Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 2157 - Contract - Marubeni America Coporation - Passenger Boarding Bridges, LIA - 09/26/1985
HW:cl Resolution:#2157 September 26, 1935 Agenda Item #39 RF,;ni IITTnN 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 Marubeni America Corporation for the construction and installation of aircraft passenger boarding bridges at Lubbock International Airport, attached herewith, which shall be spread upon the minutes of the Council and as spread upon the minutes of this Council shall constitute and be a part of this Resolution as if fully copied herein in detail. Passed by the City Council this 26th day of September , 1985. — �'e QL ALAN NRY, MAYOFr ATTEST: ty Secretar APPROVED AS TO CONTE G ne EUs, Purchasing Manager APPROVED AS TO FORM: Harold Wil -lard, Assista t City Attorney WHITAKER McQUEEN JONES & ASSOCIATES 2517 74th Street LUBBOCK, TEXAS 79423 (806) 745-5485 To Secretary of City P.O. Box 2000 Lubbock, Texas 79457 WE ARE SENDING YOU V Attached ❑ Under separate cover via_. ❑ Shop drawings ❑ Prints ❑ Plans ❑ Copy of letter ❑ Change order ❑ LFEUTEQ VIF MUMADUML DATE JOB NO, 10-21-1985 ATTENTION Ranette Boyd RE: PBB LUBBOCK the following items: ❑ Samples ❑ Specifications COPIES DATE NO. DESCRIPTION Bond No. 67HF9343 Cprtificate of Tn urance, issue date 1011711985 THESE ARE TRANSMITTED as checked below: ❑ For approval ❑ Approved as submitted ® For your use ❑ Approved as noted ❑ As requested ❑ Returned for corrections ❑ For review and comment ❑ ❑ FOR BIDS DUE 19 REMARKS ❑ Resubmit copies for approval ❑ Submit copies for distribution ❑ Return corrected prints ❑ PRINTS RETURNED AFTER LOAN TO US COPY TO SIGNED: Yancey Jones PRODUCT 240.2 Ja Inc, Gmtm, Mass. 01471. If enclosures are not as noted, kindly notify us at once. STATE OF TEXAS ) COUNTY OF Harris) BOND NO. 67HF9343 r �~ KNOW ALL MEN BY THESE PRESENTS; THAT Marubeni America Corporation. 3700 Two Houston Center of the City of Houston and County of Harris Texas, hereinafter called "Principal" and Insurance Company of North America , hereinafter called "Surety" are held and firmly bound unto Citv of Lubbock, Texas as Obligee, hereinafter called "Owner", in the amount of Six Hundred Fortv Five Thousand Five Hundred and no/100---------- ($ 645,500.00 ) DOLLARS, lawful money of the United States, to be paid in -Harris County, Texas for the payment of which sum well an truly to be made we bind ourselves, our heirs, executors, administrators and sucessors, jointly and severally, firmly be these presents: THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered into a certain contract with the Owner, dated the 13th day of September , 19_$5 a copy of which is hereto attached and made a part of hereof, for the construction of: NOW, THEREFORE, if the principal shall well, truly and faithfully perform and fulfill all of the undertakings, covenants, terms, conditions an agreements of said contract in accordance with the plans, specifications and contract documents during the original term thereof and any extension ' thereof which may be granted by the Owner, with or without notice to the surety, and during the life of any guaranty required under the contract, and shall also well and truly i perform and fulfill all of the undertakings, covenants, terms, conditions and agreements of any and all duly ¢ authoritzed modifications to the surety being hereby waived; i and if the principal shall repair and/or replace all defects due to faulty materials and/or workmanship that appear within a period of one (1) year from the date of completion and acceptance of Improvement by the Owner, then this obligation shall be void; otherwise to remain,in full force and effect. 00300-.3 10 Provided, further, that if any legal action be filed on this bond, venue shall lie in Harr;. County, Texas. Said surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to work performed thereunder, or the plans, specifications, drawings, etc., accompanying same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration to the terms of the contract or to the work to be performed thereunder. This bond is given pursuant to the provisions of Article 5160, Chapter 4 of Vernon's Civil Statutes of Texas, as amended by the Acts of the Regular Session of the 56th Legislatures, 1959, and other applicable statutes of the State -of Texas. The undersigned and designated agent is hereby designated by the Surety herein as the Agent Resident in Harris 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, as provided by Senate Bill 214, Chapter 87, Acts of the 56th Legislature 1959, Regular Session. IN WITNESS WHEREOf, this instrument is executed in `1 - copies, each one of which shall be deemed as original, this 3rd day of October , 198% ATTEST: PRINCIPAL MARUBENI AMERICA CORPORATION ' Secretar BY ( t _ BY: TITLE A. Amitan� Secreta INOUE VICE PRESIDENT SURETY Insurance Company o North America. 3700 Two Houston Center Houston, Texas 77010 PFS' :-.•--' Attorne`�in-fact Gary Cooper The Resident Agent of the Surety in Harris County, Texas, for delivery notice and services of process is: NAME Gary K. Cooper ADDRESS: 1100 Milam Bldg. x`4500, Houston, Texas 7700?_ 00300-4 PAYMENT BOND v STATE OF 'TEXAS ) COUNTY OF Harris) BOND NO. 67HF9343 KNOW ALL MEN BY THESE PRESENTS: That Marubeni America Corporation 3700 Two Houston, Center of the City of Houston County of Harris ,and State of Texas , as Principal, and Insurance Company of _ort merica authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound untoCity of Lubbock Texas (Own r), in the pen um O ix �n re Por } and Five DOLLARS (S��a-e-, }� ) for the payment whereof, and the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certian written contract with the Owner, dated the 13th day of Sentember , 19 85, to which contract is hereby re erre2i to--a-n-a to--a-n-macte a p-a-rT hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended 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. Surety, for value received, stipulates and agrees that no change, extention of time, alteration or addition to the terms of the contract, or to work performed thereunder, or or the plans, specifications or drawings accompanying the same, shall in anywise affect its obligation on this bond and it does hereby waive notice of any such change, extention of time, alteration or addition to the,,terms of the contract, or to the work to be performed thereunwr. 00300-5 IN WI'T'NESS WHEREOF, the said Principal and Surety have ,- signed and sealed this instrument this 3rd day of October 19 8 Principal Surety MARUBENI AMERICA CORPORATION INSURANCE COMPANY OF NORTH AMERICA By B', T. Inoue Title_Vice President & General Manager Title ATTORNEY-INLFACT Address' 3700 Two Houston Center Address 1.100 "Ii Jam uida,, Houston, Tx. Houston, Texas 77010 The name and address of the Resident Agent of Surety is: Gary K. Cooper 1100 'uilan Bldg., #4500 Houston, Texas 77002 No Text ®� e ISSUE DATE (MM/DDNY) 10/17/85 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Marsh & McLennan, Inc. 1221 Avenue of the Americas COMPANIES AFFORDING COVERAGE New York, N.Y. 10020 COMPANY A The Yasuda Fire & Marine Insurance Company LETTER INSURED COMPANY LETTER INA (INSURANCE COMPANY OF NORTH AMERICA COMPANY C Marubeni America Corporation LETTER 200 Park Avenue COMPANY D New York, N.Y. 10166 LETTER COMPANY LETTER INSAMED ABOVE FOR THE POLICY PERIOD INDICATED.. THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED WITH NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER H RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND CONDI- TIONS OF SUCH POLICIES. CO LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MM/DDNY) POLICY EXPIRATION DATE (MM/DD/YY) LIABILITY LIMITS IN THOUSANDS EACH .; OCCURRENCE AGGREGATE GENERAL LIABILITY BODILY X COMPREHENSIVE FORM INJURY $ $ PROPERTY X PREMISES/OPERATIONS X UNDER ROU DAMAGE $ $ A COLLAPSE HAZARD GLP 10110 4/15/86 10115/86 X PDMS/COMPLETED OPERATIONS X CONTRACTUAL BI M PD COMBINED $ 1, 000 $ 1, 000 X INDEPENDENT CONTRACTORS X BROAD FORM PROPERTY DAMAGE X PERSONAL INJURY PERSONAL INJURY $1,000 Broad Form CGL End't AUTOMOBILE LIABILITY BODILY INJURY; ANY AUTO (PER PERSON) $ BODILLINJURY A ALL OWNED AUTOS (PRIV. PASS.) ALL OWNED AUTOS (OTHER THAN) (PER ACCIDENT) $ PRIV. PASS. / X HIRED AUTO$ SMP 10125 10/1/85 10/1/86 PROPERTY NON -OWNED AUTOS DAMAGE $ 81&PO GARAGE LIABILITY COMBINED $ 1 r 000 EXCESS LIABILITY UMBRELLA FORM BI & PD COMBINED $ $ OTHER THAN UMBRELLA FORM STATUTORY WORKERS' COMPENSATION RENLW L OF4_ ig _. $ 500 (EACH ACCIDENT) B AND 024354635 01/01/86 01/01/87 z� $ 360 (DISEASE -POLICY LIMIT) EMPLOYERS' LIABILITY —' . $ 300 (DISEASE -EACH EMPLOYEE) OTHER Installation Floater Policy A 55618 4/15/86 10/15/86 $ 700 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS Construction of passenger boarding bridges at Lubbock Int'1 Airport,Lubbock, TX. Joint Insured: City of Lubbock, Casco - Subcontractor as their interest may appear. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX - City of Lubbock PIRATIQ N DATE 'THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO Municipal Building MAIL 30. DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. 1625 13th Street, Lubbock, TX AUTHORIZED REPRESENTATIVE Resolution #2157 THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A101 Standard Form of Agreement Between Owner and Contractor where the basis of payment is a STIPULATED SUM 1977 EDITION THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES; CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS COMPLETION OR MODIFICATION Use only with the 9976 Edition of AIA Document A209, General Conditions of the Contract for Construction. This document has been approved and endorsed by The Associated General Contractors of America. AGREEMENT made as of the Thirtieth day of September in the year of Nineteen Hundred and Eighty -Five BETWEEN the Owner: City cf Lubbock, Texas Municipal Building, 1625 13th Street Lubbock, Texas 79401 and the Contractor: Marubeni America Corporation 3700 Two Houston Center Houston, Texas 77010 The Project: Lubbock International Airport Terminal Building Phase II Aircraft Passenger Boarding Bridges The Architect: Whitaker McQueen Jones & Associates 2517 74th Street Lubbock, Texas 79423 The Owner and the Contractor agree as set forth below. Copyright 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, © 1977 by the American Institute of Architects, 1735 New York Avenue, N.W., Washington, D. C. 20006. Reproduction of the material herein or substantial quotation of its provisions without permission of the AIA violates the copyright laws of the United States and will be subject to legal prosecution. AIA DOCUMENT A101 • OWNER -CONTRACTOR AGREEMENT • ELEVENTH EDITION • )UNE 1977 AIA® ©1977 THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W., WASHINGTON, D. C. 20006 A101-1977 1 ARTICLE 1 THE CONTRACT DOCUMENTS The Contract Documents consist of this Agreement, the Conditions of the Contract (General, Supplementary and other Conditions), the Drawings, the Specifications, all Addenda issued prior to and all Modifications issued after exe- cution of this Agreement. These form the Contract, and all are as fully a part of the Contract as if attached to this Agreement or repeated herein. An enumeration of the Contract Documents appears in Article 7. ARTICLE 2 THE WORK The Contractor shall perform all the Work required by the Contract Documents for (Here insert the caption descriptive of the Work as used on other Contract Documents.) Lubbock International Airport Terminal Building Phase II Aircraft Passenger Boarding Bridges ARTICLE 3 TIME OF COMMENCEMENT AND SUBSTANTIAL COMPLETION The Work to be performed under this Contract shall be commenced Within ten (10) days of receipt of Owner's written Notice to Proceed. and, subject to authorized adjustments, Substantial Completion shall be achieved not later than (Here insert any special provisions for liquidated damages relating to failure to complete on time.) One Hundred Eighty (180) days after the date of the Notice to. Proceed. AIA DOCUMENT A101 OWNER -CONTRACTOR AGREEMENT ELEVENTH EDITION JUNE 1977 AIA® ©1977 • THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W., WASHINGTON, D. C. 20006 A101-1977 2 ARTICLE 4 CONTRACT SUM The Owner_ shall pay the Contractor in current funds for the performance of the Work, subject to additions and deductions by Change Order as provided in the Contract Documents, the Contract Sum of Six Hundred Forty -Five Thousand Five Hundred and