLES
Provide field samples of finishes at Project site 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. Coordinate submittals with requirements of Work and of Contract Documents. _
C. Apply Contractor's stamp on each sheet of Shop Drawings and Product Data,
and each sample label to certify compliance with requirements of Contract
Documents. Notify Architect in writing at time of submittal, of any deviations
from requirements of Contract Documents.
D. Do not fabricate products or begin work which requires submittals until return
of submittal with Architect's review stamp.
1.12 SUBMITTAL REQUIREMENTS
A. Submit a minimum of seven (7) copies of all submittals except where �"-
otherwise noted.
B. Transmit submittals in such sequence to avoid delay in the Work or work of --
other contracts.
C. Provide a 4" x 5" blank space on each submittal front cover sheet for each
01300 - 4
i LUBBOCK INTERNATIONAL AIRPORT RE -ROOFING OF SECTIONS 11B,12B & 13B
LUBBOCK, TEXAS
Contractor and Architect review stamp.
�- D. Apply Contractor's stamp, signed, certifying to review, verification of products,
field dimensions and field construction criteria, and coordination of information
with requirements of Work and Contract Documents.
E. Coordinate submittals into logical groupings to facilitate interrelation of the
several items.
F. Submit one reproducible transparency and five (5) opaque copies of Shop
Drawings.
G. Submit under Architect approved transmittal letter. Identify Project by title and
number. Identify Work and product by Specification Section and Article
number.
1.13 RE -SUBMITTAL REQUIREMENTS
Make re -submittals under procedures specified for initial submittals; identify
changes made since previous submittal.
1.14 ARCHITECT AND OWNER REVIEW
A. The Architect and Owner and/or his authorized representative will review all
submittals. The reproducible transparency of the Shop Drawings, copy of
product data, and sample will be returned to the Contractor with the Architect's
approval, or with the indication of any changes which may need to be made,
shown thereon, or disapproval.
B. The Architect's review of any such Submittal shall not relieve the Contractor
from responsibility for deviations from Drawings or Specifications, nor shall it
relieve him from responsibility for errors of any sort in the Submittal, nor shall
it in any way diminish his obligations to conduct the Work in accordance with
the Contract Documents.
I C. Approval of samples shall be for design and appearance only, and such
approval shall not relieve Contractor from any obligation as provided in the
r- Contract Documents.
END OF SECTION
01300 - 5
r
LUBBOCK INTERNATIONAL AIRPORT RE -ROOFING OF SECTIONS 11 B, 12B & 13B
LUBBOCK, TEXAS
SECTION 01400
QUALITY CONTROL
PART 1 - GENERAL
1.01 REQUIREMENTS INCLUDED
A.
General Quality Control
' B.
Workmanship
C.
Manufacturer's Instructions
D.
Manufacturer's Certificates
t E.
Field Samples
F.
Manufacturer's Field Services
~� G.
Testing Laboratory Services
1.02 RELATED REQUIREMENTS
Uniform General Conditions, Supplementary General Conditions, Forms,
Specification Sections found in Division 1 through Division 16 and all Drawings
apply to Work specified in this Section.
1.03 QUALITY CONTROL, GENERAL
A. Maintain quality control over supervision, subcontractors, suppliers,
manufacturers, products, services, site conditions and workmanship to
produce work of specified quality.
B. Perform all work to the level of quality specified by Standards in individual
Specification Sections.
C. All work to be inspected by the Architect 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, shall be replaced or repaired by the Contractor
at no additional cost to the Owner.
1.04 WORKMANSHIP
A. Comply with industry standards required for high quality commercial buildings,
01400 -1
a
LUBBOCK INTERNATIONAL AIRPORT RE -ROOFING OF SECTIONS 11B, 12B & 13B
LUBBOCK, TEXAS
except when more restrictive tolerances or specified requirements indicate
more rigid standards or more precise workmanship.
B. Perform work by persons qualified to produce workmanship of specified
quality.
C. Secure products in place with positive anchorage devices designed and sized
to withstand stresses, vibrations, and racking.
1.05 MANUFACTURERS' INSTRUCTIONS
Comply with instructions in full detail, including each step in sequence. Should
instructions conflict with Contract Documents, request clarifications from the
Owner or his representative before proceeding.
1.06 MANUFACTURERS' CERTIFICATES
When required by individual Specification Sections, submit five (5) copies of
Manufacturer's certificates that states products meet or exceed specified
requirements.
1.07 FIELD SAMPLES (MOCK-UPS)
When required by individual Specification Sections, erect complete, full-scale
field sample at Project Site. Tests will be performed in accordance with this
Section. Incorporate field sample into finished work or remove at completion
as directed by Owner.
1.08 QUALITY CONTROL MONITORING
Owner shall retain and have at site quality control monitoring of the scheduled
re -roofing and repair operations on a part time basis.
1.09 MANUFACTURER'S FIELD SERVICES
A. When specified in respective Specification Sections, require supplier,
Manufacturer or vendor to provide qualified personnel to observe field
conditions, conditions of surfaces and installation, quality of workmanship,
start-up of equipment, or test, adjusting and balancing of equipment as
applicable, and to make appropriate recommendations.
01400 - 2
f'-
4
LUBBOCK INTERNATIONAL AIRPORT RE -ROOFING OF SECTIONS 11B, 12B & 13B
LUBBOCK, TEXAS
B. Manufacturer, Supplier, or Vendor Representative shall submit written reports
to Owner listing observations and recommendations when required by the
individual Sections.
1.10 TESTING LABORATORY SERVICES
A. The Owner shall employ and pay for service of any Independent Testing
Laboratory to perform inspections, tests, and other services required by
individual Specification Sections.
B. Services will be performed in accordance with requirements of governing
authorities and with specified standards.
C. Reports will be submitted to the Architect per the General Conditions, giving
observations and results of test, indicating compliance or non-compliance with
i specified standards and with Contract Documents.
D. Trade Contractors shall cooperate with Testing laboratory personnel; furnish
tools, samples of materials, etc. and assistance as requested.
1. Notify Owner and Testing Lab 48 hours prior to expected time for
operations requiring testing and/or inspection services.
2. Make arrangements with Testing Lab and pay for additional samples and
tests for Trade Contractors convenience.
PART 2 - PRODUCTS
NOT USED
PART 3 - EXECUTION
NOT USED
END OF SECTION
01400 - 3
�
ss
r
LUBBOCK INTERNATIONAL AIRPORT RE -ROOFING OF SECTIONS 11 B, 12B & 13B '
LUBBOCK, TEXAS
r`
SECTION 01500
CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS
PART 1 - GENERAL
r
1.01
REQUIREMENTS INCLUDE
p
A.
Electricity, Lighting
B.
Ventilation and Temperature Controls
C.
Telephone Service
r"
r
D.
Water
E.
Sanitary Facilities
F.
Barriers
G.
Enclosures
H.
Protection
I.
Water Control
J.
Cleaning During Construction
K.
Field Sheds
L.
Project Specific Conditions
r
1.02 RELATED REQUIREMENTS
Uniform General Conditions, Supplementary General Conditions, Forms,
Specification Sections found in Division 1 through Division 16 and all Drawings
apply to Work specified in this Section.
1.03 ELECTRICITY, LIGHTING
A. Connect to existing service, provide branch wiring and distribution boxes
located to allow service and lighting by means of ' construction -type power
cords in accordance with NEC Art. 305. All power cords shall be fitted with
ground fault breakers.
B. Provide min. 30 foot candles of lighting for night time construction operations.
C. Existing and permanent lighting may be used during construction. Maintain
lighting and routine repairs.
1.04 VENTILATION AND TEMPERATURE CONTROLS
A. Coordinate use of existing facilities with Owner, extend and supplement with
01500 1
t,
LUBBOCK INTERNATIONAL AIRPORT RE -ROOFING OF SECTIONS 11B, 12B & 13B
LUBBOCK, TEXAS .
temporary units as required to.maintain specified conditions for construction
operations, to protect materials and finishes from damage due to temperature
or humidity.
B. Prior to operation of permanent facilities for temporary purposes, verify that
installation is approved for operation, and that filters are in place. Provide and
pay for operation, maintenance, and final cleaning and adjusting.
C. Provide ventilation of enclosed areas to cure materials, to disperse humidity,
and to prevent accumulations of dust, fumes, vapors and gases.
1.05 TELEPHONE SERVICES
The Contractor will not be allowed usage of Owner's telephones. He may at
his option provide a telephone at the project site or provide his Superintendent
with a mobile telephone. All number(s) including a 24-hour emergency
number shall be provided to the Contracting Office and Architect.
1.06 WATER
Connect to existing facilities; extend branch piping with outlets located so
water is available for use of hoses. Place a control devise on each hose in
order that water will not run freely and be wasted when left on. Patch all holes
in lines, fittings, etc. and maintain in serviceable condition throughout the
project.
1.07 SANITARY FACILITIES
Portable toilets will be provided by the Contractor for his use when the work
is expected to extend for more than three consecutive days.. The portable
toilets will be kept locked at all times and maintained in a sanitary condition at
a location on the campus as designated by the Architect and Owner. The
Contractor's personnel will not be allowed to use facilities in the school, but
instead must find facilities off the campus when a portable toilet is not
provided.
1.08 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.