No/100ths Dollars. ($645,500.00) The Contract Sum is determined as follows: (State here the base bid or other lump sum amount, accepted alternates, and unit prices, as applicable.) BASE BID -----------------------------------------$645,500.00 Alternate No. One (Not Accepted) -0- Total Contract Sum $645,500.00 ARTICLE 5 PROGRESS PAYMENTS Based upon Applications for Payment submitted to the Architect by the Contractor and Certificates for Payment issued by the Architect, the Owner shall make progress pa ments on account of the Contract Sum to the Contractor as pro- ' vided in the Contract Documents DRM __(�4D4d(dld((�t'iXiXXKXXXXXXXXXXXXXXXXXXXXXNWXXt X1KXAX as follows: (it not covered elsewhere in the Contract Documents, here insert any provision for limiting or reducing the amount retained after the Work reaches a certain stage of completion.) Payment No. l - Upon Notice to Proceed, 10% ($64,550.00) Payment No. 2 - Upon Delivery of Bridges 80% ($516,400.00) to Job site. Payment No.,3 - Following Final Acceptance 10% ($64,550.00) All Payments Net 30 Days Payments due and unpaid under. the Contract Documents shall bear interest from the date payment is due at the rate entered below, or in the absence thereof, at the legal rate prevailing at the place of the Project. (Here insert any rate of interest agreed upon.) (Usury laws and requirements under the federal Truth in Lending Act, similar state and local consumer credit laws and other regulations at the Owner's and Contractor's principal places of business, the location of the Project and elsewhere may affect the validity of this provision. Specific legal advice should be obtained with respect to deletion, modification, or other requirements such as written disclosures or waivers.) AIA DOCUMENT A101 - OWNER -CONTRACTOR AGREEMENT - ELEVENTH EDITION - )UNE 1977 • . AIA® ©1977 THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK ,AVE., N.W., WASHINGTON, D. C. 20006 A101-1977 3 a ARTICLE 6 FINAL PAYMENT Final payment, constituting the entire unpaid balance of the Contract Sum, shall be paid by the Owner to the Contractor when the Work has been completed, the Contract fully performed, and a final Certificate for Payment has been issued by the Architect. ARTICLE 7 MISCELLANEOUS PROVISIONS 7.1 Terms used in this Agreement which are defined in the Conditions of the Contract shall have the meanings designated in those Conditions. 7.2 The Contract Documents, which constitute the entire agreement between the Owner and the Contractor, are listed in Article 1 and, except for Modifications issued after execution of this Agreement, are enumerated as follows: (List below the Agreement, the Conditions of the Contract (General, Supplementary, and other Conditions), the Drawings, the Specifications, and any Addenda and accepted alternates, showing page or sheet numbers in all cases and dates where applicable.) See Attached Exhibit °A" APPROVED AS TO CONTENT; APPROVED AS TO FORM: Mar in Coffee, ation Director Miche e Har ,Assistant City Attorney This Agreement entered into as of the day and year first written above. OWNER CONTRACTOR City of Lu ock, Tei •s Marubeni Americ orporation By: By: IV 441 'W T. INOUE, VICE PRESIDENT AIA DOCUMENT A101 • OWNER -CONTRACTOR AGREEMENT ELEVENTH EDITION • JUNE 1977 • AIA0 ©1977 • THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W., WASHINGTON, D C. 20006 A101-1977 4 r• EXHIBIT ..A.. AGREEMENT BETWEEN CITY OF LUBBOC.K, TEXAS, AND MARUBENI AMERICA CORPORATION Dated September 30, 1985 The Contract Documents consist of: THE AGREEMENT GENERAL CONDITIONS OF THE CONTRACT - Section 00700 of the Project Manual. PROJECT MANUAL (SPECIFICATIONS) - Bound separately dated_7/15/85 Division Pages 1 - General Requirements ------------------------------ 01080-1 - 01080-2 2 - Not Used 3 - Not Used 4 - Not Used 5 - Not Used 6 - Not Used 7 - Not Used 8 - Not Used 9 - Not Used 10 - Not Used 11 - Not Used 12 - Not Used 13 - Not Used 14 - Conveying Systems ----------- 14700-1 — 14700-14 15 - Not Used 16 - Not Used AppendixA -------------------------- -------------------------- 1 DRAWINGS - Bound separately dated 7/15/85 Section Sheets 1. Apron Layout, gates IE and 2E ----------------------------- 1 2. Apron Layout, gate 7 -------------------------------------- 2 TECHNICAL SPECIFICATIONS (MITSUBISHI) - Bound separately dated August, 1985 LS5336----------------=--------------------------------------- 1-10 LS5337-------------------------------------------------------- 1-15 AtChitects 1:01 GEO[A SPRINGS. OALLAi. TX 78201 s PROJECT MANUAL FOR THE CONSTRUCTION OF*,,:, LUBBXK INTERNATIONAL AIRPORT TERMINAL BUILDING PHASE II AIRCRAFT PASSENGER BOARDING BRIDGES OWNER CITY OF LUBBOM TD(AS WHrFAKER MCQUEEN • JONES and ASSOCIATES architects 806 i45 5485 25I7 74th luUxxk,bc. 79423 ['7115 7R SPECIFICATIONS FOR THE CONSTRUCTION AND INSTALLATION OF THREE AIRCRAFT PASSENGER BOARDING BRIDGES FOR LUBBOCK INTERNATIONAL. AIRPORT TERMINAL BUILDING LUBBOCK, TEXAS WHITAKER MCQUEEN JONES & ASSOCIATES, ARCHITECTS 2517 74th Lubbock, Texas 79423 ADVERTISEMENT FOR BIDS BID# 8649 Sealed proposals addressed to Gene Eads, Purchasing Manager, City of , Lubbock, Texas, will be received at the office of the Purchasing Manager, Municipal Building, 1625 13th Street, Room L-04, Lubbock, Texas, 79401 until 2:30 o'clock p.m. on the 20th day of August, 1985, to furnish all labor and materials and perform all work for the construction of the following described project: AIRCRAFT PASSENGER BOARDING BRIDGES — AIRPORT After the expiration of the time and date above first written, said sealed proposals will be opened by the Purchasing Manager at his office and .., publicly read aloud. The plans, specifications, proposal forms and contract documents may be examined at the office of the Purchasing Manager for the City of Lubbock, Texas. Attention of each bidder is particularly called to the Schedule of General Prevailing Rate of Per Diem Mages included in the contract documents on file in the office of the Purchasing Manager of the City of Lubbock, Texas. Each bidder's attention is further directed to the provisions of Article 5159a, Vernon's Ann. Civil St., and the requirements contained therein concerning such wage scales and payment by the contractor of the prevailing rates of wages as heretofore established by the City of Lubbock. BY:Gene Eads, C.P.M. Purchasing Manager r- 6" NOTICE TO BIDDERS BID # 8649 Sealed proposals addressed to Gene Eads, Purchasing Manager, City of Lubbock, Texas, will be received at the office of the Purchasing Manager, 1625 13th St., Room L-04, Lubbock, Texas, 79401, until 2:30 o'clock p.m. on the 20th day of August, 1985, to furnish all labor and materials and perform all work for the construction of the following described project: AIRCRAFT PASSENGER BOARDING BRIDGES — AIRPORT After the expiration of the time and date above first written, said sealed proposals will be opened by the Purchasing Manager at his office and publicly read aloud. It is the sole responsibility of the bidder to insure that his bid is actually in the office of Gene Eads, Purchasing Manager for the City of Lubbock, prior to the expiration of the date above first written. The City Council will consider the bids on the 12th day of September, 1985, at Municipal Bldg., Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all bids and waive any formalities. The successful bidder will be ., required to furnish a performance bond and payment bond in accordance with Article 5160, Vernon's Ann. Civil St., in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000.00. If the contract price does not exceed $25,000.00 the said statutory bonds will not be required. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the .� City of Lubbock in an amount not less than 5% of the total amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within 10 days after notice of award of the contract to him. It shall be each bidders sole responsibility to inspect the site of the work and to inform himself regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the bid submitted. The plans, specifications, proposal forms and contract documents may be examined at the office of the Purchasing Manager for the City of Lubbock, Texas. Ua Attention of each bidder is particularly called to the schedule of =- general prevailing rate of per diem wages included in the contract documents on file in the office of the Purchasing Manager of the City +'^ of Lubbock, which document is specifically referred to in this notice to bidders. Each bidder's attention is further directed to provision of Article 5159a, Vernon's Ann. Civil St., and the requirements ,„ contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. CITY OF LUBBOCK Y:Gene Eads, C.P.M. �„ Purchasing Manager rte+ TABLE OF CONTENTS PAGE PROJECT MANUAL (SPECIFICATIONS) DIVISION 0 - BIDDING INFORMATION 00020 - Invitation to Bid ----------------------------- 1 00100 - Instructions to Bidders ----------------------- 1-4 00200 - Bid Form -------------------------------------- 1-2 00300 - Contract Forms, Bonds, & Certificates --------- 1-6 00700 - General Conditions of the Contract ------------ 1-5 DIVISION 1 GENERAL REQUIREMENTS 01080 - Applicable Codes 1-2 01100 Alternates 1 DIVISION 2 THRU 13 - NOT USED DIVISION 14 -CONVEYING SYSTEMS 14700 - Aircraft Passenger Boarding Bridges --------- 1-14. DIVISION 15 THRU 16 - NOT USED AppendixA ----------------------------------- 1 DRAWINGS (Bound Seperately) Apron Layout, gates lE and 2E ---------------------------------- 1 Apron Layout, gate 7 ------------------------------------------- 2 SECTION 00020 INVITATION TO BID w* Sealed Bids for the Construction of: .� Lubbock International Airport - Terminal Building Phase II AIRCRAFT PASSENGER BOARDING BRIDGES will be received until: 2:30 P.M., CDT, Tuesday, August 20, 1985. at: City Purchasing Department Room L04 1625 13th Street Lubbock, Texas Scope: Contract will be a General Contract for the Manufacture, delivery, and installation of three Aircraft Passenger Boarding Bridges for Lubbock International Airport Terminal Building, Lubbock, Texas. Contract shall include all work necessary for a complete and operational installation. Bidding Documents: Plans, project manuals and other bidding '"" documents for this project may be obtained from the Architect's office, 2517 74th Street, Lubbock, Texas. A refundable .deposit of $50.00/set made payable to Whitaker _McQueen Jones & Associates will be required. The $50/set deposit will be ref unded.upon returning of the drawings and . project manual in good condition within 10 days following the Bid Opening. Partial sets of Bidding Documents will not be available. ^* Bidding Document.may be examined at no charge at the following locations: A. Architects Office Whitaker McQueen Jones & Assoc. 2517 74th Street Lubbock, Texas 79423 B. City Purchasing Department Room L04 �^ 1625 13th Street Lubbock, Texas 00O20-1 SECTION 00100 INSTRUCTIONS TO BIDDERS 1.01 DEFINITIONS: A. All definitions set forth in the General Conditions of the contract for construction, A.I.A. Document A-201, are applicable to these instructions to Bidders. B. Bidding documents include the advertisement to bid, Instructions to Bidders, the bid forms and the proposed Contract Documents including any Addenda issued prior to receipt of Bids. C. Addenda are written or graphic instruments issued prior to the execution of the Contract which modify or interpret the bidding documents, including Drawings and Specifications, by additions, deletions, clarifications or corrections. Addenda will become part of the Contract Documents when the Construction Contract is executed. D. "Whitaker McQueen Jones & Associates" will be hereafter referred to in this specification as "Architect" and all correspondence shall be addressed to: 2517 74th Street, Lubbock, Texas 79423 (806)745-5485 Attn: Yancey Jones. 1.02 EXAMINATION OF DOCUMENTS AND SITE A. Each bidder, by making his bid, represents that he has read and understands the bidding documents. B. Each bidder, by making his bid, represents that he has visited the site and familiarized himself with the local conditions under which the work is to be performed. 1.03 DISCREPANCIES AND AMBIGUITIES: Each bidder shall examine the bidding documents carefully and, not later than seven days prior to the date for receipt of bids, shall make written request to the Archiect for interpretations or correction of any ambiguity, inconsistency or error therein which he may discover to the Architect. Only a written interpretation or correction by Addendum shall be binding. No bidder shall rely upon any interpretation or correction given by any other method. 1.04 BIDDING PROCEDURES 00100-1 SU:. A. All bids shall be prepared on the forms provided by the Architect and submitted in accordance with the Instructions to Bidders. The Architect will furnish bidders with Bid Forms which willrovide 1. A Sin 1 contract ri e,for each Bid ,Ilem as detaiieed and descr bed in these Specifications. 2. Acknowledgement of addenda. 3. Number of calendar days to complete project. B. A bid is invalid if it has not been deposited at the designated location prior to the time and date for receipt of bids indicated in the advertisement or invitation to bid, or prior to any extension thereof issued to the bidders. C. Unless otherwise provided in any supplement to these instructions to Bidders, no bidder shall modify, withdraw or cancel his bid or any part thereof for sixty days after the.time designated for the receipt of bids in the advertisement or invitation to bid. D. Prior.to the receipt of bids, Addenda will be mailed or delivered to each person or firm recorded by the Architect as having received the bidding documents and will be available for inspection wherever the bidding documents are kept available for that purpose. Addenda issued after receipt of bids will be mailed or delivered only to the selected bidder, 1.05 QUALIFICATION OF BIDDERS A. There will be no Pre -Bid Qualification of Bidders. 1.06 SUBSTITUTIONS A. There will be no Pre -Bid Approval of Substitutions. Tendered bids based upon proposed substitutions will be considered by Owner during the sixty day period following bid date. Approval of substitutions will be at the sole discretion of the Owner. 1.07 BASIS OF BIDS The Bidder shall -include all unit cost items and all alternates shown on the Bid Form; failure to comply may be cause for rejection. No segregated bids or assignments will be considered. 1.08 PREPARATION OF BID A. Bidder shall submit his Bid on the forms furnished by the Architect. All blank spaces in forms shall be correctly filled in and the bidder shall state the prices,.written in words and in figures. Where there is discrepancy between the price written in -words and in figures, the price written in words shall govern. If Bid is submitted by an individual 00100-2 his name must be signed by him or his duly authorized agent. If the bid is submitted by a firm, association or partnership, the name and address of each member must be given, and the bid must be 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 r* submitted with the bid. B. Sample copies of bid form bound in the project manual are not to be used for the submittal of the proposal, nor are they to be removed from the bound specifications or defaced in any manner. C. Additional copies of bid form will be provided upon request. 1.09 BID GUARANTEE A. A cashiers check, certified check or acceptable bid bond, payable without recourse to the order of the owner in the amount of not less than five (5%) percent of the largest total amount bid must accompany each bid as a guarantee that if awarded the contract, the bidder will promptly enter a contract and execute a bond. B. The check or bid bond submitted with each bid shall be considered as the amount of the liquidated damages which the Owner will sustain by the failure, neglect or refusal of the bidder to execute and deliver the agreement and bond, should the contract be awarded him. C. If the proposal is not accepted within the number of days, as set forth in the proposal, after the time set for the submission of bids or if the successful • bidder executes and delivers the agreement, the check or bond will be returned. D. If the bidder defaults in executing the agreement and bond within ten (10) days after notification from the Architect of the award of the contract to him, the check or�'bid bond shall automatically become the property of the Owner. 1.10 FILING BIDS A. Sealed bids will be received at the time and hour as stated in Section 00020. B. Any bids received after the above named hour will be returned unopened. C. Each bid shall be enclosed in a. sealed opaque envelope with the name and description of the project as shown on the invitation to bid, and 00100-3 "B i ..d. -M.6149111 clearly marked on the envelope 1.11 OPENING BIDS A. The bids submitted will be opened at the time as stated on the invitation to bid and read aloud, and.shall thereafter remain on file with the Owner. 1.12 REJECTION OF BIDS A. The Bidder acknowledges the right of the Owner to reject any and all bids and to waive any formality in connection therewith. 1.13 AWARD OF CONTRACT After proposals are opened, the proposals will be tabulated for comparison on the basis of the bid prices and quantities shown in the proposal. The Owner reserves the right to withhold the award of the Contract for a period of sixty days from the date of opening proposals and no award will be made until the Owner is satisfied as to the responsibilities of the bidders. Until final award of the Contract, the Owner reserves the right to reject any part or all proposals or proceed to do the work otherwise in the best interest of the Owner. 1.14 EXEMPTION FROM SALES TAX ON MATERIALS The Owner qualifies for exemption from State and Local Sales Tax. The Owner will furnish the contractor a Sales Exemption Certificate for the purchasing of eligible materials required for the project. PART 2 PART 3 MATERIALS - NOT USED EXECUTION - NOT USED END OF SECTION i SECTION 00200 BID FORM BID #8649 a^* DATE: August 20, 1985 TO: Mr. Gene Eads, Director of Purchasing RE: Lubbock International Airport Terminal Building - Phase II PM AIRCRAFT PASSENGER BOARDING BRIDGES Gentlemen: The Bidder having examined the plans and specifications, including all Bidding Instructions, Documents, and Addenda and having visited the site of the Proposed work, and being .. familiar with all conditions of same, here by propose to furnish all materials, labor and equipment and services necessary or incidental for completion of the general, mechanical, and electrical construction for the referenced project. BID• a In accordance with plans and specifications prepared for - referenced project by Whitaker McQueen Jones & Associates, Architects, Inc., 2517 74th Street, Lubbock, Texas 79423, (806) 745-5485. The Sum of (Base Bid) DOLLARS AND CENTS C$ ) ALTERNATES Refer Section 01100 - Alternates, for description and provisions of alternates listed below. Alternate No.., 1 (Renovate Existing Bridges) (Add) (Deduct) the sum ofDollars If awarded the contract, the undersigned agrees to complete the same in consecutive days. The undersigned agrees, if awarded the contract, to execute contract and bonds within ten (10) days after notification of award and to commence work on or before a date to be - specified in a written "Notice to Proceed" of the Owner. The undersigned agrees that this bid shall.be good and not be withdrawn for a period of 60 days from date of opening thereof. 00200-1 F" ADDENDA This will acknowledge the receipt of the following Addenda which are part of the Bidding Documents. Addendum No. Addendum No. Addendum No. Addendum No. Bid Guaranty: Enclosed with this Bid is a Certified Check for: �*^ DOLLARS ($ ) . or a Bid Bond in the sum of n DOLLARS ($ ). which it is agreed shall be collected and retained by the Owner as liquidated damages in the event this Bid is accepted by the Owner within 60 days after the bids are received and the.undersigned fails to execute the Contract and said Bid is accepted; otherwise said check or bond shall be returned to the undersigned upon demand. Contractor (firm name) By Address SEAL* City State Phone *if Bidder is a corporation. m•. SECTION 00300 CONTRACT FORMS, BONDS & CERTIFICATES PART 1 GENERAL 1.01 NOTICE The following blank spaces in the Contract and Bonds are not. to be filled in by the bidder at the time of submitting his bid. The bond forms and other miscellaneous forms are submitted at this time to familiarize the bidder with forms of the Contract and Bonds which the successful Bidder will be required to execute. 1.02 FORM OF AGREEMENT: The Form of Agreement will be A.I.A. Document A101 - Standard Form of Agreement Between the Owner and Contractor - Stipulated Sum, latest edition. Copies of the Contract Form may be obtained at the office of the Architect. 1.03 INDEX OF ENCLOSED FORMS 1. Bid. Bond 2. Performance Bond 3. Payment Bond 4. Certificate of Insurance 1.04 SUBMISSION OF FORMS A. Bid Form: Bid forms will be furnished to the Contractor for use in submitting his bid. B. Performance & Payment Bonds: Enclosed Bond forms are for reference only, the Contractor shall submit bonds similar to those enclosed or on a standard form of the surety. PART 2 PART 3 MATERIALS -.NOT USED EXECUTION - NOT USED END OF SECTION 00300-1 r•, BID BOND (May be used by General Contractor only) KNOW ALL MEN BY THESE PRESENTS, that we as principal and a corporation, having its principal place of business in the City of , County of and State of , as surety, are held firmly bound unto as obligee, in the just sum of DOLLARS, lawful money of the United States of America, for the payment of which, well and truly to be made, we bond ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents: SIGNED, sealed and dated this day of 19 , in the City of County, WHEREAS the said principal is herewith submitting proposal for now, therefore, THE CONDITION OF THE ABOVE OBLIGATION IS SUCH, that if the said principal shall execute a Contract and give 'bond for the faithful performance thereof within ten (10) days after being notified in writing of the award of such contract to principal, then this obligation shall be void; otherwise, it shall remain in full force and effect. 00300-2 By: Attorney-in-fact !^! PERFORMANCE BOND STATE OF TEXAS ) COUNTY OF ) KNOW ALL MEN BY THESE PRESENTS: THAT of the City of and County of , Texas, hereinafter called "Principal" and hereinafter called "Surety" are held and firmly bound unto as Obligee, hereinafter called "Owner", in the amount of ($ ) DOLLARS, lawful money of the United States, to be paid in County, Texas for the payment of which sum well and truly to be made we bind ourselves, our heirs, executors, administrators and sucessors, jointly and severally, firmly be these presents: THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered into a certain contract with the Owner, dated the day of , 19—, a copy of which is hereto attached and made a part of hereof, for the construction of: NOW, THEREFORE, if the principal shall well, truly and faithfully perform and fulfill all of the undertakings, covenants, terms,.conditions an agreements of said contract in accordance with the plans, specifications and contract documents during the original term thereof and any extension thereof which may be granted by the Owner, with or without notice to the surety, and during the life of any guaranty required under the contract, and shall also well and truly perform and fulfill all of the undertakings, covenants, terms, conditions and agreements of any and all duly authoritzed modifications to the surety being hereby waived; and if the principal shall repair and/or replace all defects due to faulty materials and/or workmanship that appear within a period of one (1) year from the date of completion and acceptance of Improvement by the Owner, then this obligation shall be void; otherwise to remain in full force and effect. 