01500 - 2
r
E
LUBBOCK INTERNATIONAL AIRPORT RE -ROOFING OF SECTIONS 11B, 12B 8,138
LUBBOCK, TEXAS
B. Provide barriers around trees and plants in affected areas. Protect against
vehicular traffic, stored materials, dumping, chemically injurious materials, and
puddling or continuous running water.
C. Provide six feet (6) high chain link fencing around all ground operations.
Gates into the containment area will be provided with padlocks with a key
provided to the designated Owner's representative. See Drawings for fencing
and gate layouts.
1.09 ENCLOSURES
A. Provide temporary weather -tight closures of openings in exterior surfaces to
provide acceptable working conditions and protection for materials, to allow
for temporary heating, and to prevent entry of unauthorized persons. Provide
doors with self closing hardware and locks.
B. Provide temporary partitions and ceilings as required to separate work areas
from Owner occupied areas, to prevent product contamination penetration, of
dust and moisture into Owner occupied areas, and to prevent damage to
existing areas and equipment. Construction: framing and sheet materials with
closed joints and sealed edges at intersections with existing surfaces. Where
required temporary partitions will be required to be in accordance with
provisions of the 1988 Edition of the Life Safety Code.
1.10 PROTECTION OF INSTALLED WORK
A. Provide temporary protection for installed products. Control traffic in
immediate area to minimize damage.
B. Provide protective covering to walls, projections, jambs, sills, and soffits of
openings. Protect finished floors and stairs from traffic, movement of heavy
objects and storage.
C. Prohibit traffic and storage on waterproofed and roofed surfaces, on lawn and
landscaped areas not identified by Owner's Maintenance for those purposes.
1.11 WATER CONTROL
Maintain site free or running water.
01500 - 3
E-
LUBBOCK INTERNATIONAL AIRPORT RE -ROOFING OF SECTIONS 11B, 12B 8,13B
LUBBOCK, TEXAS
1.12 CLEANING DURING CONSTRUCTION
Control accumulation of waste and debris and rubbish on a daily basis and
dispose of off site. Clean interior areas prior to start of any finish work and
maintain all areas free of contamination.
1.13 FIELD SHEDS
Storage sheds for tools, materials and equipment shall be weather tight with
heat and ventilation for products requiring same.
\1.14 REMOVAL
A. Remove temporary materials, equipment, services and construction prior to
Substantial Completion inspection.
B. Clean and repair damage caused by installation or use of temporary facilities.
Restore existing construction to specified or original condition.
C. All grounds will be restored to a like -original condition. If the grounds are
Bermuda grass, seeding is permitted. If it is St. Augustine grass, it will be
re -sodded. All seeding and re -sodding operations and procedures shall be
submitted in writing and be approved by the Architect prior to the work
beginning.
1.15 PROJECT SPECIFIC CONDITIONS
A. The chain link fence at the set-up area shall be erected and maintained where
shown on the Drawings for the entire course of construction.
B. Kettle doors, pour spout and motor covers shall be enclosed and padlocked
when not in use. Fume containment systems are required for all kettles.
C. A photographic or videotape survey shall be conducted of the exterior of the
buildings, work area and all surrounding surfaces prior to any work beginning.
The survey shall be conducted in the presence of the Owner's designated
quality control observer. A copy of the survey shall be submitted to the
Architect within three (3) days of its creation. Failure to provide the survey
shall result in the Contractor being held responsible for any and all damages
observed thereafter which can reasonably be associated with the re -roofing
operations. The survey shall.include the following:
01500 - 4
LUBBOCK INTERNATIONAL AIRPORT RE -ROOFING OF SECTIONS 11B, 12B & 13B
LUBBOCK, TEXAS
1. All ceiling and floor surfaces.
2. All sidewalks and paved surfaces.
3. All current damages to any structural elements and existing surfaces.
4. All existing mechanical, plumbing and electrical elements affected by the
work.
5. All plant life and grounds surrounding the work area.
END OF SECTION
01500 - 5
LUBBOCK INTERNATIONAL AIRPORT RE -ROOFING OF SECTIONS 11B, 12B & 13B
LUBBOCK, TEXAS
SECTION 01600
MATERIAL AND EQUIPMENT
PART 1 - GENERAL
1.01 REQUIREMENTS INCLUDED
A. Products
B. Transportation
C. Storage and Protection
D. Product Options
E. Products List
F. Substitutions
G. Systems Demonstration
1.02 RELATED REQUIREMENTS
Uniform General Conditions, Supplementary General Conditions, Forms,
Specification Sections found in Division 1 through Division 16 and all Drawings
apply to Work specified in this Section.
1.03 PRODUCTS
A. Products include material, equipment and systems.
B. Comply with Specification 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.
F. THE CONTRACTOR SHALL SUBMIT AN ASBESTOS FREE
CERTIFICATION FOR ALL MATERIALS PROPOSED FOR USE IN THE
PROJECT STATING THAT NO MATERIAL PROPOSED OR INTENDED
FOR USE CONTAINS ASBESTOS. AT PROJECT COMPLETION A
01600 -1
LUBBOCK INTERNATIONAL AIRPORT RE -ROOFING OF SECTIONS 11B, 12B & 13B
LUBBOCK, TEXAS
CERTIFICATE SHALL BE SUBMITTED BY THE CONTRACTOR
INDICATING THAT ALL MATERIALS INSTALLED IN THE PROJECT
WERE ASBESTOS FREE.
1.04 TRANSPORTATION AND HANDLING
A. Transport products by methods to avoid damage. Deliver in products in
undamaged condition in manufacturer's unopened containers or packaging in
dry condition.
B. Provide equipment and personnel to handle products by methods to prevent
soiling or damage.
C. Promptly inspect shipments to assure that products comply with requirements,
quantities are correct, and products are undamaged.
1.05 STORAGE AND PROTECTION
A. Store products in accordance with Manufacturer instructions, with seals and
labels intact and legible. Store sensitive products in weather tight enclosures;
maintain within temperature and humidity ranges required by Manufacturer's
instructions.
B. For exterior storage of fabricated products, place on sloped supports above
ground. Cover products subject to deterioration with impervious sheet
covering; provide ventilation and any required heating to avoid condensation.
C. Store loose granular materials on solid surfaces in well -drained areas; prevent
mixing with foreign matter.
D. Arrange storage to provide access for inspection. Periodically inspect to
assure products are undamaged, and are maintained under required �.
conditions.
1.06 PRODUCT OPTIONS
A. Products Specified by Reference Standards or by Description Only: Any
product meeting those standards.
B. Products Specified by Naming One or More Manufacturers with a Provision
for Substitutions: Submit a request for substitution for any Manufacturer not
specifically named.
01600 - 2
t.
r*
LUBBOCK INTERNATIONAL AIRPORT RE -ROOFING OF SECTIONS 11 B,12B & 13B
LUBBOCK, TEXAS
C. Products Specified by Naming Several Manufacturers: Products of named
Manufacturers meeting specifications: No options, no substitutions allowed.
1.07 PRODUCTS LIST
r Within ten (10) days after date established in the Notice to Proceed, submit
4 complete list of major products proposed for use, with name of Manufacturer,
trade name and model number, if applicable, of each product.
1.08 SUBSTITUTIONS
!' A. First named Manufacturer in these Specifications has been used in
preparation of the Construction Documents to determine quality standard,
space requirements, etc.
B. Only within fifteen (15) days after date established in the Notice to Proceed
will Owner consider requests from the Contractor for substitutions.
Subsequently, substitutions will be considered only when a product becomes
unavailable due to no fault of the Contractor.
C. Document each request with complete data 'substantiating compliance of
proposed substitution with all material aspects of the Contract Documents.
D. Request constitutes a representation that Contractor:
1. Has investigated proposed product and determined that it meets or
exceeds, in all respects, specified product.
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. Substitution's will not be considered when they are indicated or implied on
shop drawings or product data submittals without separate written request, or
when acceptance will require substantial revision of Contract Documents.
F. Owner will determine acceptability of proposed substitution and will notify the
Contractor of acceptance or rejection in writing within ten (10) working days.
G. Only one request for substitution will be considered for each product. When
substitution is not accepted, provide specified product.
H. Request for any type of substitution will not be considered unless
01600 - 3
LUBBOCK INTERNATIONAL AIRPORT RE -ROOFING OF SECTIONS 11B, 12B & 13B
LUBBOCK, TEXAS
accompanied by the substitution request form found in Section 01610.
1.09 SYSTEMS DEMONSTRATION
A. Prior to final inspection, demonstrate operation of each system to all parties
concerned.
B. Instruct Owner's personnel in maintenance of new roof system or modified
mechanical items, etc.
PART 2 - PRODUCTS
NOT USED
PART 3 - EXECUTION
NOT USED
END OF SECTION
01600 - 4
LUBBOCK INTERNATIONAL AIRPORT RE -ROOFING OF SECTIONS 118, 12B & 13B
LUBBOCK, TEXAS
SECTION 01700
CONTRACT CLOSEOUT
. PART 1 - GENERAL
1.01 REQUIREMENTS INCLUDE
A. Closeout Procedures
!` B. Final Cleaning
t C. Project Record Documents
D. Operation and Maintenance Data
E. Warranties and Bonds - Not applicable.
1.02 RELATED REQUIREMENTS
Uniform General Conditions, Supplementary General Conditions, Forms,
Specification Sections found in Division 1 through Division 16 and all Drawings
apply to Work specified in this Section.