00300-3 F0 ATTEST: Secretary ++ By m TITLE SURETY PRINCIPAL BY: Attorney-in-fact The Resident Agent of the Surety in County, Texas, for delivery notice and services of process is: NAME: ADDRESS: 00300-4 Provided, further, that if any legal action be filed on this bond, venue shall lie in County, Texas. Said surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to work performed thereunder, or- the plans, specifications, drawings, etc., accompanying same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration to the terms of the contract or to the work to be performed thereunder. This bond is given pursuant to the provisions of Article 5160, Chapter 4 of Vernon's Civil Statutes of Texas, as amended by the Acts of the Regular Session of the 56th Legislatures, 1959, and other applicable statutes of the State of Texas. The undersigned and designated agent is hereby designated by the Surety herein as the Agent Resident in 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, as provided by Senate Bill 214, Chapter 87, Acts of the 56th Legislature 1959, Regular Session. mw IN WITNESS WHEREOf, this instrument is executed in copies, each one of which shall be deemed as original, this day of , 19 . ATTEST: Secretary ++ By m TITLE SURETY PRINCIPAL BY: Attorney-in-fact The Resident Agent of the Surety in County, Texas, for delivery notice and services of process is: NAME: ADDRESS: 00300-4 PAYMENT BOND STATE OF TEXAS ) COUNTY OF ) KNOW ALL MEN BY THESE PRESENTS: That of the City of County of , and State of as L Principal, and authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto (Owner), in the penal sum of DOLLARS ($ ) for the payment whereof, and the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certian written contract with the Owner, dated the day of '19 , to which contract is hereby reterred to and ma e a parE hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay'a.11 claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in` full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended 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. Surety, for value received, stipulates and agrees that no change, extention of time, alteration or addition to the terms of the contract, or to work performed thereunder, or or the plans, specifications or drawings accompanying the same, shall in anywise affect its obligation on this bond and it does hereby waive notice of any such change, ^^ extention of time, alteration or addition to the terms of the contract, on to the work to be performed thereunder. 00300-5 -+ IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this day of 19 Principal Surety �+ By _ By Title Title Address, Address The name and address of the Resident Agent of Surety is: 00300-6 SECTION 00700 GENERAL CONDITIONS OF THE CONTRACT - 1.01 GENERAL CONDITIONS The "General Conditions" of this contract is the American Institute of Architects Document A201, "General Conditions of the Contract for Construction", thirteenth edition dated August 1976, hereinafter referred to as the "A.I.A. General Conditions" will be made a contract document upon contract execution. 1.02 SUPPLEMENTS: The following supplements modify change, delete from or add to the "General Conditions of the Contract for Construction", where any part of the A.I.A. General Conditions is modified, voided, or added by the following supplements •• the unaltered provisions shall remain in effect. ARTICLE 1 - CONTRACT DOCUMENTS 1.3 Ownership and use of Documents. 1.3.1 Delete entire paragraph, add the following: The contractor will be furnished, free of charge, ^^ all drawings and specifications reasonably necessary for the execution of the work not to exceed 25 sets. If the contractor deems it necessary to have additional sets, these may be obtained by paying the cost of reproduction thereof. All drawings, specifications and copies thereof furnished by the Architect, including those that might be purchased by the contractor, shall remain the property of the Architect. They are not to be used on any other project and, with the exception of.one contract set �^* for each party to the contract, are to be returned to the Architect on request at the completion of the work. Add the following new paragraph: 1.1.5 MISCELLANEOUS DEFINITIONS 1.1.5.1 The term "Project Manual" as used in these Contract Documents includes the Bidding Documents, Conditions of the Contract and the Specifications. ^^^ 1.1.5.2 The term "Provide" as used in the Contract Documents means to "Furnish and install 1.2 EXECUTION CORRELATION AND INTENT Add the following new subparagraphs: 00700-1 xM 1.2.5 The interrelation of the Specifications, the drawings and the schedules is as follows: The Specifications determine the quality, nature and setting of the several materials; the Drawings establish quantities, dimensions and details; and the schedules give the location. 1.2.6 Should the drawings disagree in themselves or with the Specifications the better quality or greater quantity of the work ormaterialsshall be estimated upon, unless otherwise ordered by the Architect in writing shall be performed or furnished. Should descrepancies occur, do not proceed with the work without clarification from the Architect. ARTICLE 4 CONTRACTOR 4.5 Warranty Add the following new subparagraph: 4.5.1 New materials shall not be doubly used, i.e. form material that has been used for placing of concrete shall not be re -used again in the structure as new material. Add the following paragraphs 4.19 Protection of work. 4.19.1 Whenever any part or all the work is suspended for any reason whatsoever, the contractor shall close up, cover, secure and protect all of the work liable to sustain injury or loss for any cause. ARTICLE 7 - MISCELLANEOUS PROVISIONS 7.5 Performance Bond and Labor and Material Payment Bond. 7.5.1 Delete subparagraph 7.5.1 in its entirity and add the following: The general contractor shall, at the time of signing of the contract, furnish a guaranty bond signed by himself as principal and by an established reputable bonding or insurance company (satisfactory to the Owner) as surety. The standard American Institute of Architects form or an approved equal shall be used, in the penal sum of 100% (one -hundred) percent of the contract price, as security for the faithful '"" performance of all work included in the contract. Add the following subparagraph: 7.5.2 The general contractor shall also at the time of the signing of the contract, furnish a Labor and Material Payment Bond signed by himself as principal and by 007 00- 2 an estal.ished reputable bonding or insurance company (satisfatory to the Owner) as surety. The standard.American Insitute of Architects form or an approved equal shall be used, in the penal sum of 100% (one -hundred) percent of the contract price, as security for the faithful payment of all labor and material work included in the contract. 7.5.3 Bonds shall remain in full force and effect from the date of signing the contract until the expiration of the one (1) year guarantee referred to in the paragraph 13.2.2 and copies of the same shall be filed with the clerk of the County in which the project is to be constructed. ARTICLE 8 - TIME Add the following new subparagraph: 8.2.3 The time of completion for the entire work shall be the numer of calendar days stipulated in the contractors Bid Form. 8.3 Delays and extensions of time. 8.3.1 The phrase "Adverse weather conditions not reasonably anticipated" shall mean adverse weather conditions which prevent work on project in excess of 30 working days. The contractor shall allow for 30 working days lost time due to adverse weather conditions in calculating his time requirements. ARTICLE 9 - PAYMENT & COMPLETION Add the following new subparagraph: 9.3.4 Upon appliation by the contractor and certification by the Architects, the Owner will make monthly payments to the contractor, based on the previously approved schedule of prices, of ninety-five (95) percent of the value of labor and materials incorporated in the work and of the actual cost to the contractor. Of all stable materials suitably stored at the site, to and including the last day of the precedig month, as estimated by the contrator, less the aggregate total of the aggregate total of all previous payments. ARTICLE 11 - INSURANCE 11.1 Delete paragraph 11.1 in its entirity. Substitute the following paragraph. 11.1 Builders Risk Insurance. 11.1.1 The contractor shall obtain at his expense Builder's Risk.Insurance against the perils of fire, lightning wind storm, hurricane, hail, explosion, riot, civil 00700-3 commotion, smoke, aircraft, land vehicles, vandalism and malicious miscief, in the amount of insurance equal at all times to the insurable value of materials delivered and labor performed. The policy shall be issued jointly in the names of the contractor, sub- contractors and Owner, as their interests may appear.The policy shall have endorsements as follows: This insurance shall be specific as to cover- age and not considered as contributing insurance with any permanent insurance maintained on the present premises. Loss if any, shall be Pow adjustable with'the payable to the Owner as trustee for whom it may concern. 11.2 Liability and Workmen's Compensation Insurance: 11.2.1 The contractor shall take out and maintain Workmen's Compensation Insurance for all his employees employed in the performance of this contract and shall take out and maintain during the life of this contract, general and automobile liability insurance as will protect him and any subcontractor performing work under the contract for claims for damages, as well as form claims which may arise from operations under this contract whether such operations be by himself. Any subcontractor or anyone directly or indirectly employed by either of them. Said insurance shall include coverage for contractural libaility as applicable to the con- tractor's obligations under paragraph 4:18 of the "A.I.A. General Conditions". Coverage for the "Completed Operations" hazard shall also be included. The insurance required shall be written for limits of liability not less than $300,000 each person and - $500,000 each occurrence for personal injury, including death, and for not less than $300,000 each occurrence for property damage. Certificates of insurance acceptable to the Owner shall be filed with the Owner prior to commencement of the work. These certificates shall contain a provision that these coverages will not be cancelled until at least thirty (30) days prior written notice has been given to the Owner. Payment of all social security and unemploy- ment compensation taxes as well as carriage of insurance on his own equipment and tools is the responsiblity of the contractor. ARTICLE 12 - CHANGE IN THE WORK 12.1 Change Orders. 12.1.4 In the second sentence "A reasonable allowance for overhead and profit" shall.mean - The general 00700-4 contractor shall have the right to add not more than fifteen (15%)"percent to sub- contrctor's prices for extra work authorized to be done by the subcontractors. Such percentages shall includle all of the con- tractor's charges for overhead expense as well as profit. A similar mark-up may be added to the general contractor's cost of labor and materials for extra work authorized to be done by his own forces. For work omitted from the contract, deductions from the con- tract price shall be based only on the cost of labor, materials, services, equipment, insurance and taxes. Overhead expenses and profits on omitted items will not be deducted from the contract sum. END OF SECTION A.•e 00700-5 . SECTION 01080 APPLICABLE CODES PART 1 - GENERAL 1.01 COMPLIANCE WITH CODES AND STANDARDS ADOPTED BY THE CITY OF LUBBOCK, TEXAS. A. Comply with the following and all applicable local codes, standards, rules, and regulations adopted by the City of Lubbock, Texas. B. Uniform Building Code, 1982 Edition, with ammend- ments C. Uniform Mechanical Code, 1979 Edition. D. Uniform Plumbing Code, ICBG, 1979 Edition. E. National Fire Code, 1981 Edition. F. National Electrical Code (NEC - NFPA 70 - 1978) National Fire Protection Association (NFPA) G. Copies of each publication may be obtained at the mailing addresses.indicated and/or reviewed at the office of the A-E. 1.02 THE WILLIAMS-STEIGER OCCUTATIONAL SAFETY AND HEALTH ACT OF 1970 (OSHA), PUBLIC LAW 91-596 (REVISED 1-76) A. Comply also with all applicable portions of: Part 1910 - Occupational Safety and Health Standards, Chapter XVII of Title 29, Code of Federal Regulations Part 1926 - Safety and Health Regulations fo Con- struction, Chapter XVII of Title 29, Code of Federal Regulations. B. NOTICE: Protection of life, health, and public wel- fare as it relates to execution of the construct- ion contract is the responsibility of the Contract- or. Neither the Owner nor the A-E will provide observation, inspection, supervision, or any comment !^ on plans, procedures, or actions employed at the project as they relate to safety of life, health, or public welfare. If conditions imposed by the A-E or Owner which interfere with, or imply actions -detri- mental. to safety, written notice shall be issued by the Contractor and a decision shall be returned to the Contractor.for'action prior to effecting any un - r" safe condition. 01080-1 In case of conflict between referenced applicable codes , the one having the more stringent require- ments shall govern. Where governing codes indicate that the Drawings or Specifications do not comply .� with the minimum requirements of the codes, the Contractor shall be responsible for either notifying the A-E in writing of the revisions re- quired to meet any code requirements during the '^ bidding stage, or for providing an installation which will comply with the code requirements. Drawings and Specifications shall be followed where they are superior to the code requirements. 1.03 GENERAL PREVAILING WAGE RATES FOR THE CITY OF LUBBOCK, TEXAS A: Wage rates for this project shall be not less than those established by the Lubbock City Council by Resolution 1590, dated February 23, 1984 in accord= ance with the provisions of Vernon's Ann. Civ. St., Art. 5159a. B. Prevailing wage rates are included at the end of this Section and are marked as Exhibits A, B, C, D, and E. PART 2 - PRODUCTS - Not Used PART 3 - EXECUTION - Not Used. END OF SECTION P" 01080-2 EXHIBIT A City of Lubbock �., Building Construction Trades Prevailing Rates Craft Hourly Rate Acoustical Ceiling Installer $11.50 Air Conditioner Installer 8.75 Air Conditioner Installer-Helper 5.00 Bricklayer 9.00 Bricklayer Helper 4.75 Carpenter 9.50 Carpenter-Helper 5.00 Cement Finisher 8.00 Drywall Hanger 9.50 Electrician 10.00 Electrician-Helper - 5.00 Equipment Operator - Heavy_ 7.00 Light 5.00 Floor Installer 8.00 Glazier 7.50 r, Insulator 9.50 Insulator-Helper 5.00 Iron Worker 7.25 Laborer, General 4.75 Motor Mixer 6.00 Painter 7.75 Plumber 9.25 Plumber-Helper 6.00 Roofer 7.00 Roofer-Helper 4.75 Sheet metal Worker 8.75 .. Sheet metal Worker-Helper 5.50 Welder - Certified 8.00 City of Lubbock Paving and Highway Construction Prevailing Wage Rates Craft Asphalt Heaterman Asphalt Shoveler Concrete Finisher Concrete Finisher -Helper Electrician 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 Light Equipment Motor Grade Operator Roller Scraper Tractor Truck Driver - Light Heavy EXHIBIT B Hourly Rate $ 5.00 4.25 6.50 4.75 10.00 5.50 4.50 4.25 4.75 5.50 5.00 6.00 5.25 6.00 5.25 7.00 5.00 6.00 5.00 5.50 5.50 4.75 5.25 City of Lubbock Electric Construction -Trades Prevailing Wage Rates Craft Power Line Foreman Lineman Journeyman EXHIBIT C Hourly Rate $10.00 9.50 Lineman Apprentice Series 8.00 Groundman Series 6.50 1. Overtime Rate - EXHIBIT D The rate for overtime (in excess of forty hours per week) is 1 1/2 times base rate. 2. Weekend and Holiday Rate - EXHIBIT E The rate for weekend and holiday is 1 1/2 times base rate. " SECTION 01100 ALTERNATES r PART l GE%-ERAL 1.01 REQUIREMENTS INCLUDED A- Conveyor Security Doors. 1.02 RELATED REQUIREMENTS A. Bid Documents: Quotation of cost of each Alternate. B- Owner -Contractor Agreement: Alternates accepted by Owner for incorporation into the Work. C. Sections of Specifications identified in each Alternate. 1.03 PROCEDURES A. Alternates will be exercised at the option of Owner. B- Coordinate related work and modify surrounding work as required to complete the Work, including changes under each Alternate, when acceptance is designated in Owner -Contractor Agreement. 1.04 ALTERNATE N0..1: Section 14700 A- Renovate existing Boarding Bridges at Gates no. 1 thru 6 as specified. 7 PART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used END OF SECTION s■, 01100-1 SECTION 14700 AIRCRAFT PASSENGER BOARDING BRIDGES ®"+ PART 1 GENERAL 1.01 WORK INCLUDED A. The work to be done under this specifications comprises the design, fabrication, transportation, installation, acceptance testing, placing in successful operation, training personnel for operation and guarantee of three -aircraft passenger boarding bridges Renovation of six(6) existing bridges is included as an alternate. B. All passenger boarding bridge equipment shall be in strict accordance with the specifications. The term "Contractor" as used herein is understood as applying to a company regularly engaged in the manufacture, assembly, and installation of passenger boarding bridge equipment. The Contractor shall have successfully completed at least one boarding bridge contract the size of this work which is operating to its Owner's satisfaction. C. Safety to passengers, other personnel, aircraft and equipment shall be given prime consideration through- out the duration of the work. D. The boarding bridges must accommodate aircraft as scheduled in Appendix A and must serve these aircraft at the various parking positions indicated on the drawings. E. The design must permit the aircraft (DC9 thru B727-200 only) to be taxied in frontwards, with all engines running, to its final resting point. It must also be possible to turn and taxi the aircraft out under its own power. F. The boarding bridges shall extend from an elevated terminal. gate to the aircraft loading door, making it possi.bl,e for the passengers to walk between the terminal and aircraft at a slope not to exceed 10.0% for normal use, and protected completely from atmospheric conditions. The vertical rise shall be variable to bring the cab floor to the same elevation as the aircraft floor of all aircraft scheduled in Appendix A. G. The work shall include the installation of all caulking, flashing, weatherstripping, and painting at the building connection necessary for a structurally sound and weatherproof installation., H. All work at the terminal site shall be coordinated with the airport administration to insure compliance 14700-1 0 with all safety and security requirements of the terminal facility. J. This Boarding Bridge Specification is based upon Jetway Division Model No. A3 60/119 125 R (Gates IE and 7) and Model No. A3 58/110 125 R(Gate 2E) 1.02 GUARANTY/WARRANTY A. Contractor shall warrant that the equipment and all components and accessories furnished in connection therewith, shall (i) comply fully with the contract documents, including the drawings and specifications: (ii) be free of any defect in design, material or workmanship; (iii) be new and of good quality and (iv) be free and clear from any liens, encumbrances and title defects. B. Contractor shall agree at its sole expense promptly to repair or replace any defect which constitutes a breach of warranty, provided Contractor is notified of such defect within one (1) year following the date of final acceptance. PART 2 PRODUCTS 2.01 ROTUNDA A. The rotunda and rotunda corridor shall be located adjacent to the terminal and shall be supported by a column. All components shall be designed so that no loads or vibrations are transferred to the terminal building. As the main pivot for the entire bridge, the rotunda shall allow the bridge to swing a total of 87-1/2 degrees cw and 87-1/2 degrees ccw of centerline. A -limit switch shall be provided to prevent overtravel. If the bridge engages this switch it shall disconnect all power, stopping the bridge. The rotunda floor shall remain level at all times providing a smooth transition with the terminal. The corridor at the rotunda to terminal interface shall be a clear width of 4 feet 4 inches (1.32m). B. Flap type seals shall be provided to insure complete weather tightness between the rotunda and the hinged telescoping section. The terminal end of the rotunda corridor shall be designed to allow installation of a weather seal and threshold to the face of the building. s** 2.02 TELESCOPING TUNNELS A. The telescoping tunnels, A, B and C shall be .�, rectangular in cross section, with the tunnel. having the largest cross section closest to the aircraft. 14700-2 W_ ii ii B. Where -telescoping sections overlap, short ramps shall be used to accommodate the slight difference in elevation. These ramps shall have yellow chamfered edges and shall be equipped with handrails on both sides. C. Minimum inside dimensions shall be as follows: Minimum Usage Floor Width 4'-10" (1.47m) Minimum Interior Height 7'-0" (2.13m) Minimum Inter -tunnel Ramp Width 4'-8" (1.42m) 2.03 AIRCRAFT CAB A. The aircraft cab shall be designed to rotate 125 degrees, 92-1/2 degrees ccw and 32-1/2 degrees cw so that it can be aligned for contact with aircraft at the indicated aircraft parking arrangments, including the right side front door of wide body jet aircraft. It shall be designed to allow completion of the docking maneuver from a fully enclosed operator station. The enclosed cab and operator's station shall provide maximum security and protection of the inside environment against inclement weather conditions throughout the docking and boarding operation. B. The cab shall be rotated at a speed of 19.0 ft. or 6 m. per minute by a gear motor and chain drive operating on the circumference of a fixed circular floor section or cab bubble, located at the end of the outboard tunnel. Limitswitchesand physical stops shall control the extremes of rotation. C. The cab shall be equipped with a forward facing control. console which shall be located behind a wire glass window. This window shall allow the operator full view of the aircraft contact area, including the auto -level mechanism, without raising the front roll -up weather door. Additional visibility shall be obtained through the vision panels located in the cab side coiling doors and a window located to the left of the operator. D. A manually operated roll -up weather door shall be located: at the cab front adjacent to the control console to seal the bridge when not. in use. The weather door shall have the capability to be locked to insure security. E. A full width spacer shall be located at the air- craft end of the cab floor. The spacer material,. which shall meet the fire protection specifications of NFPA-417, shall be sufficiently flexible and non - 14700 -3 abrasive to prevent scratching or other damage to the aircraft fuselage. 2.04 AIRCRAFT CLOSURE A. The outermost end of the cab shall be fitted with a folding accordian bellows -type aircraft closure. Each side of the aircraft closure shall be individually actuated and independently adjustable to conform to and seal against the most critical aircraft contours. Fitted against the fuselage, the closure shall surround both the open aircraft door w and doorway to protect passengers from the elements. Pressure sensitive limit switches shall be incorporated into each side of the closure mechanism to prevent excessive pressure on the aircraft. The contacting edge or seal shall be a soft material to prevent scratching or damage to the aircraft skin. The entire closure shall be designed to with- stand weathering, shall be nonwaterabsorbent, shall remain elastic and flexible between -31 degrees F, 32 degrees C and +127 degrees F, +52 degrees C, u and shall be highly tear resistant. 2.05 SERVICE ACCESS A. A service door, landing and stair shall be situated at the cab end to provide apron access to and from the bridge for authorized personnel. These shall be positioned at the right-hand side of cab bubble. B. The service door shall be a half wire -glass, hollow core, steel door, having a one-half hour fire rating. Minimum door opening shall be 2 feet 6 inches, (0.76 m) wide and 6 feet 8 inches, (2.03 m) high. The door shall open outward onto the landing and shall be equipped with heavy-duty industrial - type hardware and automatic door closure. A 30" stainless steel kick plate shall cover the lower inside portion of the door. C. The service stair landing shall be level with the cab floor, constructed of open mesh grating, and shall be completely surrounded by tubular steel handrails of the proper height to meet applicable codes. A switch for a 100 watt light actuated from within the bridge, shall control lumination of the landing. D. The service stair shall be equipped with self- adjusting risers of open mesh threads. All steps shall have equal rise. Minimum tread width shall be 28 inches, (0.71 m) and depth shall be 9-1/2 inches, (0.24 m). Both sides of the stair shall be fixed with tubular steel handrails of proper height to meet applicable codes. Clear width between handrails shall be a minimum of 34 inches, 14700-4 (0. 86 m), The service stair shall be fully usable at all heights and positions of the loading bridge. 