1.03 DESCRIPTION OF REQUIREMENTS
Definitions: Closeout is hereby defined to include general requirements near
end of Contract Time, in preparation for final acceptance, final payment,
normal termination of contract, occupancy by Owner and similar actions
evidencing completion of the Work. Specific requirements for individual units
of Work are specified in Sections of Division 2 through 16. Time of closeout
is specifically designated for purposes of this contract to be the date on which
the work is fully complete under the issued Work Order and the subsequent
delivery of the closeout statement to the Owner's Contracting Officer.
Inspection Procedures: Upon receipt of Contractor's statement of completion
of a the Work, the Owner will either proceed with inspection or advise
Contractor of prerequisites not fulfilled. Following initial inspection, the
Architect will either declare the Work substantially complete or issue further
ri directions.
1.04 PREREQUISITES TO SUBSTANTIAL COMPLETION
General: Prior to requesting Owner's inspection for Certification of Substantial
Completion list known exceptions in the Work. Include supporting
documentation for completion as indicated in these Contract Documents.
Submit specific warranties, workmanship and maintenance documents
01700.1
r
LUBBOCK INTERNATIONAL AIRPORT RE -ROOFING OF SECTIONS 11B, 12B & 13B
LUBBOCK, TEXAS
maintenance agreements, final certifications and similar documents.
Submit record drawings, maintenance manuals, and similar documents.
Deliver tools, spare parts, extra stock materials and similar physical items to
Owner.
Make final change -over of locks and transit keys to Owner, and advise
Owner's representative of change -over in security provisions.
Complete start-up testing of systems, and instructions of Owner's
maintenance personnel. Discontinue (or change over) and remove from
project site temporary facilities and services, along with construction tools,
facilities, mock-ups, and similar elements.
Complete final cleaning requirements, including touch-up of marred surfaces.
Inspection Procedures: See description above.
1.05 PREREQUISITES TO FINAL ACCEPTANCE
General: Prior to requesting Owner's final inspection complete the following
and list known exceptions (if any) in request:
1. Submit final invoice.
2. Owner's required "Contractor's Affidavit of Bills Paid" will be a final item.
3. Submit copy of Owner's final punch list of itemized work to be completed
or corrected, stating that each item has been completed or otherwise
resolved for acceptance.
Re -inspection Procedure: Upon receipt of Contractor's notice that work has
been completed, including punch list items resulting from earlier inspections,
and excepting incomplete items because of acceptable circumstances, Owner
will re -inspect work. Upon completion of re -inspection, Owner will either
prepare certificate of final acceptance or advise Contractor of work not
completed or obligations not fulfilled as required for final acceptance. If
necessary, procedure will be repeated. In the event that further inspections
are required the Contractor agrees to pay all inspection costs of the Architect
in the amount of $75.00 per hour plus expenses invoiced at a multiplier of 1.10
until such time as the Work is fully complete.
1.06 RECORD DOCUMENT SUBMITTALS
General: Specific requirements for record documents are indicated in
individual sections of these Specifications. Other requirements are indicated
01700 - 2
LUBBOCK INTERNATIONAL AIRPORT RE -ROOFING OF SECTIONS 11B,12B & 13B
LUBBOCK, TEXAS
in General Conditions. General submittal requirements are indicated in
Section '01300. 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 work hours.
Record Documents: Maintain a white -print set (blue -line or black -line) of
Contract Documents and shop drawings in clean, undamaged condition, with
mark-up of actual installations which vary substantially from the Work as
shown. Mark whichever drawing is most capable of showing "field" conditions
fully and accurately; showever, where shop drawings are used for mark-up,
record a cross-reference at corresponding location on working drawings. Mark
with red erasable pencil and, where feasible, use other colors to distinguish
between variations in separate categories of work. Mark-up new information
which is recognized to be of importance to the Owner, but was for some
reason not shown on either the contract drawings or shop drawings. Give
particular attention to concealed work, which would be difficult to measure and
record at a later date. Note related change order numbers where applicable.
Organize record drawing sheets into manageable sets, bind with durable
paper cover sheets, and print suitable titles, dates and other identification on
cover of each set.
Record Specifications: Maintain one copy of Specifications, including
addenda, change orders and similar modifications issued in printed form
during construction, and mark-up variations (of substance) in actual work in
comparison with text of Specifications and modifications as issued. Give
particular attention to substitutions, selection of options, and similar
information on work where it is concealed or cannot otherwise be readily
discerned at a later date by direct observation. Note related record drawing
information and product data, where applicable. Upon completion of mark-up,
submit to Architect for Owner's records.
Operations and Maintenance Manual: provide record Drawings and
Specifications, warranty and maintenance instruction bound in book form for
the Owner upon project completion. Provide three (3) copies of each.
1.07 FINAL CLEANING
General: Special cleaning for specific units of Work is specified in Sections
of Divisions 2 through 16. General cleaning during progress of Work is
specified in General Conditions and as temporary services in "Temporary
Facilities" section of this Division. Provide final cleaning of the Work, at time
indicated, consisting of cleaning each surface or unit of work to normal "clean"
condition expected for a first-class building cleaning and maintenance
program. Clean project site (yard and grounds), including landscape
01700 3
LUBBOCK INTERNATIONAL AIRPORT RE -ROOFING OF SECTIONS 11B, 12B & 13B
LUBBOCK, TEXAS
development areas, of litter and foreign substances. Sweep paved areas to
a broom -clean condition; remove stains, petrochemical spills and other foreign
deposits. Rake grounds which are neither planted or paved, to a smooth,
even -textured surface.
Removal of Protection: Except as otherwise indicated or requested by
Architect, remove temporary protection devices and facilities which were --
installed during course of the Work to protect previously completed work
during remainder of construction period.
Compliances: Comply with safety standards and governing regulations for
cleaning operations. Do not bum waste materials at site, or bury debris or
excess materials on Owner's property, or discharge volatile or other harmful
or dangerous materials into drainage systems; remove waste materials from
site and dispose of in a lawful manner.
Where extra materials of value remain after completion of associated work
have become Owner's property, dispose of these to Owner's best advantage
as directed.
1.08 WARRANTIES AND BONDS
r
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.
r
END OF SECTION
01700 - 4
r-.
i
LUBBOCK INTERNATIONAL AIRPORT RE -ROOFING OF SECTIONS 11B, 12B & 13B
LUBBOCK, TEXAS
SECTION 06100
CARPENTRY
PART 1 - GENERAL
1.01 DESCRIPTION
A. Carpentry required for this specification shall include all additional or replaced
wood nailers or members necessary to achieve proper flashing heights, new
or replaced wood members for roof decking and associated supports, nailers
necessary for new edgings, copings, expansion joints; etc., all other labor,
materials equipment and services to do all carpentry and miscellaneous
installation work called for on the drawings, including but not limited to the
following:
B. Wood blocking, nailers, cants, curbs, furring and other wood members
necessary for roof repairs and associated upgrades.
C. New wood curbs and sheathing or plywood sheathing as necessary for
protection from traffic on existing roof areas.
1.02 RELATED REQUIREMENTS
Uniform General Conditions, Supplementary General Conditions, Forms,
Specification Sections found in Division 1 through Division 16 and all Drawings
apply to Work in this Section.
1.03 REFERENCES
A. Section 02100 - Demolition
B. Section 07220 - Roof Insulation and Removal
C. Section 07550 - Modified Bitumen Roof System
D. Section 07600 - Flashing and Sheet Metal
E. Reference Authorities
1. PS20 - Softwood Lumber Standards
2. PSI - U.S. Product Standard for Construction and Industrial Plywood
3. APA - Product Guide
- 4. AWPA - Book of Standards
1.04 SUBMITTALS
A. Submit product data and certificates under provisions of Section 01300 and
06100 -1
LUBBOCK INTERNATIONAL AIRPORT RE -ROOFING OF SECTIONS 11 B, 12B & 13B
LUBBOCK, TEXAS
Shop Drawings showing the minimum following conditions:
1. Each wood member with its sizing and type.
2. All wood member attachment including size, spacing and type of
fasteners.
B. Wood Treatment Data submittals are required for all Manufacturer's
instructions for proper use of each type of treated material.
C. For each type of pressure treatment specified, include certification by treating
plant stating chemicals and process used, net amount of preservative retained
and conformance with applicable standards.
D. Product data for all wood fasteners including their sizes, material, type and
finish.
1.05 PRODUCT DELIVERY, STORAGE AND HANDLING
A. Delivery: Materials shall be delivered in bulk as necessary so as to provide
continuous operations and no work slow down. Schedule and coordinate with
Owner all necessary deliveries so as to cause the least amount of
inconvenience to Owner's daily activities. All deliveries and unloading or
loading activities shall be the responsibility of the Contractor; 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 be stacked so as to allow circulation within stacks.
Storage of materials on the roof surface shall not overload the existing deck
or structure conditions and all storage areas shall be in designated areas out
of the way of Owner's on -going operations. Materials stored on the roof
surface shall not exceed 20 lbs. per square foot of roof surface.
C. Handling: Materials shall be handled in such a manner so as to preclude
damage and contamination with moisture or foreign matter. _
1.06 JOB CONDITIONS
A. Coordination: Fit carpentry items 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.
06100 - 2
0-
I
LUBBOCK INTERNATIONAL AIRPORT RE -ROOFING OF SECTIONS 11B, 12B & 13B
LUBBOCK, TEXAS
r PART 2 - PRODUCTS
2.01 MATERIALS
A. Factory mark each piece of lumber with type, grade, mill, and grading agency.
B. Nominal sizes are indicated, except as shown by dimensions. Provide actual
sizes as required by PS 20, for moisture content specified for each use.