2.06 CONTROh STATION A. The control station shall be located in an operator compartment which shall be protected at all times against outside environment and passenger interference. This compartment shall be positioned on the left side of the cab. It shall provide maximum maneuvering visibility for the operator and minimized obstruction to passenger traffic flow. It shall include the following controls: ^" a) A three position key switch, which may be set to "Auto", Off or Operate The key shall function as the selector switch for the "Auto" or "Operate" modes and may be removed only if. the switch is in the "Off" or "Auto" position. b) A lever arm or "joy stick", which controls all forward, reverse and steering - swing motions simultaneously.. As the control is moved progressively forward or back, bridge speed in the same direction increases proportionally. At the same time, swing or steer, left or right, may be accomplished with the same control. The bridge may be driven at full speed or inched slowly to the aircraft. c) A relative motion pushbutton switch to control raising and lowering of the boarding bridge. d) A relative motion pushbutton switch for cab rogation, left or right. e) Relative motion switches for independent left and right side adjustment of the bellows aircraft closure. f) A control switch for extending and retracting the auto -level wheel arm (key switch). g) A switch for the overhead lights in the cab. h) A switch for floodlights that illuminate the apron area under the aircraft and drive column under -carriage. : i) A switch to illuminate the cab floor forward of the roll -up door. j) All bridge motion controls shall be of the momentary type. ,.., k) A switch to change the digital position indicator from its normal vertical index to a horizontal or swing index. 14700-5 im- B. Indicators - In addition to the controls, the Control. Station shall have the following indicators: a) A digital readout height indicator which shows when the cab floor elevation is at the proper height (theoretically correct) for each of the aircraft serviced. b) A drive/steer position indicator that shows wheel orientation, regardless of the cab's rotational position. A reference indicator -H shows the true tunnel centerline. r- b) Wheel brakes shall be automatically set when- ever controls for horizontal drive and steering are not in use. F- w 14700-6 c) An amber light to indicate that the auto -leveling system is energized and functioning. d) A red light to indicate an auto -level malfunction and that the travel timer has tripped. This shall.be coupled with an audible warning. -e). A red light indicating the bridge has reached its maximum rotational points, both left and right. This shall be coupled with an audible warning. f) A red light indicating that an oversteer condition has occured. g) A red light to indicate that the aircraft canopy is down and must be retracted before the bridge E can be moved. h) A red light to indicate lift mechanism fault detector activation. C. Utilities a) At or near the Control Station provide a six - wire telephone outlet for installation of telephone or intercom equipment. b) An unswitched 120 volt, 1 phase, 15 amp duplex receptacle shall be located near the operator's console, in the rotunda and on the lower portion of the drive column. Control Features and Interlocks - a) When the Master Key Switch is in "Off" position, the controls for horizontal move- '�"' ment,.rotation (steering), vertical movement, canopy and cab rotation shall be inoperative. r- b) Wheel brakes shall be automatically set when- ever controls for horizontal drive and steering are not in use. F- w 14700-6 C) Vertical brakes shall be automatically set whenever controls for vertical travel are not in use. d) When the Master Key Switch is in "Auto" position all manual motion controls shall be inoperative. In this mode, vertical travel shall be regulated by the automatic leveling system. e) The control circuits shall be designed and wired so that it is not possible to damage control circuits or boarding bridge components by selecting opposite motions simultaneously, e.g., extend and retract or up and down travel. 2.07 AUTOMATIC LEVELING A. The Passenger Boarding Bridge shall be equipped with an Automatic Leveling System which allows it to automatically follow small changes in aircraft door sill elevation. It shall function with equal reliability for all aircraft, regardless of door location or fuselage contour. B. The Auto -level circuit shall include a travel timer which permits the vertical travel motor to operate continuously for a maximum of six seconds (adjustable), at which time it shall cut all power to this.system and energizes an audible alarm and warning light at the Control Station. The vertical travel brake and magnetic ball screw brake shall also automatically set at the same time. The wheel type leveling sensor shall be located on the right side of the cab area within full view of the operator at all times. C. An actuator motor shall automatically extend the autolevel arm to the aircraft when "Auto" position is selected, all on the Master Key Switch. 2.08 DRIVE COLUMN A. The motors and mechanisms for vertical and *� horizontal motion including extend, retract and swing of the passenger bridge shall be an integral part of the drive column and operate in a smooth and quiet manner. B. The drive column and control system design shall permit simultaneous vertical, horizontal and swing (steering) travel which allows the bridge to move on a constantly varying curved path as well as a straight line or at an essentially constant radius. 14700-7 -- C. Vertical Drive a) Based on electro -mechanical principles of operation, vertical motion shall be accomplished by means of motor and chain driven, dual or twin recirculation ball nuts and screws. Each assembly is independent of the other,with individual motors. Each ball nut shall be equipped with wiper brushes to remove grit or dirt from screw threads and a selflocking acme type thread which will prevent unit collapse in the event of ball nut failure. b) The vertical drive motors are fitted with spring applied brakes which release only when electric power is applied and vertical motion, up or down is signaled from the operator's console or the auto -level system. The brake shall hold securely at all elevations,.without creeping whether the bridge is in operation or not,for any period of time. c) The fault detector circuit shuts down the electrical ^^ power to the vertical drive motors and sets the brakes in (b) independnetly of the operator. This shall occur if the bridge is in the vertical operate mode and there a is differential motion at the ball screws. (d) Machined into the ball screw's lower end shall be a "thread run out". The depth of the thread root shall gradually decrease until there is no thread left, thus preventing the screw from disengaging the ball nut. Vertical rate of travel shall be constant 2.5' 0.76 m) per minute. D. Horizontal Drive a) An electro -mechanical drive system shall provide extend, retract, swing and steer -- capabilities at variable speeds up to g0 ft. (27m) per minute. This two -wheeled system shall operate on pneumatic tires. Both "M 14700-5 wheels shall be independently drive by D.C. gear motors with solid state SCR controls. The entire system shall be contained within the bridge and shall require only A.C. power. b) The braking system shall allow the bridge to come to smooth, controlled stops. Spring actuated brakes shall be located'on each drive motor and lock the bridge in place whenever electric power is cut off by moving the control leveler to the neutral position or if power fails. c) The horizontal drive motors shall be equipped with brake releases and connection lugs shall be provided to allow the bridge to be towed in the event of power failure. 2.09 INTERIOR FINISHES A. Interior wall treatment shall consist of floor to ceiling laminated phenolic plastic panels, four feet wide, with aluminum trim and recessed black accent strips, colors as selected by Architect. B. Ceiling tile shall*be perforated, white aluminum pans .032 inches thick with a diagonal hole �,,, pattern. C. Tunnel floor covering shall be carpeting, furnished and installed by Owner. D. Black ribbed rubber 1/4 inch thick shall be applied to the floor from the aircraft end of the bridge to the terminal side of the service door. E. All floor coverings shall be installed over a 3/4 inch plywood sub -floor. 2.10 EXTERIOR FINISHES A. All exterior surfaces shall be prepared in accord- ance with blast specification SSPC-SP6, which is a near white finish, blast to a 1 1/2 mil minimum to a 3 mil maximum profile. After preparation Sherwin Williams Polane Primer shall be applied to a 2 mil total dry thickness over the average measured blast profile. Two finish coats Sherwin Williams Polane L polyurethane paint shall then be applied for a total of five and one-half (5 1/2) dry mils minimum thickness, color as selected by Architect. B. For night operations, exterior seal beam type floodlights shall be provided to illuminate the Apron area ahead of the bridge. A sealed, fluorescent fixture shall also be provided just 14700-9 beyond the roll -up weather door to illuminate the cab aircraft interface area. PART 3 DESIGN CRITERIA 4 A. The bridges shall be designed in accordance with accepted engineering practices and the standards developed and adopted by the passenger bridge industry. B. Particular attention shall be given to keeping components simple,. rugged and easily accessible for routine maintenance, including lubrication, component exchange, and ease of adjustment. C. All access panels and openings shall be sized to accommodate the component being changed or adjusted, as well as equipment and personnel necessary to accomplish the work. D. Where practical, components shall be of the package u- or removable assembly type for ease of replacement. "+ E. Structural Loads - in addition to the dead loads and strain caused by movement, the entire Passenger Boarding Bridge shall be designed to support: a) A live load of 40 lbs. per sq. ft. (195kg/sq, m.) b) A wind load of: Retracted and Stowed 25 lbs. per sq. ft. 122 kg. per sq. m. or wind velocity of 90 mph - 145 km. per hr. F. G. Operational 12.5 lbs. per sq.ft. 61 kg. per sq. m./or a wind velocity of 60 mph - 97 km. per hr. c) A roof load of 25 lbs. per sq. ft., 122 kg. per sq. m. These loads may be applied in total or in part, singularly or simultaneously. The design shall be based on the combination which imposes the most adverse loading. The structural design shall provide sufficient torsional rigidity to avoid excessive sway when the boarding bridge is brought to a gradual stop. All mechanisms for actuating, guiding and restraining 14700-10 the boarding bridge and its components shall be designed so that no noise, sway or sense of insecurity is apparent to passengers. No operating vibrations or loads shall be transmitted to the """ terminal building. H. Environmental Considerations - the boarding bridge shall operate satisfactorily under ambient temperature conditions of -25 degrees F, -35 degrees C to + 125 degrees F, +52 degrees C, with or without wind up to 60 mph ( 97 kph) . I. Power Characteristics - the boarding bridge shall operate on 480 volt, 3 phase, 55 AMP, 60 HZ, "Y" configuration with neutral and ground power for motion. The 480 VAC shall be transformed to 120/240 VAC for lighting and controls. P_ J. Main Supply Contactor Panel - Electrical requirements at the buiding will be the responsibility of the Buyer and supplied in accordance with specification submitted by the Contractor. K. Codes, Regulations and References - the bridge shall be designed to meet U.S. Codes and Regulations which have been adopted by the passenger bridge industry. a) Structural American Institute of Steel Construction (AISC) Specification for the Design, Fabrication and Erection of Structural Steel for Buildings. American Welding Society (AWS) Standards. Structural Design and Corrugated Steel Panels based on Van Karmon Theory and on buckling studies by.Peterson and Card. b) Material ~" Structural Plate ASTM -A35 -70A Structural Steel & Shapes ASTM -A36-69 Steel Tube ASTM -A36-69 Steel Pipe ASTM -A35 -B Steel Sheet ASTM -A570-72 F .� T-1 Steel ASTM -A514-64 F & ASTM -A517-64 F Hinge Pins AISC-C1018 Bolts - Standard ASTM -A307 Bolts - High Strength ASTM -A325 c) Mechanical - All mechanical components and designs shall conform to the recommendations and standards established by the Society of Auto - 14700 -11 P_ motive Engineers (SAE) and the American Society of Mechanical Engineers (ASME). d) Fire Protection - The boarding bridges shall meet the requirements of the National Fire Protection Association (NFPA) "Standard on Construction and Protection of Aircraft Loading Walkways", NFPA-417. e) Electrical - All equipment and methods of installation shall conform, where applicable, to the requirements and recommendations of the American Insurance Association (AIA), and the National Electrical Manufacturers Association (NEMA), and the National Electrical Code (NEC) Latest Issue. PART 4 MANUALS AND TRANING A. Manuals - Complete technical manuals shall be supplied with the boarding bridges and shall be prepared in accordance with Air Transport Association (ATA) Specification 101. B. Training - Contractor shall provide a maximum of eight (8) hours of Operator Training when installation has been completed, at a time or times convenient to the customer. A total of eight (8) hours of Maintenance Training shall be provided as soon as it can be scheduled, after the bridges are operational. 14700-12 motive Engineers (SAE) and the American Society of Mechanical Engineers (ASME). d) Fire Protection The boarding bridges shall meet the requirements of the National Fire Protection Association (NFPA) "Standard on Construction and Protection of Aircraft Loading Walkways", NFPA.-417. e) Electrical - All equipment and methods of installation shall conform, where applicable, to the requirements and recommendations of the American Insurance Association (AIA), and the National Electrical Manufacturers Association (NEMA), and the National Electrical Code (NEC) Latest Issue. PART 4 MANUALS AND TRANING A. Manuals - Complete technical manuals shall be supplied with the boarding bridges and shall be prepared in accordance with Air Transport Association (ATA) Specification 101. B. Training - Contractor shall provide a maximum of eight (8) hours of Operator Training when installation has been completed, at a time or times convenient to the customer. A total of eight (8) hours of Maintenance Training shall be provided as soon as it can be scheduled, after the bridges are operational. PART 5 RENOVATION OF EXISTING BRIDGES A. As Alternate No. One (1), the six (6) existing passenger boarding bridges are to be renovated in accordance with the following schedule: . Qi 4.; ai K1^ OG 2015 OG 2016 OG 2017 OG 2018 OG 3377 OG 2019 RENOVATION SCHEDULE Bridge Identification �.., Gate No. Jetway Mod. No. 1 A3 58/110 125 11R 2 A3 58/110 125 11R 3 A3 58/110 125 11R 4 A3 58/110 125 11R 5 A3 60/119 125 R 6 A3 60/119 125 R 14700-12 . Qi 4.; ai K1^ OG 2015 OG 2016 OG 2017 OG 2018 OG 3377 OG 2019 rw RENOVATION ITEMS 1. Refurbish the control console to include: a. wheel position indicator b. operator buttons 2. Replace one service stair wheel. 3. Replace damaged wall panel. (c) Bridge at Gate No. 2 shall be renovated as follows in addition to the items listed in (a) above: 1. Replace power cables. 2. Provide new operator buttons on the console. 3. Trouble shoot lighting system and repair as needed. 4. Adjust rotunda floor. (d) Bridge at Gate No. 4 shall be renovated as follows in addition to the items listed in (a) above: 1. Adjust power cables and replace lighting cable. 2. Repair right side service stair handrail. 3. Replace one service stair caster. 4. Replace door knob. (e) Bridge at Gate No. 5 shall be renovated only as follows: 1. Clean, prime and paint exterior to new color as selected. by architect. 2. Remove existing carpet and prepare subfloor for installation of new carpet to be furnished and installed by owner. 14700-13 (a) Bridges at Gates No. 1, 2, 3, 4, and 6 shall be renovated as follows: 1. Overhaul all motor generators and drive motors. 2. Overhaul the drive column, to include the Ball Screw, thrust bearing and centering ring. 3. Replace left side Auto Leveler with a new right side Auto Leveler. 4. Replace the Aircraft Closure. A, 5. Replace Exterior Tunnel Flashing. 6. Remove Rotunda ceiling and remove all bird nests and replace ceiling. 7. Paint Rotunda ceiling. 8. Replace Terminal Flashing with new EPDM type flashing. 9. Clean, prime and paint exterior of units to the new color as selected by architect. 10. Remove old carpet and prepare subfloor for installation of new carpet to be furnished and installed by owner. 11. Provide and install handrails at all transition ramps. 12. Paint cab, bubble and tunnel headers to match interior colors. 13. Replace all limit switches and set all limits. 14. Perform annual Preventive Maintenance inspection. (b) Bridge at Gate No. 1 shall be renovated as follows in addition to the items listed in (a) above: 1. Refurbish the control console to include: a. wheel position indicator b. operator buttons 2. Replace one service stair wheel. 3. Replace damaged wall panel. (c) Bridge at Gate No. 2 shall be renovated as follows in addition to the items listed in (a) above: 1. Replace power cables. 2. Provide new operator buttons on the console. 3. Trouble shoot lighting system and repair as needed. 4. Adjust rotunda floor. (d) Bridge at Gate No. 4 shall be renovated as follows in addition to the items listed in (a) above: 1. Adjust power cables and replace lighting cable. 2. Repair right side service stair handrail. 3. Replace one service stair caster. 4. Replace door knob. (e) Bridge at Gate No. 5 shall be renovated only as follows: 1. Clean, prime and paint exterior to new color as selected. by architect. 2. Remove existing carpet and prepare subfloor for installation of new carpet to be furnished and installed by owner. 14700-13 B. All work shall be accomplished and all items furnished and installed in a manner which will render the area or item "like new". C. Unless requested or approved by the architect, no renovation work shall commence until the three (3) new bridges in the base bid have been installed, tested and accepted. D. Renovat=ion work shall be scheduled in a sequence which will preclude interference with airline flight schedules. A written schedule shall be submitted to the owner for approval prior to commencing work. E. Upon completion of all required items on each bridge, the bridge shall be inspected and tested by the owner's representative. Any renovation items found to be deficient shall be corrected and the unit retested prior to final acceptance. F. All renovation work shall be guaranteed for one (1) year to - be free from defects in workmanship and materials. G. Contractors desiring to inspect the existing bridges shall schedule that inspection during the bidding period through the office of the Director of Aviation, Lubbock International Airport, Lubbock, Texas 806/762-3695. END OF SECTION n APPENDIX A BRIDGE LOCATION AIRCRAFT SERVED GATE NO. 1E DC9 thru B747 GATE NO. 2E DC9 thru B747 GATE NO. 7 DC9 thru B747 NOTE: ALL BRIDGES MUST ACCOMODATE AIRCRAFT POWER -OUT OPERATIONS FOR DC9 THRU B727-200 No Text MITSUBISHI ArW - C O N T E N T S- 1. APPLICATION 2. REGULATIONS AND CODES 3. PERFORMANCE 4. CONSTRUCTION 5. HYDRAULIC INSTALLATION 6. ELECTRICAL INSTALLATION 7. CONTROL 8. SAFETY DEVICES 9. PROTECTIVE COATING 20. GUARANTEE LS -5337 . MITSUBISHI 1. APPLICATION This specification will be applied to Mitsubishi -Boarding Bridge u.SB6-110/58 and MSB6-119/60. 1.1 Works Included Following works will be performed by the manufacturer. Design, Fabrication, Transportation and Installation of 11) Rotunda ( including building connection ) (2) Rotunda Column i (3) Tunnel (4). Mover ( Drive Column) - (-- (5) Bridgehead ( Cab ) (6) Service stairway - Supply of (1) Anchor bolts pattern and foundation loads data Adjusting and commissioning test of the bridge Training of operation and.maintenance i 1 1.2 Works not Included i . Following works will not be included: (1) All works for the bridge foundation. (2) Supply of electrical cable up to the junction box, installed to the building side adjacent to rotunda. (3) Maintenance works (4) Supply of spare parts (5) Installation and supply of floor carpet and.trimming for whole area except bridgehead floor. —'D[re s,9 A LS -5337 3 �c 1 MITSUBISHI 2. REGULATIONS AND CODS Following regulations and codes will be applied to the materials and the construction.of the bridge. 2.1 Material Japanese Industrial Standard (JIS) equivalent to American Society for Testing and Material (ASTM)., Please refer to attached sheets LLP-10944(COMPARISON LIST BETWEEN JIS AND ASTM). 2.2 Unit International Organization for Standardization (ISO). The bridge will be based upon metric unit. 2.3 Welding JIS equivalent to American Welding Society Standard (AWS). 2.4 Electrical JIS, Japanese Electrotechnical Committee (JEC) and The standard of Japan Electrical manufacturers Association (JEM) equivalent to the National Electrical Code (NEC) and (NEMA). 2.5 Fire Protection The National Fire Protection Association (NFPA) NFPA417. LS -5337 4 3RK :�w A4 /� i MITSUBISHI A 3. PERFORMANCE 3.1 Bridge length (between rotunda center and bridgehead end of aircraft side) Bridge Model Fully extended Fully retracted MSB6-110/58 110'-0"(33.53m) 59'-73/4"(18.lam) MSB6-119/60 119' -0" ( 36.3:x) 3.2 Height of bridgehead floor 6.61(2m) to 171-8"(5.4m) 3.3 vertical speed at bridqehead end 3.•151(0.96m)/min. (including autolevelling speed) 3.4 Horizontal speed of the mini-mover:_0 to 901(27m)/min. 3.5 Wheel axle steering speed : approx. 8° /sec. 3.6 Steering angle : 1050 (900 to left and 15° to.right) 3.7 Rotating angle of bridge : 175° (87.5° to left and right) 3.8 Rotating angle of bridgehead floor: 125° (92.5° to left and 32..5° to right) 3.9 Cab rotating speed : 19'/min.(6m/min.) 3.10 Allowable ambient temperature . -25°F to 127°F 3.11 Design Conditions The bridge will be designed to withstand the following loads Floor : 40 psf (195 kg/m2) over the entire floor area Roof : 25 psf (122 kg/m2) Wind load 12.5psf(61 kg/m2) under operational condition 25sf (122 k 2 p kg/m2 horizontal wind. load when retracted LS -5337 MITSUBISHI AAW Electrical power source Drive power for 480 volts, 3-phase, hydraulic puma 4 -Wires, 60Hz, 70A ' Lighting power for 120 volts, single phase, 2 -wire, fluorescent lamps 60Hz and others (transformed from 480VAC in the bridge) 3.12 Aircraft served DC9 to B747 All bridges will be accomodated to aircraft Dower out operations for DC9 to B727-200. LS -5337 6/c MITSUBISHI 4. CONSTRUCTION 4.1 Telescoping Tunnels The tunnels will be rectangular in cross-section, minimum 4'-10 1/4"(1,480 -nm) wide x 7'-5/8" (2,150 mm) high and consist of the outer shell of welded corrugated steel plates, the flooring and the inner linings. The floor covering will be supplied and installed by owner. The interior walls will consist of 1/4"(6.mm) thick fire retardant autoclaved silicate boards or laminated phenolic plastic panels, four feet wide. Ceiling will consist of "ALCAIN aluminum "PLANAR" ceiling or perforated, white aluminum pans 0.03211 thick with a diagonal hole pattern. Drain holes will be provided at both sides of top rails in roof structure for rain water drainage. Gutters will be provided to each.side of the.floor in large size tunnels. —. Handrails will be provided at both sides of all ramp area of tunnel. 4.2 Flashing A flashing will be fixed to the space of building and rotunda together with the flexible flaps to prevent ingress of rain water. 4.3 Rotunda The rotunda, a platform leading from the building to the tunnel, will have flexible aluminum roller curtain wall to provide a seal between the building and adjacent tunnel section as the tunnel swings. The flooring will be supplied and installed by owner. All components will be designed so that no loads or vibrations are transferred to the termiinal.building. The rotunda column supporting the rotunda will be of a simple steel tube and fixed on the apron. The corridor at the rotunda to terminal interface will be a clear width of 4'-4"(1320 mm). LS -5337 i { MITSUBISHI 4.4 Bridge Head The bridge head will be rotated by a geared motor to fit to the aircraft fuselage. Flexible semi -rounded hollow bumper will be installed in front of the head floor.to provide a safe contact with the aircraft fuselage. A flexible canopy with flexible bumper will be designed to form weather-proof seal with the aircraft without risk of damage to the aircraft fuselage. Each side of the aircraft canopy will be individually actuated and independently adjusted to conform to and seal against the aircraft contours. The flexible aluminum roller curtain with vision panels will be provided to secure the seal between the bridge head and the adjacent tunnel section as the bridge head rotates. The.bridge head will have the steel slatted shutter with view panels, manually operated, at the front end to prevent ingress of rain water, when the bridge is not operation.. A forward facing control console will be situated at the left side of the bridge head. A large wired glass window is provided at both sides and front of control console of the bridge head for good visibility for the operator. An additional mirror will be fitted to each side window to minimize the dead angle. The bridge head floor will .be covered with 1/4 inch thick black ribbed rubber. A staircase and a service door will be provided at the aircraft end of the bridge, operable at all heights and positions of the bridge. The door opening will be minimum 2'-6" (762 mm) wide -and 61-8" (2,030 mm) high, and. provided with 30" stainless steel kick plate. 