C. Provide dressed lumber, sized four sides, unless otherwise indicated.
D. Provide seasoned lumber with 19% maximum moisture content at time of
dressing.
E. Framing, furring, etc. shall be southem yellow pine or coast region douglas fir.
_F. Southern Yellow Pine
1. Wolmanized or other approved preservative.
2. Two inch dimension lumber: No. 1 stress rated Fb 1350. No. 1 common.
G. Douglas Fir
1. 2 x 4 and less, light framing grade No. 1 boards.
2. No. 1 common.
H. Plywood Sheathing shall be exterior grade C-D.
I. Provide wood for support or attachment of other work including cant strips,
bucks, nails, blocking, etc. Provide lumber of sizes indicated, worked into
shapes as shown.
J. Moisture Content. 15% Maximum for lumber items not specified to receive
wood preservative treatment.
K. Preservative Treatment. Where lumber is specified, comply with applicable
requirements of AWPA Standards C2 and of AWPB Standards listed below.
Mark each treated item with the AWPB Quality Mark Requirements.
L. Pressure treat above ground items with water bome 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 materials and flashings.
06100 - 3
i
LUBBOCK INTERNATIONAL AIRPORT RE -ROOFING OF SECTIONS 118, 12B & 138
LUBBOCK, TEXAS
M. Kiln dry treated items to maximum moisture content of 19%.
N. -All fasteners shall be hot -dipped galvanized steel in the sizes and type
indicated. All screws and nails shall be appropriate for the wood items to --
connect and shall be hot -dipped galvanized steel.
O. Expansion anchors shall be of the following types: --
1. Concrete Substrate Fasteners: Equal to Rawl "Spike" in sizes shown on
the Drawings or sufficient to provide minimum 1,000 lb. pullout resistance.
2. Stainless Steel Masonry Nails: Stainless steel pin and zinc -jacketed --
fastener equal to Power Rawl Zamac Screw Type Nailin, minimum 1/4" x
1-1 /2".
3. Masonry Substrate Fasteners: Equal to "Tapcon" in sizes and lengths
dictated by existing conditions and approved by the Architect.
PART 3 - EXECUTION
3.01. INSTALLATION
A. Discard units of material with defects which might impair quality of work, and
units which are too small to use in fabricating work with minimum joints or
optimum joint arrangement.
B. Set carpentry work accurately to required levels and lines, with members
plumb and true and accurately cut and fitted.
C. Securely attach carpentry work to substrate by anchoring and fastening as
shown and as required by recognized standards. Countersink nail heads on
exposed carpentry work and fill holes. Use common wire nails, except as
otherwise indicated. Select fasteners of size that will 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 specified anchors spaced as detailed on the
Drawings.
F. When securely attaching carpentry work, all 3/4" and 1" materials shall be
06100 - 4
6.0
LUBBOCK INTERNATIONAL AIRPORT RE -ROOFING OF SECTIONS 1113,12B & 13B
LUBBOCK, TEXAS
attached with 8d hot -dipped galvanized framing nails. All 1-1 /2" or 2"
materials shall be attached with 16d hot -dipped galvanized framing nails. Nail
spacing shall not exceed 12" on center or as detailed, and shall be securely
r driven in place. All bent or deformed nails or fasteners shall be removed and
disposed of.
r--, G. Spilled nails and fasteners on any roof surface are a constant source of
problems. Therefore, all nails will be picked up not less than three (3) times
per day.
{ H. Protective Walkways - Traffic Area Protection: Install full sheets of 3/4"
exterior grade plywood and min. 1/2" wood fiber insulation over those areas
of new roof surface to be trafficked by personnel and wheeled vehicles. The
insulation board will be placed against the roofing surface.
r- WOOD NAILERS ARE REQUIRED AT ALL PERIMETERS MATCHING IN HEIGHT
ALL NEW INSULATION BEING INSTALLED UNDER THE BASE BID. WOOD
NAILERS ARE ALSO REQUIRED AT ALL FLANGED PENETRATIONS, OTHER
THAN LEAD FLASHINGS, MATCHING IN HEIGHT ALL NEW INSULATION BEING
INSTALLED UNDER THE BASE BID.
CARPENTRY, LIKE ALL OTHER PORTIONS OF A RE -ROOFING PROJECT, IS A
VERY IMPORTANT SUB -ASSEMBLY. IT IS THEREFORE A CONDITION OF THIS
SPECIFICATION THAT SKILLED CARPENTERS BE USED FOR ANY AND ALL
WOOD WORKING NEEDS. ALL CARPENTRY WORK DEEMED UNSATISFACTORY
TO THE OWNER AND ARCHITECT WILL BE REJECTED AS WILL
UNSATISFACTORY PERSONNEL.
END OF SECTION
06100 - 5
r-a
r
LUBBOCK INTERNATIONAL AIRPORT RE -ROOFING OF SECTIONS 11B,12B & 13B
LUBBOCK, TEXAS
SECTION 07220
ROOF INSULATION & REMOVAL PROCEDURES
PART i - GENERAL
1.01 WORK INCLUDED
A. Removal and disposal of the existing built-up roofing, insulation, base
flashings and metal accessories if not specified for reuse.
B. Installation of new insulation as specified.
1.02 RELATED REQUIREMENTS
Uniform General Conditions, Supplementary General Conditions, Forms,
Specification Sections found in Division 1 through Division 16 and all Drawings
apply to Work specified in this Section.
1.03 SUBMITTALS
A. Submit current catalogs and brochures describing products for review,
coordination and final approval for use in this Project. All submittals shall be
delived to the office of the Architect per requirements of Section -1300.
B. Provide demolition plan indicating at a minimum the following:
1. Schedule of demolition detailed to correspond to re -roofing operations.
2. Requirements of staging including methods proposed for transport of
materials from the roof to the ground.
3. The written plan shall include details of trash containment, locations for
staging operations and details for disposal of materials off the site.
4. Submit containment fence layout, materials and support structure for all
rooftop and ground locations.
C. Submittals shall include shop drawings showing layouts for all tapered
insulation systems.
1.04 RELATED WORK SPECIFIED ELSEWHERE
A. Section 06100 - Carpentry
B. Sectiori 07510 - Roofing Warranty
C. Section 07550 Modified Bitumen Roofing System
07220 -1
LUBBOCK INTERNATIONAL AIRPORT RE -ROOFING OF SECTIONS 11 B, 12B & 13B
LUBBOCK, TEXAS
D. Section 07600 - Flashing and Sheet Metal
1.05 PRODUCT DELIVERY I
A. Delivery: Materials shall be delivered in the Manufacturer's original sealed
and labeled shrouds and in quantities to allow continuity of application
throughout the Project. Coordinate shipment receipt as necessary to cause
occupant least amount of interference. Do not expect or anticipate Owner to
take responsibility for any deliveries, etc.
B. Storage: Materials shall be stored out of direct exposure to the elements and
on pallets. All goods which are susceptible to water damage will be stored in
fully enclosed trailers. No materials will be stored on the roof overnight.
C. Handling: All materials shall be handled in a manner which will preclude '—
damage and contamination by moisture or other harmful/foreign matter.
1.06 JOB CONDITIONS
A. Any portion of the roofing system or its accessories shall not be applied during
precipitation or started in the event precipitation is threatening, unless
precautions are taken for same.
B. The allowable weight distribution for all roof areas is 25 pounds per square
foot.
PART 2 - PRODUCTS
2.01 MATERIALS
A. Perlite Insulation Board: Rigid mineral aggregate insulation board composed
of expanded perlite and cellulose binders meeting F.S. HH-1-529b. Shall be
in thickness as indicated on the Drawings with minimum thickness of not less
than 3/4". Board size shall be 24" x 48" or 48" x 48".
C. Tapered Insulation: At all areas so designated for taper, use tapered perlite
as manufactured by GAF, U.S. Intec or prior approved equal. Tapered
insulation shall have a minimum slope for positive drainage of 1/16" per foot
or as otherwise shown on the Drawings. The minimum starting thickness shall
be no less than 3/4". Saddles or crickets shall be as produced by the same
manufacturer as that of the tapered system and have a minimum slope of not
less than twice that of the aggregate roof slope over which it is installed.
07220 - 2
I
LUBBOCK INTERNATIONAL AIRPORT RE -ROOFING OF SECTIONS 11B, 12B 8,13B
LUBBOCK, TEXAS
Saddles or crickets shall extend not less than 1/4 the length of the saddle,
unless otherwise detailed or shown.
D. Polyisocyanu rate Insulation: Rigid polyisocyan u rate board insulation
meeting F.S. HH-1-197212. Size to be 48" x 96" x 1.5" or as otherwise shown
on the Drawings. R-value of 6.0 per inch.
E. Cant Strip:
1. Tapered cant of wood fiber or perlite meeting ASTM C-78 shall be
installed at all locations where detailed or where applicable.
2. Fire -retardant wood fiber or perlite meeting ASTM C-78. Size will be 4"
x 4" with a 5-318" face.
2.02 INSULATION SCHEDULE
The schedule of insulated roofing systems is indicated on the Drawings.