4.5 Mover The mover will be designed : (1) to support the bridge tunnel (2) to provide the raising and lowering of the bridge head (3) to provide the swinging and retracting/exten4sq of the bridge LS -5337 �Q I 7K -.i-A{ s A Two hydraulic cylinders will be equipped to the driving column of the mover to support the tunnel. They will be designed so that a fully loaded bridge will continue to be, supported in the event of a failure of one of the cylinders. The mover will have a wheel set with two pneumatic tires equalized by supporting pin at the centre. The wheel set will be steered by a hydraulic cylinder and driven by a hydraulic motor. The mover and control system design will permit simultaneous vertical, horizontal and swing (steering) travel which allows the bridge to move on a constantly varying curved path as well as a straight line or at an essentially constant radins. 5. HYDRAULIC INSTALLATION All principal movement will be actuated by hydraulic equipments. The hydraulic pumps will be driven by an electric motor installed in the mover. Return filter will be.provided at appropriate locations in the system. A pilot check valve will be incorporated into each lifting cylinder to prevent the bridge from uncontrolled lowering in case of a power failure or loss of oil pressure. Where the maximum permissible pressure has to be restricted, a relief valve will be applied. Hydraulic system will be designed so that the bridge head can be disconnected by towing from an air -craft to avoid desparture delay in case of hydraulic power failure. LS -5337 MITSUBISHI 6. ELECTRICAL ItiSTALLATION Electrical power source will be specified in Section 3.11 of this specification. All equipments and wiring will conform to the r;gulation-stated in Section 2 of this specification. All cables and wires will be adequately protected against mechanical damage. The cable will be arranged to accept the extension and retraction of the telescoping tunnels. All outside connections of wirings will be made with'weatherproof Plugs or in weatherproof boxes. The electric motor will be relay -controlled. Thermal overload switches, with reset button, will protect the motors. Hydraulic valves will be directly controlled by electric control system from the control station in the bridge head. A key switch will be provided for power supply to the bridge. Lighting will be provided in all tunnels, bridge head and rotunda. Following external lights will be provided on the bridge. (1) A flood light to illuminate the service landing area.(10 o w) (2) An amber rotating alarm light located beneath the bridge head. The light shall operate so that it is "on" whenever the operator's control switch is in the "power on" (3) Two floodlights to illuminate the apron area under the aircraft. These will be manually switched from the operators control panel. (4) A weatherproof type fluorescent fixture will be provided just beyond the roll -up door to illuminate the bridgehead aircraft interface area. Near the control station will be provided with a six -wire • telephone outlet for installation of telephone equipment. An unswitched 120V, 1 phase, 15 amp duplex receptacle will be located at the operator's console, in.the rotunda and on the lower portion of the drive column. Ls -5337 to % =ire :.e w. /5 MITSUBISHI 7. CONTROL 7.1 General Control station will be situate, at the left side of the bridgehead to provide good visibility for the operator during maneuverinc of the bridce and minimum obstruction of passencer traffic. All circuit controlled at the control station will be de -energized when the key switch is in the "OFF" position with the exception of lightening. 7.2 Controls The station will include the followings: a) A keyed switch which is set to "AUTO", "OFF",or "OPERATE". The key may be removed only when the switch is "OFF" or "AUTO" position. b) Controls for retracting, extending and rotating the bridge. c) Controls for raising and lowering the bridge. d) Switches for interior lights of the bridge. These will be duplicated near -the terminal end of the bridge. e) Controls for rotating the bridgehead. f) Switches for the exterior lights. g) An emergency stop button that stops all operations immediately. h) A wheel direction indicator. i) Control for retracting and extending the canopy. j) Alarm for machine failure and for maneuvering k) A digital height indicator. 1) An amber light to indicate that the auto -leveling system is energized and functioning. m) A red light to indicate an auto -level malfunction and that the travel timer has tripped. -- - --- - -- - --- -- LS -5337 f �ly, 5 MITSUBISHI Aw„Va n) A red light indicating the bridge has reached its max. rotational points, both left and right. o) A red light to indicate that the aircraft canopy is down. P) A switch to chance the digital position indicatcr from its normal vertical index to a horizontal or swing index. 7.3 Safety Controls b), c), e) and i) clause 7.2 will be of the momentary type("DEAD MAN" type) :which must be manually held "ON during the entire period of desired operation. 7.4 Control Interlocks Following control interlocks will be provided. a) Controls b), c), e) and i) of clause 7.2 will be inoperative when switch "a") is in the "OFF" position. b) Controls b), c) and e) of clause 7.2 will be inoperative when the canopy is not in the fully "UP" position. c) The "AUTO" setting of key switch renders controls b), c), and e) inoperative and makes the automatic levelling device operative. d) Wheel brakes will be automatically set whenever controls for horizontal drive and steering are not in use. The control circuit and the components will be Protected against such mis-operation as selecting incompatible motions simultaneously. -� ,IA. LS -5337 12 �S i MITSUBISHI A„® 8. SAFETY b-=IICES 8.1 Duplicate Safety Switches In front of the bridge head, two limit swtiches and an emergency limit switch will be installed to prevent the aircraft from any damage due to an excessive pressure. Actuation of any limit switch will stop the movement of the bridge head. The emergency limit switch will be equipped to - ensure cutout in case of switch failure. 8.2 Auto Leveller The autoleveller located on right inside of the cab will be of powered out of secure the positive contact with the aircraft when switching to auto control, and when switching from auto to manual control it will be powered in. - In case of failure of switches, wires and inadequate contact with the aircraft, the levelling device will activate an audible alarm signal and warning light at control console and shut off the elevating motions by timer after 6 second (adjustable). 8.3 Protection Against Over Running Every movement (i.e. extension and retraction of the tunnel, rotation of rotunda and mover, etc.) will be protected by a limit switch against over running to prevent the bridge from any damage. 8.4 Two Lifting Cylinders Two lifting cylinders will be used so .that a fully loaded bridge continues to be supported in the event of a failure of one of the cylinders_or in the event of a failure of -the power ,supply of hydraulic system. 8.5 Alarm Signal An audible alarm signal and an alarm light will bp provided to be activated while the movement across the apron is taking place. LS -5337 ��S MITSUBISHI �'® 9. PROTECTIVE COATING The all surfaces of the steel parts will be removed the scales, rust, etc. Finished: up to Steel Structure Painting Council (S.S.P.C.) Sp 5. Two (2) coats of epoxy primer will be applied to the steel surface to a minimum thickness of'2 mils and then two (2) too coatings. of polyurethane base will be applied to minimum thickness of 31/2 Nils. Total dry film thickness of paint system will be approx. 51/2 mils (0.140 mm) . Color of top coating will be left open for the Customer. 10. GUAP ZiNTEE The quality of the bridge supplied will be guaranteed to such extent that defects or.failures which under proper. use, appear therein and _ arise solely from faulty materials, workmanship or design within a period of 12 months after the date of final acceptance will be, free or charge, made good by replacement or repair. Systematic and periodic examination, adjustment, maintenance and lubrication of equipments will be excluded from foregoing guarantee provisions. The manufacturer will not be responsible for any defect caused by not performing the periodical inspection and maintenance, and operation specified by the manufacturer. These guaranties will not be applied to any defects or unsuitability which is attributable to'faulty repair, alteration unless such alteration has been authorized by the manufacturer, misuse or abuse by any person other than the manufacturer. The manufacturer will not be liable to Purchaser for any consequential or special damages or for personal injury resulting directly or indirectly from the operation of bridges. The liability ceases if the defects are not informes to the manufacturer in writing or by telegram within 30 days after same have revealed themselves. Ls-5337tiS -�.A 14 A4 N roll 0 0: .N L+ M M J M m M! cr • 1 r� r �j NUN ) i W W N No Text No Text MITSUBISHI The quality of the bridge supplied will be warranted to such extent that defects or failures, which, under proper use, appear therein and arise solely from faulty materials, wor'',nanship, or design within a period of twelve (12) months after the date of final acceptance will be, free of charge, made good by replacement or repair. Systematic and periodic examination, adjustment, maintenance, and lubrication of equipments will be excluded from the foregoing warranty provisions. The manufacturer will not be responsible for any defect caused by not performing the periodical inspection and maintenance, and operation specified by the manufacturer. These warranties will not be applied to any defects or unsuita- bility which is attributable to faulty repair, alteration (unless alteration has been authorized by the manufacturer), misuse or abuse by any person other than the manufacturer. The manufacturer will not be liable to the purchaser for any consequential or special damages or for personal injury resulting directly or indirectly from the operation of bridges. The liability ceases if the defects are not informed to the manufacturer in writing or by telegram within thirty (30) days after sane have revealed themselves. PART 2. PRODUCTS 2.01 Rotunda A. Agreed. B. Agreed. 3�-AM :.-.. LSS3k[ 0 No Text MITSUBISHI 2.06 Control Station A. Agreed. a) Agreed. b) Agreed. c) Agreed. d) Agreed. e) Agreed. f) Agreed. g) Agreed. h) Agreed. " i) Agreed. J) Agreed. k) Agreed. B. Agreed. a) Agreed. b) Agreed. c) Agreed. d) Agreed. e) Agreed. f) This light will not be provided for operating the steering by hydraulic cylinder, because over steering is not occured in any.conditions to stop at cylinder stroke end. g) . Agreed. h) This light is not necessary for hydraulic lifting system. Note: In electric system, if a differential motion at the ball screws occurs, drive column including ball screws will break. -5336 r'�o No Text MITSUBISHI At 2.08 Drive Coluan A. Agreed, Mitsubishi Aerobridges will be driven by electro -hydraulic system. B. Agreed. C. Vertical Drive a) The bridge will be acconblished the vertical -notion by two hydraulic lift cylinders. Each of two lifting cylinders has sufficient capacity to support the whole loads of the bridge. b) The lift mechanism will be equipped with a pilot check valve built in the hydraulic cylinder. In case of power failure or loss of oil pressure, pilot check valve will prevent uncontrolled lowering of the bridge. c) This fault detector device will not be necessary for hydraulic lifting mechanism, because the pilot check valve will autanatically lock the circuit in case of failure. d) Vertical rate of travel will be constant 2.501(6.76m'). per minute. D. Horizontal Drive a) Agreed,except following: Horizontal drive system will be actuated by hydraulic equipment driven by A.C. power. b) Agreed, except following: Two disk brakes will be located on drive shaft and locks the shaft when the power is dis-engaged. c) Agreed, except following: The horizontal movement will be achieved by a hydraulic motor. No Text No Text No Text Page is too large to OCR. Page is too large to OCR.