2.03 RELATED MATERIALS
A. Asphalt Primer: Asphalt cut -back type primer manufactured in accordance
with ASTM D-41 standards and without asbestos for use on masonry, metal
and other necessary surfaces.
B. Asphalt: Steep grade or special steep grade asphalt manufactured in
accordance with ASTM D-312 standards for Type III or IV. For use as
adhesive for first and additional layers of insulation, for attachment of cant
strip where applicable, or for attachment of insulation to nailed base sheet
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. Mechanical Fasteners for Gypsum Decks: Gyptite or equal galvanized
fastening nails as required by the roofing system manufacturer for application
over gypsum fill.
2.04 MANUFACTURERS
A.. The Manufacturer of the insulation shall be approved in writing by the
Manufacturer of the roof membrane system.
B. All insulation shall be included as a part of the 10-year NDL warranty required
07220 - 3
LUBBOCK INTERNATIONAL AIRPORT RE -ROOFING OF SECTIONS 11B, 12B 8,13B
LUBBOCK, TEXAS
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 the Architect
of any discrepancies or deficiencies.
B. Commencement of application of new insulation, where applicable, signifies
Contractor's acceptance of the existing substrate.
C. Existing Electrical Conduit in Existing Insulation
1. The Contractor is advised that existing electrical conduit is in place
in the insulation being removed and will be encountered during tear -
off. The conduit is located below a 16-gauge steel hat section which
is attached to the deck.
2. The conduit, its protective steel section and wiring are to remain
undisturbed during the work. In no event is a high speed saw or roof
cutter to be used in removing the existing roof system. The as -built
drawings for the conduit locations are available through Airport
Maintenance.
3.02 PREPARATION/DEMOLITION
A. Completely remove all existing built-up roofing materials, flashings and
insulation to the existing deck over the entirety of the roof areas shown to be
re -roofed as indicated by the Drawings. Remove and salvage for reuse all --
metal flashings of prefinished metal. See Section 07600 for new
prefinished metal requirements.
B. The following shall be followed without deviation:
1. No debris shall be deposited on the concrete area at the gates,
taxiway, runway or their surrounding areas.
2. A person 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(s) designated for this task must be cleared by the
FBI for a five-year 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
07220 - 4
r-•
LUBBOCK INTERNATIONAL AIRPORT RE -ROOFING OF SECTIONS 11 B, 12B Si 13B
LUBBOCK, TEXAS
a stable work history with their company since replacement
Individuals cannot gain access to this area without prior approval of
r the background check.
3. 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 weekday morning. 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
i
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.
4. 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.
5. Delivery of materials will be at one time in the morning for all
i
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
s
pick-ups.
6. All debris shall be transported to the disposal vehicleldumpster by
means of a fully enclosed trash chute. The chute shall be designed
to deposit debris a maximum distance of 12" above the sides of the
container. No debris shall be stacked above the 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.
7. The Contractor shall be responsible for the method used for
retention of wind blown debris.
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 when the transport is
.-
moved.
r
1.
9. When in the opinion of the Contractor or Architect and/or their
designated representative(s) the winds are too high to maintain
debris control, or when work can be conducted safely, operations
shall be suspended for the day and the roof returned to a watertight
07220 - 5
LUBBOCK INTERNATIONAL AIRPORT RE -ROOFING OF SECTIONS 11B, 12B & 13B
LUBBOCK, TEXAS
condition.
C. The substrate shall be completely free of debris or foreign matter. Decks shall at this time be inspected (see 3.01 above).
D. All masonry and/or metal'surfaces scheduled to receive new roofing insulation or flashings (by mopping or setting in bituminous materials) are to be primed
with asphalt cut -back type primer at a minimum rate of 3/4 gallon per 100
square feet of area. --
E. Accessories which are no longer deemed necessary shall be brought to the
attention of the Owner or his representative. Removal and deck repair
procedures shall not take place until authorization is obtained from the
Architect. Any and all removed accessories are to be considered the property
of the Owner who reserves the right to retain possession of same. Equipment
and/or any materials removed and not used, and not claimed by the Owner,
will be removed from the site and disposed of by the Contractor.
F. Resulting debris is to be promptly removed from the roof surface and lowered
through chute or by hoist. Debris shall be lowered to proper receptacle at
ground level and removed from the job site on daily or as needed basis so as
not to cause a hazard and to comply with all safety regulations.
G. New required wood nailers and any cut or corrected wood nailers shall be
installed at all areas where detailed. See Carpentry - Section 06100.
H. Dispose of all existing lead soil pipe flashings in accordance with hazardous
materials requirements.
3.03 INSULATION INSTALLATION
A. General application shall be in accordance with the insulation and membrane
manufacturer(s) instructions and the following requirements. These
instructions are to include the installation of necessary wood nailers or other
insulation "stops" as required by existing conditions.
B. Mechanically fasten one ply of the specified base sheet over the prepared
deck surface running each sheet perpendicular to the slope or drainage
direction of the roof. Lap all sheet sides 2" and end laps 6". Fasten with
specified nails and disks at spacings compliant with FM 1-90.
C. Install first, second and/or all subsequent layers of specified insulation in solid
07220 - 6
r
,k
LUBBOCK INTERNATIONAL AIRPORT RE -ROOFING OF SECTIONS 11B, 12B & 13B
LUBBOCK, TEXAS
moppings of the specified asphalt applied at a rate of not less than 25 lbs. per
square. All moppings shall be solid with no voids remaining. Walk in all
boards to insure solid adhesion. Fill all gaps in excess of 1/2 inch. Stagger
joints between adjacent boards and to those below.
. D. All insulation shall be laid in full sheets wherever possible, and carefully fitted
p and pushed against the adjoining sheets or nailers so as to form a tight joint.
Edges of insulation boards shall be mitered at all ridges or elsewhere to
prevent open or irregular joints. All open joints shall be filled with cut pieces
of matching roof insulation.
E. Cant strips, whether tapered or standard, shall be solidly adhered in hot
asphalt or plastic cement at all vertical terminations as detailed.
F. All appropriate measures shall be taken to prevent hot asphalt drip through.
G. In all cases where multiple layers of insulation are to be installed, all joints
between layers shall be broken and staggered to present a more thermally
efficient insulation substrate.
END OF SECTION
07220 - 7
f-" LUBBOCK INTERNATIONAL AIRPORT RE -ROOFING OF SECTIONS 11B, 12B & 13B
LUBBOCK, TEXAS
SECTION 07510
ROOFING WARRANTY
WHEREAS
of (Address)
r- herein called the "Contractor", has performed roofing and associated work for the
LUBBOCK INTERNATIONAL AIRPORT RE -ROOFING OF SECTIONS 11 B, 12B &
13B
r^ Owner: CITY OF LUBBOCK
Address: P.O. BOX 2000, LUBBOCK, TEXAS 79457
Address of Project:
Area of Work: Date of Acceptance:
l . Warranty Period: TWO (2) YEARS Date of Expiration:
C 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:
f 1. Specifically excluded from this Warranty are damages to work and other parts of
the building, and to building contents, caused by: (a) lightning, windstorm, hailstorm,
and other unusual phenomena of the elements; (b) fire; (c) failure of roofing system
substrate including cracking, settlement, excessive deflection, deterioration, and
decomposition; (d) faulty construction of vents, equipment supports, and other
penetrations of the work; (e) repeated vapor condensation on bottom of roofing; and
(f) activity on roofing by other persons including construction contractors and
maintenance personnel, whether authorized or unauthorized by Owner. When work
has been damaged by any of the foregoing causes, Warranty shall be null and void
° until such damage has been repaired by the Contractor, and until cost and expense
thereof has been paid by the Owner or by another responsible party so designated.
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.
07510 -1
LUBBOCK INTERNATIONAL AIRPORT RE -ROOFING OF SECTIONS 11 B, 12B & 13B
LUBBOCK, TEXAS
3. During Warranty Period, if the Owner allows alterations of work by anyone other
than the Contractor, including cutting, patching and maintenance in connection with
penetrations, attachment of other work, and positioning of anything on roof, this
Warranty shall become null and void upon date of said alterations, but only to extent
said alterations affect work covered by this Warranty. If the Owner engages the
Contractor to perform said alterations, warranty shall not become null and void, unless
the Contractor, prior to proceeding with said work, shall have notified the Owner in
writing that said alterations would likely damage or deteriorate the work, thereby
reasonably justifying a limitation or of this Warranty.
4. During Warranty Period, if original use of roof is changed and it becomes used for,
but was not originally specified for, a promenade, work deck, spray cooled surface,
flooded basin, or other use or service more severe than originally specified, this
Warranty shall become null and void upon date of said change, but only to extent said
changes affect work covered by this Warranty.
5. The Owner shall promptly notify the Contractor of observed, known, or suspected
leaks, defect or deterioration, and shall afford reasonable opportunity for the Contractor
to inspect the work, and to examine evidence of such leaks, defects or deterioration.
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 , 1998
Signature
Typed name and Title
Telephone Number
07510 - 2
Firm Name
Address
Fax Number
r
i' LUBBOCK INTERNATIONAL AIRPORT RE -ROOFING OF SECTIONS 11 B, 12B & 13B
LUBBOCK, TEXAS
SECTION 07550
MODIFIED BITUMEN ROOFING
PART 1 - GENERAL
1.01 WORK INCLUDED
Install new SBS modified bitumen roofing systems, with flashings in hot
asphalt.
1.02 RELATED DOCUMENTS
Uniform General Conditions, Supplementary General Conditions, Forms,
Specification Sections found in Division 1 through Division 16 and all Drawings
apply to Work specified in this Section.
1.03 SUBMITTALS
A. Submit under provisions of Section 01300.
B. Shop Drawings: Provide sheet layout indicating location of sheet laps, slope
k of roof surface and/or insulation along with locations of all scuppers and roof
7
{
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 all other proposed materials and
accessories as required for materials in this Work.
D. Test Reports: Provide delivery tickets for each batch of bitumen, stating type,
Equiviscous temperature (EVT), flashpoint (FP), and finished blowing
temperature (FBT).
E. Manufacturer's Installation Instructions: Include installation sequence,
special instructions, and Material Safety Date Sheets (MSDS) for all materials.
F. Manufacturer's Certificate: Certifying that products meet or exceed
specified requirements. Certification letter shall be on the manufacturer's
letterhead and be signed by a duly authorized employee or officer of the
corporation. The letter shall further certify that all materials used in the
system, whether manufactured by that company or not, are acceptable
to the manufacturer for use in the system. The letter will also state that
the proposed system meets all criteria for the issuance of the required
07550 -1
LUBBOCK INTERNATIONAL AIRPORT RE -ROOFING OF SECTIONS 11B, 12B & 13B
LUBBOCK, TEXAS
Manufacturer's warranty.
G. Project Record `Documents: Record exact location of all roof penetrations.
1.04 RELATED WORK SPECIFIED ELSEWHERE
A. Section 06100 - Carpentry Work
B. Section 07220 - Insulation & Roof Removal
C. Section 07510 - Roofing Warranty
D. Section '07600 - Flashing and Sheetmetal
1.05 PRODUCT DELIVERY
A. Delivery: Materials shall be delivered in the Manufacturer's original sealed
and labeled shrouds, on pallets and in quantities to allow continuity of
application throughout the Project. Coordinate shipment receipt as necessary
to cause Owner the 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 the roof surfaces so as not to
exceed 25 lbs. per square foot.
1.06 JOB CONDITIONS
A. All asphalt kettles shall be fitted with an integral fume/smoke reduction system
equal to that manufactured by Reeves Equipment. This system shall be
designed to reduce the smoke and fume emissions of the hot asphalt kettle.
At no time during operation of the kettle shall the system not be in use. —
B. Any portion of the roofing system or its accessories shall not be applied during
precipitation or started in the event precipitation is threatening, unless
precautions are taken for same. The Contractor shall have the final decision
as to whether to chance roofing. operations in the event of the likelihood of
rain. The Contractor shall also consider wind speed as a determinate factor —
as to whether roofing operations can be safely accomplished under those
conditions. The Contractor shall suspend work if in its opinion the wind speed
07550 - 2
1.
LUBBOCK INTERNATIONAL AIRPORT RE -ROOFING OF SECTIONS 11B,12B & 13B
LUBBOCK, TEXAS
will impede the proper installation of the roofing work or cause a danger to its
personnel or to the building's occupants or the Owner's property.
�- C. Do not tear -off the membrane and leave overnight without the application
i of the complete insulation (where required) and modified bitumen base
sheet. The base sheet shall not remain exposed without the cap sheet
r- for more than five (5) consecutive days except where permitted in writing
in advance of the five day period.
D. Roofing membrane and flashings shall prevent water migration into building.
At no time shall the building be left in an open state that would allow water
penetration.
1.07 REFERENCES
A.
ASTM D41 -
Asphalt Primer Used in Roofing.
B.
ASTM D312 -
Asphalt Used in Roofing.
C.
ASTM D2178 -
Asphalt Glass Felt Used in Roofing.
D.
ASTM D4586 -
Asphalt Roof Cement (asbestos free).
E.
FM -
Roof Assembly Classifications.
F.
NRCA -
Manual of Roof Maintenance and Roof Repair.
G.
NRCA -
Roofing and Waterproofing Manual.
H.
UL -
Fire Hazard Classifications.
1.08 QUALITY ASSURANCE
A. Work of this Section shall conform to the NRCA Roofing and Waterproofing
Manual, latest edition, Manufacturer's Installation Instructions and these
Construction Documents. Maintain one copy of each document on site during
operations.
B. The Manufacturer's Representative shall make a minimum of two (2) site visits
to the project per month at critical stages of the roof installation, and forward
written reports of the observations and instructions given to the Contractor
during these visits to the Architect within ten (10) calendar days of the date of
the visit. The visits shall be coordinated to take place at the time of the
Architect's visits with one occurring at the monthly pay application meeting.
The reports shall include at the minimum the following information:
1. Reports shall be typewritten on the Manufacturer's letterhead stationary
and be provided to the Architect no later than seven (7) days after the site
visit.
2. Reports shall document the work in progress and list all deficiencies and
corrective actions and recommendations noted by the Representative and
passed on to the Contractor.
07550 - 3
LUBBOCK INTERNATIONAL AIRPORT RE -ROOFING OF SECTIONS 11 B,12B & 13B
LUBBOCK, TEXAS
C. The Contractor shall keep a daily log with the minimum following information:
1. Nature of operation and quantity of work and materials and areas
installed.
2. Personnel on site by job function and task. Also a list of all site visitors.
3. Kettle temperatures taken three (3) times average per eight (8) hour shift.
4. Material deliveries identifying quantity and type.
5. Daily weather conditions including percentages of rain forecast, wind
conditions and daily temperatures.
1.09 QUALIFICATIONS
A. Manufacturer for the Granular Surfaced Modified System: Company
specializing in the manufacture of products in this Section with a minimum five
(5) years documented experience and at least three (3) jobs within the State
of Texas of the same type system installed and size of project within that
five-year period.
B. Applicator: Company specializing in applying the Work of this Section with
a minimum of three (3) years documented experience in the application of the
specified system, and certified by the roofing material manufacturer as an
approved no -dollar -limit warranty applicator of the specified material. The
Manufacturer approval shall have been in effect no later than January 1,
1996. Also provide evidence of the successful completion of at least three (3)
projects of the same size and type of system being installed. This may include
projects installed under the direct supervision of the company owner whether
with the current company or another over the past five years.
1.10 REGULATORY REQUIREMENTS
A. Fire Hazard Classification: UL Class A.
B. Roof Assembly Classification: FM Class 1-90 construction, in accordance
with FM Construction Bulletin 1-28. This does not apply where wood decks
exist.
1.11 PRE -INSTALLATION CONFERENCE
A. Attend a pre -installation conference among the parties directly affecting the
Work of this Section a minimum of three days prior to commencing Work.
B. Those in attendance shall be the Contractor's Project Manager and
Superintendent, Subcontractors, Material Manufacturer's Representatives,
Owner and Owner's Maintenance and Security Staff Representatives,
Architect and his designated representative.
07550 - 4
t
LUBBOCK INTERNATIONAL AIRPORT RE -ROOFING OF SECTIONS 11B, 12B & 13B
LUBBOCK, TEXAS
C. The agenda shall cover a review of procedures for the work in general,
demolition and installation procedures, and coordination with related work.
D. The original building permit shall be brought to the Pre -Installation Conference
as proof that it has been obtained and paid for by that date. Failure to provide
this will delay the start of the Work since no work will be allowed to commence
until such time as the required permit(s) are obtained and proof made.
1.12 ENVIRONMENTAL REQUIREMENTS
A. Do not apply roofing during inclement weather. Temperatures must be a
minimum of forty degrees Fahrenheit and rising.
B. Do not apply roofing material to damp or frozen deck or substrate.
C. Do not undertake roofing operations when the wind is determined to be
detrimental to safe installation practices.
D. All hot bitumen kettles shall be fitted with an integral fume/smoke
reduction system equal to that manufactured by Reeves Equipment. The
system shall be designed to reduce the smoke and fume emissions of
hot asphalt kettles. At no time during operation of the kettle shall the
system not be in use.
1.13 SEQUENCING AND SCHEDULING
A. Coordinate Work under provision of Section 01041.
B. Coordinate installation of associated metal flashings and roof -related items as
Work of this Section proceeds.
1.14 WARRANTY
A. Manufacturer's Warranty: The roofing material Manufacturer shall provide a
10-year No -Dollar -Limit (NDL) type warranty covering all materials and
workmanship. The warranty shall include all membrane roofing, base
flashings and insulation. The Manufacturer's warranty will also cover the
repair of blistering which may occur during the warranty period.
B. The Contractor shall provide a two-year written warranty covering defects in
the roofing materials and/or labor on the form in Specification Section 07510.
07550 - 5
LUBBOCK INTERNATIONAL AIRPORT RE --ROOFING OF SECTIONS 11B, 12B & 13B
LUBBOCK, TEXAS
PART 2 - PRODUCTS
2.01 MANUFACTURER - GRANULAR SURFACED MEMBRANE SYSTEMS In order to maintain the existing warranty issued by Tamko Roofing Products,
Inc., the Contractor shall use the following roofing system. —
Tamko System 107C FR.
2.02 SHEET MATERIALS
A. Modified Bitumen Base Sheet: Fiberglass matt coated with SBS modified
asphalt.
Tamko Versa -Base.
B. Granular Surfaced Modified Bitumen Cap Sheet: Fiberglass and/or —
polyester reinforced, SBS modified bitumen with tan granular surfacing.
Tamko Awaplan Premium FR.
C. Fiberglass Felt: Produced or approved by the modified bitumen membrane
manufacturer and equal to ASTM D-2178, Type VI. _
D. Fiberglass Base Sheet: Produced or approved by the modified bitumen
membrane manufacturer and equal to ASTM D-4601, Type Il.
2.03 BITUMINOUS MATERIALS - GRANULAR SYSTEM
A. Asphalt Bitumen: ASTM D312, Type 111.
B. Asphalt Primer: ASTM D41.
C. Plastic Cement: ASTM D4586, Type I, asbestos free.
D. Flashing Cement: Matrix type only, compatible for use with SBS modified
bitumen roof system.
2.04 FLEXIBLE FLASHINGS
A. Sheet Flashing: Fiberglass or polyester mat coated with modified bitumen
and metal foil surface. The flashing system is to be approved by the
membrane manufacturer for use with his respective system and be equal to:
Tamko Awaplan Premium FR.
B. Backer Sheet: Sheet flashings shall be installed in all cases with the
manufacturer's recommended backer ply.
07550 - 6
r
t- LUBBOCK INTERNATIONAL AIRPORT RE -ROOFING OF SECTIONS 11B, 12B & 13B
LUBBOCK, TEXAS
2.05 ACCESSORIES
r A. Roofing Nails: Hot -dipped galvanized 11-gauge wire nails with 3/8" diameter
heads and annular rings, length as required to penetrate substrate a minimum
of 3/4".
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 Power Rawl Zamac Screw Type Nailin.
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 1 ".
D. Termination Bar: 12-gauge x 1" hot -dipped galvanized steel bar stock.
E. Substitutions: Under provisions of Section 01600.
2.06 SOURCE QUALITY CONTROL
A. Require asphalt bitumen supplier to provide source, batch and test data on
each shipment and submit for Architect's approval.
B. Include EVT for all asphalt.
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
t delivery.
r., C. Deliver asphalt to site ten (10) days prior to beginning of installation. Testing
may be performed at the Owner's option to confirm compliance.
PART 3 - EXECUTION
3.01 INSPECTION
A. Verify that site conditions and surfaces are ready to receive the work of this
Section.
B. Verify that deck is clean and smooth, free of depressions, waves, or other
projections, and is properly sloped to drains or eaves.
07550 - 7
LUBBOCK INTERNATIONAL AIRPORT RE -ROOFING OF SECTIONS 11B, 12B & 13B
LUBBOCK, TEXAS
C. Verify that deck surfaces are dry and free of moisture. Utilize NRCA Deck
Dryness Test as follows:
1. Use approximately one (1) pint of bitumen specified for use in membrane,
heated to application temperature of 400 degrees F.
2. Pour bitumen on deck surface. If bitumen foams, the deck is not dry
enough to roof.
3. After bitumen has cooled, an attempt shall be made to strip the bitumen
from the deck surface. If the bitumen strips clean from the deck, the deck
is not dry enough to roof.
D. Verify that roof openings, curbs, pipes, sleeves, ducts, and vents through roof
are solidly anchored and wood nailers are in place.
E. Start of installation shall constitute acceptance of existing conditions by the
Contractor.
3.02 PREPARATION
A. Protect all building surfaces against damage from roofing work.
B. Prevent debris and bitumen from entering scuppers, downspouts, drains,
underside of roof deck or other openings. Remove temporary closures in all
drainage devices prior to leaving the job each day.
C. Clean surfaces of roof deck and maintain dust and debris free during roofing
operations.
D. Work hours will be from 7:OOAM to 6:OOPM on workdays Monday through
Friday. Prior approval must be obtained from the Architect and Owner's
representative prior to working days or times other than those specified.
3.03 APPLICATION OF GRANULAR SURFACED ROOFING SYSTEM
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. Upon completion of tear -off of the roof to the existing roof deck the exposed
deck will be broomed clean. Correct all deck deficiencies and install carpentry
per Section 06100. Install the specified fiberglass base sheet and/or
insulation where required by Section 07220.
C. Roll out base ply and cap sheets approximately 30 minutes prior to application
07550 - s
r�
f
i
LUBBOCK INTERNATIONAL AIRPORT RE -ROOFING OF SECTIONS 11 B, 12B 8, 13B
LUBBOCK, TEXAS
f., and allow rolls to relax. Re -roll sheets just prior to application. Weight the
rolled out sheet on the roof to prevent winds from blowing them across or off
the roof.
D. Starting at low point of roof (eaves or roof drains), lay modified bitumen base
ply perpendicular to roof slope in uniform and solid moppings of hot asphalt
applied at a rate of 20 to 25 Ibs/square, providing 4" side and end laps.
E. Mop and seal additional ply of base sheet around roof penetrations prior to
installation of cap sheet.
F. Apply cap sheet parallel to base ply in accordance with Manufacturer's
instructions. Embed sheet into uniform and solid moppings of hot asphalt
applied at a rate of 20 to 25 Ibs/square, providing 4" side and end laps.
Stagger lap joints between base ply and cap sheet. Stagger lap joints
between adjacent plies of cap sheet by a minimum of 12". Where cap sheet
must be applied over granule surface of previously installed sheet apply
asphalt primer to surface of granular sheet and allow to dry prior to mopping.
Use dry laid sheets or other approved bleed containment system to control
overmoppings at end laps and sides.
G. Apply sheets smooth, free of air pockets, wrinkles, fishmouths, or tears. Install
sheets so as to not "buck" or impede the flow of water.
f^ H. Extend membrane above top edge of cant strips a minimum of 2" onto vertical
surfaces. Mop one additional base ply as initial base flashing ply over roofing
membrane at cant, extending onto flat membrane surface a minimum of 4".
Install two (2) plies of organic or 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 flashing cement each day.
J. Immediately cover all asphalt spills or overmopped areas on granular
surfaced cap sheet with matching granules. Limit overmopping to no
more than 1" outside of line of cap sheet laps.
K. Prohibit foot and cart traffic over newly applied roof membrane until asphalt
has sufficiently cooled. Do not stack or store materials or equivalent on
finished membrane.
7 3.04 FLASHINGS
i A. Apply flexible base flashings over specified backer felt to seal membrane to
F
L.
07550 - 9
LUBBOCK INTERNATIONAL AIRPORT RE -ROOFING OF SECTIONS 11B,12B & 13B
LUBBOCK, TEXAS
vertical elements. Mop in Type IV asphalt the specified backer ply followed by
the new granule -surfaced base flashing sheet. Apply both in strict accordance
with the manufacturer's written instructions and these specifications. Secure
top of flashing assembly to wood substrate with specified cap nails spaced at
4" on center. Secure top of flashing assembly to masonry or concrete
substrates with specified termination bar and masonry drive pins spaced at 8"
on center. Cover asphalt bleed with matching colored granules so as to not
leave black lines. The toe of the base flashing shall be cut straight on the
scoring of the sheet and adjacent sheets shall have an even edge.
B. Apply base flashing base and cap sheet in a manner to prevent bleed in
excess of that specified for the field sheets by back -mopping or other
Manufacturer approved techniques.
3.05 FIELD QUALITY CONTROL
A. Field inspection and testing will be performed under provisions of Section
01400.
B. At any point during application or upon Substantial Completion the Architect
with Owner's approval may 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.
C. The Contractor will promptly correct all identified defects and irregularities. All _
membrane defects called to the attention of the Roofing Superintendent will
be repaired prior to the end of each day unless directed otherwise.
D. Demolition operations will not be performed during application of the new
roofing system.
3.06 MANUFACTURER'S FIELD SERVICES
The Contractor will arrange to provide Manufacturer's field services under
provisions of Article 1.08.13. above.
3.07 CLEANING
A. Remove bituminous markings from all finished surfaces.
B. In areas where finished surfaces are soiled by asphalt or any other source of --
soiling caused by work of this Section, consult Manufacturer of surfaces for
cleaning advise and conform to their documented instructions. Replace any
07550 -10
LUBBOCK INTERNATIONAL AIRPORT RE -ROOFING OF SECTIONS 11B, 12B & 13B
LUBBOCK, TEXAS
materials or surface finishes which cannot be cleaned to the satisfaction of the
Owner.
�-
3.08 PROTECTION OF FINISHED WORK
JF
L
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
r^
board and laid loose over the membrane with the insulation board side to the
roof surface.
END OF SECTION
t
l'
r
is
l
07550 -11
r
R
,r
r
r-
i
LUBBOCK INTERNATIONAL AIRPORT RE -ROOFING OF SECTIONS 11 B, 12B & 13B
LUBBOCK, TEXAS
SECTION 07600
FLASHING AND SHEET METAL
PART 1 - GENERAL
1.01 DESCRIPTION
A. Flashing and sheet metal shall be of the materials indicated and installed to
provide a permanent watertight condition.
B. Work includes removal of existing metal flashings and replacement of the
existing metal where indicated so as to integrate into the new roof system.
C. Where practical the Contractor shall remove the existing prefinished
metal intact and with minimal damage. The Contractor is advised that
the existing prefinished metal is a special color which cannot be
matched. The salvaged prefinished metal shall be reused where
possible. Where not possible the metal will be replaced with a limited
number of the same color material which can be obtained from Mr. Ken
Romero, Lubbock Custom Sheetmetal, 806/763-3392. All other metal
exposed to view which was previously prefinished and can no longer be
replaced with same shall be 24-gauge galvanized, primed and painted to
match the existing per Section 09900. The Architect shall issue field
directions as to where the limited quantities of prefinished metal will be
installed.
C. Related Work
1. Section 06100 - Carpentry
2. Section 07220 - Roofing Insulation
3. Section 07510 - Roofing Warranty
4. Section 07550 - Modified Bitumen Roof System
D. Scope: Labor and materials necessary for this Section of work is to include,
but not be limited to all continuous cleats, coping, expansion joints, pitch dams
plumbing and air vent flashings, roof drain leads, counterflashings and
receivers, pitch pans, flange and umbrella flashings, trim, etc.
(' 1.02 RELATED DOCUMENTS
Uniform General Conditions, Supplementary General Conditions, Forms,
Specification Sections found in Division 1 through Division 16 and all Drawings
apply to Work specified in this Section.
F
07600 -1
LUBBOCK INTERNATIONAL AIRPORT RE -ROOFING OF SECTIONS 11B, 12B & 13B
LUBBOCK, TEXAS
1.03 QUALITY ASSURANCE
A. Installation shall comply with current SMACNA Architectural Sheet Metal
Manual as applicable. Drawings shall take precedence of SMACNA details.
B. All sheet metal fabrication and installation shall be performed only by qualified
sheet metal mechanics familiar and competent in their trade.
C. Provide shop drawings of all intended sheet metal items prior to job
commencement for review by the Architect. Provide sample installation
in field of each condition for approval prior to proceeding with
remainder of work. Promptly remove and replace any sample proving
to be unsatisfactory to the Architect. The Architect's Drawings may not
be reproduced in any form for the purpose of the required Shop
Drawings.
PART 2 PRODUCTS
2.01 MATERIALS
A. Galvanized Metals.
Galvanized steel shall be lock forming quality G90 in following gauges and
meeting ASTM A-525. Fasteners for these metals must be hot -dipped
galvanized or stainless steel as�applicable.
1. Pitch Pans: Minimum 24-gauge galvanized with all joints fully soldered.
2. Vent Flashings: Minimum 24-gauge galvanized with all joints fully
soldered.
3. Termination Bar: 12-gauge x,1" hot -dipped galvanized bar stock
fastened with nylon drive pins spaced at 12" on center.
4. Continuous Cleat: Minimum 22-gauge galvanized nailed at 8" on center.
5. Pitch Dams: Minimum 24-gauge galvanized nailed as required.
B. Prefinished Metals. All prefinished metals will be 24-gauge and be fastened
or installed in the manner listed below. Prefinished metals shall be salvaged
at the site or obtained from the source listed above.
1. Coping Cover and Backer Plates: Hooked at front and back.
2. Coping: Hook at exposed face on continuous 22-gauge galvanized cleat
and at opposite side with neoprene -head screws spaced at 12" on center.
3. Counterflashing and Receiver: Attach as shown in Drawings and noted
hereafter.
4. Expansion Joint Hook Strips: Attach with neoprene -head screws
spaced at 12" on center.
5. Expansion Joint Cover: Hooked on both sides.
07600 - 2
r
LUBBOCK INTERNATIONAL AIRPORT RE -ROOFING OF SECTIONS 11 B, 12B & 13B
LUBBOCK, TEXAS
C. Fasteners:
1. Steel Roofing Nails: 11-gauge hot -dipped galvanized nails with annular
threaded rings and 3/8" diameter heads in lengths sufficient to penetrate
the substrate a minimum of 1-1/4".
2. Neoprene -Head Screws: #12 stainless steel or brass self -tapping
screws with hexagonal heads and metal jacketed neoprene rubber
washer.
3. Nylon Masonry Nails: Nylon -jacketed drive pin equal to Rawl Nylon
Nailin #2543. Only use in concealed conditions.
4. Stainless Steel Masonry Nails: Stainless steel pin and zinc -jacketed
fastener equal to Power Rawl Zamac Screw -Type Nailin.
5. Stainless Steel Masonry Nailer Washer: EPDM sealing washer bonded
to Type 304 stainless steel jacket equal to Rawl EPDM Sealing Washer,
1" diameter.
6. Blind Rivets: Stainless steel Series 44. Both rivet and mandrel are to be
stainless steel. A mixture of materials will not be permitted. All exposed
fasteners to receive metal -jacketed neoprene or EPDM washers. Where
fasteners attach counterilashing to receivers, straps to gutters,
downspouts to walls, the washers may be omitted. Exposed horizontal
surface fasteners are not permitted, recognized or acceptable unless
directed otherwise. Other cleats, screws, rivets, bolts, etc. shall be of
matching material to which they attach or be galvanically compatible to the
surface to which they are secured.
t D. Miscellaneous Sheetmetal-Related Materials.
t 1. Plastic Cement: Trowel grade roofing cement conforming to ASTM
D4586 (non -asbestos containing). See Section 07550.
2. Sealant: Equal to Sonneborn NP-1. One component urethane gun -grade
sealant meeting F.S. TT-S-00230-C, Type II, Class A and ASTM
C-920-79.
3. Pitch Pan Sealer: Equal to Sonnebom SL-1 one -part polyurethane
sealant. Sealer shall be poured to one -inch depth over non -shrink grout.
4. Solder: 50% Pig lead and 50% black tin as per ASTM B32.
5. Lead Vent Flashings: 4# sheet lead preformed vent flashing with 4" wide
roof flange and minimum height of 8" above roof surface.
r- 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 on
07600 - 3
LUBBOCK INTERNATIONAL AIRPORT RE -ROOFING OF SECTIONS 11 B, 12B & 13B
LUBBOCK, TEXAS
this Project for correct sequencing of items which make up the entire Project.
3.02 PREPARATION
A. All sheet metal flanges connected or contacting the roof, shall be primed with
uniform coating of asphalt primer and set into a full bed of mastic.
B. All joints in sheetmetal edging or accessories, and galvanized steel pitch pans,
flanges and umbrellas, etc. shall be connected by stainless steel blind rivets
spaced at 2" on center and fully soldered completely watertight.
C. Expansion joint covers, expansion breaks or other devices so needing same,
shall be fitted with watertight standing seam joints allowing for lateral
expansion as dictated by gauge of metal, "stretch out" or exposure and the
latest printed SMACNA guidelines and criteria.
D. Fabricate new metal in longest practical lengths up to ten feet so as to
minimize joints, solder points, welds and seal -offs.
E. 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.
F. Backer and cover plates shall be installed at all copings. ,
3.03 INSTALLATION _
A. Includes all continuous cleats, coping, expansion joints, pitch dams plumbing
and air vent flashings, roof drain leads, counterflashings and receivers, pitch
pans, flange and umbrella flashings, etc.
B. All joints to be locked, sealed, welded or soldered as required.
C. Provide for thermal movement of all exposed sheet metal devices.
D. 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.
E. Metal counterflashings shall completely cover all fasteners used to hold
in place top terminations of composition base flashings.
F. If and when pitch pans are required, they shall be filled with 3" starter course
07600 - 4
F
LUBBOCK INTERNATIONAL AIRPORT RE -ROOFING OF SECTIONS 11B, 12B & 13B
LUBBOCK, TEXAS
of non -shrink grout and be topped with 1" of pourable pitch pan sealant as
specified. Consult Manufacturer for primer as required. Cut oily residue from
galvanized metal prior to installation of sealer. No other material than that
specified maybe used for this installation. The penetration and pan's interior
sides must be completely cleaned of rust, scale, grout, bituminous materials
�- or other foreign matter in order to achieve a proper seal with the specified filler.
i Pyrofil or other gypsum based fillers are not allowed.
r
PITCH PANS MUST BE FABRICATED AS COMPLETE WATERTIGHT
ASSEMBLIES. BOTTOM FLANGES SHALL BE 4" IN ALL DIRECTIONS,
INCLUDING CORNERS. ALL SEAMS SHALL BE WELDED OR SOLDERED
WATER -TIGHT AND COMPLETE.
G. Install all sheetmetal flashings and accessories in accordance with the latest
printed SMACNA guidelines and in accord with recognized roofing and sheet
metal industry standards. Fit flashings tightly in place using square and true
mitered corners. Surfaces shall be true and straight and lines accurate to
profiles encountered.
H. Install new 6" wide cover and backer plates at all new copings fabricated of
matching metal and suitable profile so as to ensure complete and permanent
watertight 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.
I. All galvanized metal comers shall be soldered after being blind riveted at 2"
on center.
COVER PLATE JOINTS SHALL BE SYMMETRICALLY LAID
OUT SO THAT OPPOSITE END STICKS OF METAL ARE OF
THE SAME LENGTH WITH ALL LENGTHS IN BETWEEN BEING
THE SAME. SAMPLE LAYOUTS WILL BE REQUIRED IN THE
FIELD FOR THE ARCHITECT'S APPROVAL PRIOR TO
PROCEEDING WITH THE WORK.
AS SHEETMETAL 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 THIS PROJECT.
07600 - 5
LUBBOCK INTERNATIONAL AIRPORT RE -ROOFING OF SECTIONS 11B, 12B & 13B
LUBBOCK, TEXAS
OWNER AND ARCHITECT RETAIN THE RIGHT TO REJECT ANY AND ALL
SHEETMETAL WORK AND .ANY AND ALL PERSONS SENT TO THIS
PROJECT IF DEEMED UNSATISFACTORY IN ANY WAY.
END OF SECTION
07600 - 6